Loading...
HomeMy Public PortalAboutRFP2008-9_WastePro CurbsideColl c 7,,,;,ty÷6_, 49 ,,,,v,..,,, ,, ,o, w REQUEST FOR PROPOSAL FOR CURBSIDE COLLECTION OF RESIDENTIAL and COMMERCIAL MUNICIPAL WASTE AND COLLECTION OF RECYCLABLE MATERIALS For the City of Tybee Island, Georgia RFP # 2008 -9 Issued July 7, 2008 1.0 STANDARD REQUIREMENTS AND INSTRUCTIONS FOR BIDDING 1.1 Preparation of Bid Bids must be written in ink or typewritten and shall be submitted on the forms issued. The Bid Package must include: Signature Page, Proposal, Qualifications Statement, Schedules A and B and the Non - Collusion Affidavit. Unsigned bids will not be accepted. No bid will be considered if received after the due date (see section 2.2). Bidders are expected to examine all instructions, specifications, attachments, and sites pertinent to this Request for Proposal (RFP). Failure to do so will be at the Bidder's risk. Erasures or other changes must be initialed by the person signing the bid. 1.2 Pricing The price is to be inclusive of labor, equipment and all other costs necessary to provide the service. Col tractor is to supply garbage carts and recycle bins and title to such will remain in Contractor's name. Any discounts for early payment (Invoicing Terms) should be entered on the proposal page and will be considered in the evaluation if the discount period is twenty (20) days or longer. 1.3 Taxing The City is exempt from State and Federal taxes. The price bid must be net exclusive of taxes. However, the successful bidder may claim no exemption upon his purchase of materials, supplies, equipment or parts needed to complete bid requirements. 1.4 Quantities Waste and recyclables quantities estimates shall be the responsibility of the bidders. The City estimates the following customer base and current cart/bin inventory: 2490 service addresses with 1 roll out cart 214 service addresses with multiple carts (average of 2 roll out carts per site) 2490 recycle bins in service The City may make an award for all or some of the items set forth in this RFP and reserves the right to reject any or all of the bids. 1.5 Safety All practices, materials and equipment must comply with the Federal Occupational Safety and Health Act, as well as any pertinent Federal, State and /or local Safety or Environmental Codes. 1.6 Qualifications of Contractor Bids will only be accepted from contractors who are actively engaged in offering the services called for in the RFP. No proposal will be accepted from or contract awarded to any person, firm or corporation that is in arrears or is in default to the City upon any debt or contract, or that is a defaulter, as surety or otherwise, upon any obligation to the City or had failed to perform faithfully any previous contract with the City. Where a service is 2 to be performed by a subcontractor, the bidder must name the subcontractor and the City reserves the right to determine whether the named subcontractor is fit and capable to perform the required work. Each bidder shall submit, with the Proposal, supporting data regarding the qualifications of the Contractor in order to determine whether the Contractor is qualified and responsible. The Contractor must furnish the following information: a) Satisfactory evidence that the Contractor, or in the case of a joint venture, the principal partner, has been in existence as a going concern in recycled material management and /or solid waste management. If the Contractor does not have three (3) years experience in either solid waste or recycled materials management, the Contractor shall provide a statement detailing why it is qualified to satisfactorily perform the part of the work in which it does not have the minimum of three years experience. b) Evidence that the Contractor is licensed or permitted to do business in the State of Georgia and the County of Chatham and the City of Tybee Island or a sworn statement that it will take all necessary actions to become so licensed or permitted if its bid is accepted. c) All bidders must specify the number and type of all packer -type and recyclables collection truck bodies that will be used during the performance of the contract period. If such equipment is presently owned or leased, the Contractor shall supply detailed inventories including photographs of their equipment and all accessories by type, model, and year of manufacture and anticipated remaining useful life as of the date of the inventory sheet. All leased equipment shall be listed separately; the time remaining on each leased machine and options of renewal, where applicable, shall be stated. All new equipment to be acquired to accomplish this contract must be available upon the effective date of the commencement of operations. d) The names and resumes of the individual(s) who will be considered in responsible charge of the City of Tybee Island's Contract. e) All information as requested in the Contractor's Qualification Statement Concerning Experience and Financial Ability. f) Such additional information as will satisfy the City that the Contractor is adequately prepared to fulfill the contract. 