Loading...
HomeMy Public PortalAbout09-7490 RFP for Residential Waste Collection Services Sponsored by: City Manager RESOLUTION NO. 09-7490 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA, AUTHORIZING THE CITY MANAGER TO ISSUE A REQUEST FOR PROPOSALS (RFP) FOR RESIDENTIAL WASTE COLLECTION SERVICES WHEREAS,the City of Opa-locka("City") presently contracts with Waste Management, Inc. for residential waste collection services; and WHEREAS,the City's contract with Waste Management, Inc. is due to expire on October 31, 2009; and WHEREAS, issuance of a Request for Proposals (RFP) would allow the City to consider proposals from qualified firms performing residential waste collection services; and WHEREAS, the City Manager is requesting authorization to issue an RFP for residential waste collection services, with such services beginning on November 1, 2009; and WHEREAS, the City Commission of the City of Opa-locka desires to authorize the City Manager to issue an RFP for residential waste collection services for the City consistent with the attached Exhibit"A", and subject to minor revisions as approved by the City Manager. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF OPA-LOCKA, FLORIDA: Section 1. The recitals to the preamble herein are incorporated by reference. Section 2. The City Commission of the City of Opa-locka hereby authorizes the City Manager to issue a Request for Proposals(RFP)for residential waste collection services consistent with the attached Exhibit "A", and subject to minor revisions as approved by the City Manager. Section 3. The City Manager is further authorized to take all necessary and expedient Resolution No. 0 9—7 4 9 0 action to effectuate the intent of this Resolution. Section 4. This resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 8 day of JULY , 2009. JOSE 'H L. ELLEY M• YO ' Attest: Approved as to form and legal s ,ficiency: iebo :h S. Irby Burnade tel<lorris-Weeks City Cler. City Attorney Moved by: HOLMES Seconded by: JOHNSON Commission Vote: 5-0 Commissioner Holmes: YES Commissioner Johnson: YES Commissioner Tydus: YES Vice-Mayor Taylor: YES Mayor Kelley: YES OQ p,_LOCka..... 0 O a 4' h C'. •''w a�r.r'FJ: 0 ORA1E�... City Commission Agenda Item Request TO: Mayor Joseph L. Kelley Vice Mayor Myra L. Taylor Commissioner Timothy Holmes Commissioner Rose Tydus Commissioner Dorothy"DDotti " .ohnson FROM: Bryan K. Finnie a'•,"m City Manager DATE: Jul l �!� y , RE: Residential Solid Waste Collection and Disposal Services REQUEST: Approval of a resolution authorizing the release of a Request for Proposals (RFP) associated with solid waste and collection services. DESCRIPTION: The City of Opa-locka's current solid waste and collection contract is scheduled to expire on October 31, 2009. As a result, staff is requesting authorization from Commission to commence an RFP process to identify a new vendor for these services. This RFP will request the following additional services: New residential 96 gallon containers, one armed bandits,local business preferences,roll off provisions and supplemental pick-up sweeping. FINANCIAL IMPACT: The utilization of the RFP will enable staff to identify the vendor to provide these services to the City of Opa-locka. It is through this process that FY 2010's budget for solid waste collection and disposal will be determined. IMPLEMENTATION TIME LINE: It is anticipated that a new vendor will be in position to commence this assignment prior to the expiration of any existing contracts. LEGISLATIVE HISTORY: None RECOMMENDATION(S): Staff recommends approval. ANALYSIS: ATTACHMENT(S): Resolution Draft RFP for Residential Solid Waste Collection and Disposal Services PREPARED BY: Bryan K. Finnie,Interim City Manager End of Memorandum CITY OF OPA-LOCKA Q OP-LOCkq ‘O > 'A ' O v " ear=,. a • ,,,f4ILIriaivi;.;. 1' • 1.0 --- - —X0 RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *CITY OF OPA-LOCKA*780 FISHERMAN STREET*OPA-LOCKA*FLORIDA *33054* CITY OF OPA-LOCKA °pn ocKQ. _° (% RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL V 442i! RFP NO 09-0814 °vo,E TABLE OF CONTENTS Subject Page Number ARTICLE I General Information PAGE 1. Liaison between City and Contractor 4 2. Commencement of Work and Disposal Mandate 4 3. Term 4 4. Definition of Terms 4 5. General Conditions and Instructions to Proposers 8 6. Special Conditions 14 ARTICLE II Services to be Performed by Contractor 7. Description of Work 14 8. License, Inspection and Enforcement 15 9. Storm Conditions and Force Majeure 16 ARTICLE III Quality of Service 10.Contractor's Personnel 17 11.Contractor's Office 18 ARTICLE IV Charges, Rates and Level of Services 12.Charges, Rates and Level of Services 19 ARTICLE V Miscellaneous 13.Subcontractors 20 14.Bonds and Sureties 20 15.Insurance 20 EVALUATION 22 PUBLIC ENTITY CRIMES AFFIDAVIT 23 PERFORMANCE BOND 25 CERTIFICATE AS TO CORPORATE PRINCIPAL 27 EXHIBIT "A" 28 EXHIBIT "B" 29 RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 2 OQ p.LOC„q a 4 CITY OF OPA-LOCKA • 1�3 Advertisement for Request for Proposal O �q2 O RFP NO: 09-0814 RESIDENTAL SOLID WASTE COLLECTION AND DISPOSAL SERVICES Proposals for the RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL SERVICES will be received by the City of Opa-locka at the Office of the City Clerk, 780 Fisherman Street, 4th Floor, Opa-locka, Florida 33054, on FRIDAY, AUGUST 14