1.7 Disqualification of Contractors Although not intended to be an exhaustive list of causes for disqualification, any one or more of the following causes may be considered sufficient for disqualification of a Contractor and the rejection of its proposal: a) Evidence of collusion among Contractors. b) Lack of competency as revealed by experience or equipment statements as submitted or other sources or documents. c) Lack of responsibility, as shown by past work, judged from the standpoint of workmanship as submitted. d) Default on any previous performance contracts within the past five (5) years. 3 e) Other causes deemed appropriate by the City. 1.8 Equal Employment The Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, sex, age or national origin. The Contractor will take affirmative action to ensure that applicants are employed without regard to their race, color, religion, sex, age or national origin. Contractors will take steps to insure employees are treated during employment without regard to their race, color, religion, sex, age or national origin. Such action shall include, but not be limited to, the following: employment, layoff or termination, rates of pay or other forms of compensation, and selection of training, including apprenticeship. 1.9 Award of Contract a) The award will be made to the responsible and qualified offeror(s) whose proposal, conforming to the invitation, will be most advantageous to the City in price for the services and other factors considered. b) The City is not bound to select one Contractor for municipal waste, bulk refuse and /or recycling services but may instead choose different Contractors for these services, or choose to provide some services in- house. c) The City reserves the right to reject any or all proposals received. d) The City will notify all bidders of the award. e) After receiving the contract from the City, the successful bidder has fourteen (14) days to enter into a contract. f) If the contract is not signed within fourteen (14) days, the City may then award the service contract to the next most qualified bidder. 1.10 Performance In case of default by the selected Contractor, the City may procure services from other sources and shall hold the Contractor responsible for any costs to the City to procure the services of a new Contractor and for the costs to the City for providing the services in the interim period between the default and the procurement of a new Contractor. 1.11 Observance of Laws a) The Contractor at all times shall observe and comply with all Federal, State and City laws, bylaws, ordinances and regulations in any manner affecting the conduct of the work or applying to employees in the contract, as well as all orders or decrees which have been promulgated or enacted, by any legal bodies or tribunals having authority or jurisdiction over the work, materials, employees or Contract. b) Any ordinances and regulations issued by the City of Tybee Island. 1.12 Examination of City Bidders shall inspect the entire City area included in scope of services and make their own determination with respect to number of collections, collection types and locations and all other circumstances which affect the cost of services to be performed. Estimates provided in this RFP are not to be considered binding and bidders shall assume all patent and latent risk in connection with the aforementioned. 4 1.13 Interpretation No verbal interpretation or meaning of the instructions to bidders, specifications, or any other document will be made to any bidder. Supplemental instruction if any will be made as written addendum and sent to all bidders and shall be signed by the bidder and returned with the bid. 1.14 Effective Date and Term of Contract This Contract will be effective upon its execution and performance of such Contract shall begin on August 28, 2008. The term of the agreement shall be for a three (3) year period beginning with the performance of the Contract and ending three (3) years later. The initial three (3) year term of the Contract shall automatically be extended for successive additional two (2) or one (1) year terms unless either party gives the other party ninety (90) days notice in writing of its intention to terminate the Contract, or the City may terminate the Contract at any time it is the opinion of the Mayor and City Council that they services provided by the Contractor are inadequate for the residents of the City and the commercial customers. Any such notice shall be served by certified or registered mail, return receipt requested. 5 SECTION 2 INFORMATION AND CONDITIONS 6 2.0 INF I RMATJON AND CONDITIONS 2.1 General Information The City will provide to the selected Contractor a list of service addresses, together with the quantity of ninety (90) gallon carts and recycle bins to be provided at each service address and shall bill the City monthly on the basis of the number of carts so provided. Title to the carts shall remain with the Contractor. It is the intent of this "Request for Proposal" to secure a contractor to provide the following services to the City of Tybee Island: o Curbside collection and delivery of residential, institutional and some commercial municipal waste to disposal facilities designated in Chatham County's Municipal Waste Management Plan. © Curbside collection, processing and marketing of designated recyclables at a location of contractor's choice. 2.2 Contract Procedures a) Sealed bids will be received at the desk of the Clerk of Council until 4:00 p.m. on July 31, 2008. Proposals will be publicly opened and read aloud at 10:00 a.m. on the following day, August 1, 2008 at City Hall. b) The City will either select a Contractor(s) or reject all bids within 30 days of the bid opening. c) Once a Contractor is selected, the City will prepare a contract and forward it to the Contractor within fifteen (15) days of the selection. d) The successful Contractor has fourteen (14) days to sign all the contract copies and return them to the City along with the required insurance certificates. e) Within thirty (30) days of the date that the contract signed by the Contractor is delivered to the City, the City will supply the Contractor with a copy of the contract approved by the City Council. f) The contract with the successful Contractor will be for the specified period beginning August 28, 2008, and ending on August 27, 2011, for the collection of residential, institutional and some commercial solid waste; and /or dry trash; and /or for the collection, processing and marketing of recyclables. g) The City strongly recommends that all potential bidders attend the pre -bid conference on July 15, 2008 at 10:00 a.m. at City Hall. 7 SECTION 3 TECHNICAL PERFORMANCE REQUIREMENTS 8 3.0 TECHNICAL PERFORMANCE REQUIREMENTS 3.1 Scope of Work — Municipal Waste Collection, Delivery and Disposal a) The work to be done under this portion of the contract shall include the total collection, delivery and disposal of residential municipal waste in accordance with such rules as may be issued by the City of Tybee Island, the County of Chatham and the State of Georgia. b) The bid is for collection of waste from City residents, City- operated facilities and by certain commercial, industrial and institutional establishments, such as professional offices and churches. At the inception of the contract, the City shall provide to the Contractor a list of service addresses, together with the quantity of ninety (90) gallon carts to be provided at each service address. Title to the carts shall remain with the Contractor. The City shall provide revisions to such listings in writing as required. New and /or replacement receptacles shall be provided only by request of the City or with acknowledgement by the City. Only waste in the Contractor - provided receptacles is to be collected. The Contractor will notify the City if a service address has more waste than will fit in their allotted carts, or has waste in nonconforming receptacles, so that the City can determine if additional carts are needed at that address. c) The work includes the furnishing of all labor and the providing and maintenance of a sufficient number of self - propelled packer -type vehicles and all other equipment required for the prompt and efficient collection and removal of all municipal trash accumulated within the territory indicated in the present boundaries of the City of Tybee Island as indicated on the accompanying map entitled: "City of Tybee Island Zoning Map ". (Attachment I) d) The collection and delivery of municipal waste is to be bid on a per roll out cart basis. The bid shall specify if there are reduced rates for additional roll out carts beyond the first one at a specific location. e) Bulk refuse such as screens, rugs, tree trimmings (cut into 3 -foot lengths and tied in bundles weighing no more than fifty (50) pounds) and other bulk refuse will be collected on regular collection days throughout the year at a limit of one item per household, one time per month. Note that collection and delivery of construction debris such as lumber and plaster is outside the scope of this RFP. f) Bidders' attention is called to the fact that the quantity and tonnage of material to be collected will vary during the life of the contract period. Regardless of quantity, the Contractor is obligated to meet all conditions of the pertinent specifications. g) The curbside collection of residential, institutional and commercial municipal waste shall be twice per week. Collection days and routes are subject to the approval of the City Manager. h) The Contractor shall maintain a local telephone line or toll -free line. The Contractor shall have a representative or answering service or device available to receive instructions from City representatives and to receive and process inquiries from the public and the City twenty -four hours a day, including holidays, for the term of the contract. The Contractor shall have on duty on all collection days at least one (1) qualified supervisor to be in the field when the collection is being carried out, having a courteous, prompt and efficient method for dealing with requested for service or missed collections by City 9 representatives or the public. The Contractor will be required to record all inquiries or complaints received on a form approved by the City and supplied by the Contractor, and the form will be summarized on a monthly basis by the Contractor and delivered to the City on a monthly basis or more frequently if requested. i) The Contractor shall do all work in such a manner as not to create a nuisance. Municipal waste spilled or scattered on sidewalks, gutters or roadways during the collection shall be immediately cleared up by the Contractor. Emptied carts shall be placed at least two (2) feet off of the roadway. j) There shall be no deviations from the established schedule, except for the following: New Year's Day (January 1), Martin Luther King Day (third Monday in January), Memorial Day (first Monday in May), Independence Day (July 4), Labor Day (first Monday in September), Thanksgiving Day (fourth Thursday in November), and Christmas Day (December 25 Customers scheduled for collection on these holidays shall have collection service for solid waste on the following Saturday or other time as may be agreed on between the Contractor and the City. The manner of notification shall be approved by the City Manager. Collections shall be made regardless of weather or other conditions which would impede collection such as snow, flood, riot or other disaster unless authorization to suspend collection is obtained from the City. This authorization may be verbal, but the request from the Contractor and the authorization by the City shall be confirmed in writing within one business day by both parties. Pick -ups missed during the event shall be collected according to the holiday schedule and procedures stated in this section. k) Notification of schedule change by written notice to residents is the responsibility of the Contractor. 3.2 Scope of Work — Recyclable Material Collection, Processing and Marketing a) Separate bid must be given (as indicated in the Proposal Form) for the collection, delivery to, and processing /marketing at a material recovery facility, of the Contractor's designation, for all recyclables collected. b) The City designated recyclables shall be: 1. Aluminum beverage cans 2. Glass containers (all colors) 3. Tin cans/Bi- metallic cans 4. Commingled plastic beverage containers including PET /HDPE 5. Newsprint 6. Corrugated cardboard 7. Magazines c) The work includes the furnishing of all labor and the providing and maintenance of sufficient number of vehicles and other equipment required for the prompt and efficient collection and transportation of all recyclables to be collected under this contract within the territory included in the present boundaries of the City of Tybee Island as indicated on the accompanying map (Attachment I). The curbside collection of recyclables shall be once per week and is for residential addresses and City buildings only. d) At the inception of the Contract, the City will provide to the Contractor a list of service addresses, together with the quantity of recycle bins to be provided at each service address. Title to the recycle bins will remain with the Contractor. While the 10 Contractor will provide each collection location with at least one recycling container, collection of recyclables is not limited by the number of containers. All properly prepared recyclables must be collected. e) The Contractor shall adequately clean up any materials spilled or blown during the course of collection and /or transportation operations. All collection vehicles shall be equipped with at least one (1) broom and one (1) shovel for use in cleaning up material spillage. f) The Contractor shall establish a procedure for receiving and responding to all complaints of missed pick -ups using the telephone line designated in Section 3.1(h). For the purposes of this contract, a complaint of missed collection is a complaint received by the Contractor no later than 12:00 noon on the day following the last regularly scheduled collection day in that part of the City. Valid reports of missed collections shall be responded to by the Contractor by making collection of materials at the missed location within eight (8) hours of notification by the City or customer. g) There shall be no deviations from the established schedule, except for the following: New Year's Day (January 1), Martin Luther King Day (third Monday in January), Memorial Day (first Monday in May), Independence Day (July 4), Labor Day (first Monday in September), Thanksgiving Day (fourth Thursday in November), and Christmas Day (December 25 Customers scheduled for collection on these holidays shall have collection service for solid waste on the following Saturday or other time as may be agreed on between the Contractor and the City. The manner of notification shall be approved by the City Council. Collections shall be made regardless of weather or other conditions which would impede collection such as snow, flood, riot or other disaster unless authorization to suspend collection is obtained from the City. This authorization may be verbal, but the request from the Contractor and the authorization by the City shall be confirmed in writing within one business day by both parties. Pick -ups missed during the event shall be collected according to the holiday schedule and procedures stated in this section. h) Notification of schedule change by written notice to residents is the responsibility of the Contractor. i) Bidders' attention is called to the fact that the quantity and tonnage of recyclable material to be collected will vary during the life of the contract period. Regardless of quantity, the Contractor is obligated to meet all conditions of the pertinent specifications. j) Costs incidental to the processing and marketing of recyclables collected under this contract are the responsibility of the Contractor. The Contractor shall maintain for submission of the City accurate records, in a format as approved by the City, indicating the tonnage by type of the recyclables collected and delivered to the processing facility under this contract. These records shall be kept on a daily, weekly, cumulative monthly and cumulative annual basis, and shall be submitted to the City in a format acceptable to the City. The City reserves the right to inspect such records and the record keeping procedures at any time during normal business hours. k) The Contractor has the total responsibility of recyclables processing and marketing and shall bear any and all costs incurred therewith regardless of cause. The Contractor retains all revenues from the sale on the recyclables which they collect in the City. 11 1) The Contractor shall be prohibited from disposal of the City's collected recyclable materials or processed recyclable materials at a landfill or other waste disposal facility without the prior written permission of the City. Violation of this contract provision will be cause for termination. 3.3 Work Stoppage A work stoppage by the Contractor's work force shall not be grounds for the Contractor to terminate this agreement. The Contractor will still be required to complete its obligation under this agreement, even if it is affected by a strike, job action or other disruptive labor activity. However, the City will not impose any penalty nor bring any action against the Contractor to perform the conditions of this contract for the first twenty -four (24) hours of any strike or job action should such strike or job action prevent the collection of municipal waste or recyclable materials by the Contractor during the initial twenty -four (24) hour period. All other rights, remedies and options available to the City under this contract shall remain unaltered by this Section. 3.4 ]Equipment a) The Contractor shall furnish and maintain all trucks, labor, tools, machines, material and equipment necessary and required for the full, proper and efficient conduct of the work. All equipment shall be kept in good order and repair and must be subject to the approval of the City at all times. Each vehicle shall have clearly visible on each side the name and phone number of the Contractor. Vehicles used to collect recyclables must be clearly marked as such. b) The Contractor shall keep all trucks and other equipment used in the collection and removal of municipal waste and recyclables in good repair, well painted, numbered, thoroughly cleaned and disinfected with disinfectants furnished by the Contractor, at least once a week. c) All bidders must specify the number and type of all packer -type and recyclables collection truck bodies that will be used during the performance of the contract period. If such equipment is presently owned or leased, the Bidder shall supply detailed inventories including photographs of their equipment and all accessories by type, model, year of manufacture, and anticipated remaining useful life as of the date of the inventory sheet. All leased equipment shall be listed separately; the time remaining on each leased machine and options of renewal, where applicable, shall be stated. All new equipment to be acquired to accomplish this contract must be available upon the effective date of the commencement of operations. At the beginning of the contract period, at least one third (1/3) of the collection vehicles should not be older than five (5) years. The Contractor must provide evidence of the City's satisfaction that any vehicle over five (5) years is acceptable. If equipment is to be purchased, catalogs and descriptive material must be submitted in sufficient detail to satisfy this request. 3.5 Subcontract The Contractor shall not subcontract any portion of the work to be done hereto except upon prior written consent of the City. Any approved subcontract shall not release the Contractor from its primary liability to perform all aspects of this contract. 12 SECTION 4 INSURANCE 13 4.0 INSURANCE 4.11 Insurance The Contractor shall maintain, during the life of this contract, at his own expense, the following policies of insurance described herein. Type of Insurance Provided Limits in $$ General Liability for each occurrence $2,000,000 Fire Damage for any one (1) fire $1,000,000 Personal and Advertising Injury $2,000,000 General Aggregate Liability $2,000,000 Products /Comp. Op. Aggregate Coverage $4,000,000 Automobile Combined Single Limit $5,000,000 Excess Liability/Umbrella Protection $20,000,000 Each Occurrence $20,000,000 Worker's Compensation Statutory Limits 4.2.1 The agreement to be reached based on the bid shall, in all respects, be interpreted, construed, and governed by the laws of the State of Georgia. Further, Contractor agrees to comply with any and all State and Federal laws and statutes which have or may have any connection or application herewith, including but not limited to, Worker's Compensation, Social Security, Unemployment Compensation and prevailing wage laws. 4.2.2 All polices shall name the City of Tybee Island, its officers, agents, and employees as additional insurers. This coverage shall be reflected on the Certificate of Insurance. 4.2.3 All policies shall carry an endorsement to the effect that the insurance company will provide by certified mail, at least thirty (30) days to the effective date written notice to the City of any modifications, alterations, or cancellation of any such policy or policies or terms thereof. 4.2.4 The aforesaid policies of insurance, and any others with may be necessary to comply herewith, shall be maintained in amounts of coverage set forth above; shall be designed to protect the City of Tybee Island from all claims for damages, including wrongful death claims of any kind or nature whatsoever which may arise from the operation of the Contractor in the performance of this contract, whether such operations be controlled by the Contractor himself or by someone either directly or indirectly employed by him for the purpose of accomplishing the obligation incumbent upon the Contractor by the terms of the contract; and shall otherwise indemnify and hold said City harmless from all manner of claims and lawsuits; and shall provide at insurer's expense, all necessary legal aid, counsel and representation. 4.2.5 All of the insurance policies herein mentioned shall be issued by an insurance company licensed and authorized to do business in the State of Georgia and shall be obtained and properly endorsed before any operations of the Contractor are commenced with the City. Said policies shall remain in full force and effect until 14 the expiration of the term of this contract or the completion of all duties to be performed hereunder by the Contractor, whichever shall occur later. The Contractor shall likewise deposit with the City Clerk either the original policies of insurance mentioned or true copies thereof. 4.2.6 It shall be the responsibility of the Contractor, in obtaining the aforesaid insurance coverage, to obtain policies which shall protect the City from any and all claims whatsoever their nature, regardless of the derivation of said claims, and regardless of whether the same are directed toward recover of damages for personal injuries, property damage, or other claim of damage, which may be incident to the same. This insurance coverage shall waive the governmental immunity, if any, of the City of Tybee Island, Georgia, and shall extend to and include policies of liability insurance of all vehicles and equipment utilized or in any way connected with the services to be rendered by the Contractor pursuant to the terms of the contract. 4.3 )indemnity by the Successful Contractor To the extent permitted by law, the contractor assumes entire responsibility and liability for losses, expenses, demands, and claims in connections with or arising from any injury, or alleged injury (including death) to any person, or damage, or alleged damage to property sustained or alleged to have been sustained in connection with or to have arisen from the performance of operations by the Contractor, and including losses, expenses, or damages sustained by the City of Tybee Island, their agents, representative, and employees from any and all such losses, expenses, damages, demands, and claims and agrees to pay the cost to defend any suit or action brought against them, to pay all damages, costs and expenses in connection with or resulting therefrom. 4.4 Policy Approvals The Contractor, before execution of this contract by the City, shall file with the City of Tybee Island Council, for their approval, one copy of each and every insurance policy required by the terms of this contract. 15 SECTION 5 PAYMENTS AND INVOICING 16 5.0 PAYMENTS AND INVOICING 5.1 Payments and Invoicing The Contractor shall bill the City for service rendered within ten (10) days following the end of the month. Such billing shall include the following: certification that all facilities used by the Contractor for municipal waste disposal and recyclables processing are facilities with valid permits. Payment shall not be made unless all required documentation is submitted. The City shall pay the Contractor on or before the twenty fifth (25 day following the submission of all required documentation and billing. For each and every non - performance of the contract and requirements of the specifications, the sums designated shall be deducted from the retained out of any monies which may be due or become due to the Contractor under the provisions of the contract: a) Failure to clean up spilled municipal waste or recyclables and /or replace receptacles at least two (2) feet off of the pavement, the sum of One Hundred Dollars ($100.00) for each offense will be paid to the City. b) Failure or neglect to clear and resolve collection complaints (where containers have been placed for collection prior to 6:00 a.m.) within the next scheduled working day is One Hundred Dollars ($100.00) for each occurrence. However, in the event that a collection complaint (i.e., skipped trash or recycling collection) is repeated at the same address three or more time within the last 12 -month period, the City may immediately impose a fine of One Hundred Dollars ($100.00) for the third and subsequent complaints without allowing the Contractor the opportunity to avoid the fine by correcting the complaint within the next scheduled working day. c) Changing the day of collection without notifying the affected premises and the City is One Hundred Dollars ($100.00) for each occurrence. d) Starting route collection before 6:00 a.m. is One Hundred Dollars ($100.00) for each occurrence. e) Failure to remove all municipal waste and recyclables by 5:00 p.m. without approval of the City is One Hundred Dollars ($100.00) per occasion. f) Contractor will not be subject to deduct for non - performance under 5.1 paragraphs (a), (b), (c), (d), and (e) in the event of hurricane, flood, riot or other disaster which might cause abnormal or additional debris. g) Failure to implement disciplinary action toward any employee(s) requested by the City Manager or designee due to one or more of the following offenses during working hours will result in a penalty of One Hundred Dollars ($100.00): 1. intoxication 2. the use of loud, profane, vulgar or obscene language 3. soliciting gratuities from the public for services 4. the refusal to collect or handle refuse as herein required 5. the wanton or malicious scattering or spilling of refuse 6. any other willful disregard of safety or sanitary requirements 7. any act constituting a public nuisance or disorderly conduct 17 5.2 Contact Person All inquiries regarding this Request for Proposal shall be written only. Such inquiries and future correspondence, including invoices, and contact regarding this contract and the work shall be directed to: Diane Schleicher, City Manager City of Tybee Island 403 Butler Avenue P O Box 2749 Tybee Island, Georgia 31328 18 SECTION 6 AWARD CRITERIA 19 6.0 AWARD CRITERIA Evaluation will include consideration of: • Contractor's ability to meet the solid waste collection, delivery and disposal requirements (Section 3.1) and recycling collection, processing and marketing requirements (Section 3.2). • Demonstrated capabilities of Contractor to provide waste collection and /or recycling services (Section 1.7). • Financial capabilities of Contractor. • Quoted price. • Terms and conditions of contract, and risks and liabilities to be borne by the City. The evaluation will be conducted by a committee of City employees with review by the City's attorney. 20 SECTION 7 FORMS 21 PROPOSAL FORM SIGNATURE PAGE City of Tybee Island Bid No. Date TO: City of Tybee Island The Undersigned having examined the Specifications, Standard Requirements and all other documents and being familiar with the various conditions under which these services and /or supplies are to be used, agrees to furnish all labor, materials, tools, equipment and services to furnish the requirements called for in the RFP, for the prices stated on the Proposal Form. The Undersigned hereby certifies that this proposal is genuine and not sham, collusive, or fraudulent or made in the interest of or on behalf of any person, firm or corporation not herein named, and that the undersigned has not, directly or indirectly, induced or solicited any Bidder to submit a sham bid or any other person, firm or corporation from bidding and that the undersigned has not, in any manner, sought by collusion to secure for himself any advantage over any other Bidder. If awarded the Contract, the undersigned Contractor agrees to enter into and perform the contract and to execute and deliver the Contract Document, including the required Certificate of Insurance, to the City in accordance with all the terms of this solicitation. In submitting this proposal, it is understood that the City reserves the right to reject any or all proposals, to waive any informalities in any proposal or the solicitation process, and to negotiate any final contract provisions based on the proposals submitted. In submitting this proposal, the undersigned agrees that no Price Proposal may be withdrawn for a period of 120 days after the date for receipt of proposal and that all Price Proposals shall be valid for the entire period, subject to cost adjustment as identified, unless advance written consent for such withdrawal is granted by the City. Company Name: Address: Signature: Title: 22 Phone No.: TRADING AND DOING BUSINESS AS (Check one) [ ] Individual [ ] Partnership [ ] Corporation Federal Tax ID# or Social Security# DATE: ATTEST: Affix Corporate Seal Date: $ 23 PROPOSAL BID FOR the City of Tybee Island Under this Proposal, the City of Tybee Island's municipal waste shall be collected two times per week, delivered and disposed of at a Chatham County approved facility. The City's recyclables shall be collected one time per week, delivered to a processing center designated by the Contractor and marketed. Collection hours are 6:00 a.m. until the routes are completed, but no later than 5:00 p.m., Monday through Friday. 36 Month Service Waste Collection /Delivery/ Recyclables Collection/ 4 — Disposal Processing /Marketing 1st 12 Months $ $ 2nd 12 Months $ $ 3rd 12 Months $ $ TOTAL $ $ Per Service Address, Year 1 Year 2 Year 3 Per Month: 1st Waste Cart $ $ $ Add'I Waste Carts (each) $ $ $ Recycling Bin $ $ $ Once a month Bulk Refuse $ $ $ 24 CONTRACTOR'S QUALIFICATION STATEMENT CONCERNING EXPERIENCE AND THE FINANCIAL ABILITY OF: NAME ADDRESS TELEPHONE DATE Submitted for the purpose of presenting and submitting a bid for the collection and disposal of solid waste and the collection and marketing of recyclables in the City of Tybee Island, in the County of Chatham, for a period of thirty -six (36) months. Explanatory This questionnaire is to be completed by the Contractors desirous of submitting bids in connection with the collection, delivery and disposal of residential and commercial waste and the collection, processing and marketing of recyclable materials in the City of Tybee Island, Georgia. Each and every question contained herein must be answered, by giving specific, definite and detailed information. An answer must not be evasive, indefinite or general. Qualifications of Bidders: After the bid opening, the City may make such investigations as it deems necessary to determine the ability of the bidders to perform the work, and the bidders shall furnish to the City all such information and data for the purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the City that such bidder is properly qualified and responsible to carry out the obligations of the contract and to complete the work contemplated therein. If the space provided in this form to answer questions is not large enough, the Contractor should add additional sheets. 25 1.a. How many years has your organization been in business as a contractor under your present name? b. In what municipalities, or for what major clients? (in the past five (5) years) 2. Have you ever failed to complete any work awarded to you? (in the past five (5) years) If so, when, where and why? 3.a. Has any officer or partner of your organization ever failed to complete a municipal contract handled in his own name? (in the past five (5) years) If so, when, where and why? b. Has any officer or partner of your organization been in business under any other corporate organization or partnership which failed to complete a municipal contract? (in the past five (5) years) If so, when, where and why? 4. Have liens or lawsuits of any kind been filed against any of your contracts? (in the past five (5) years) Give full details, if so. 5. If a corporation, state: a. Date when organized b. Under the laws of what State? c. Names and titles of officers: 6. List Surety Companies and Bonding Companies which have heretofore bonded you in the past five (5) years. Give name, address and telephone number and amount of bond for the same: 26 7. List any municipal waste collection and /or recyclables collection contracts which your organization has completed in the past three (3) years or is currently performing service for. a. Name of Municipality b. Approximate population served by your organization c. Term of Contract: From to d. Were collections curbside? e. Name, title, address and telephone number of the municipal official in charge of collections and /or contract administration. f. Was the contract completed satisfactorily? 8. State financial ability and your plans for financing this work if awarded this contract. 9. Who will supervise the work if the contract is awarded to your organization? Give name and title The foregoing is a true statement of facts, and I agree that if any statement is found to be incorrect or false then my bid will be subject to rejection by the City of Tybee Island. Signed Title 27 SCHEDULE A List below number and type of all trucks and equipment to be used under this contract, according to the specifications under Section 3.1 and any other equipment which may be used to service this contract. Indicate equipment that is owned by the bidder and equipment that is leased by the bidder. 28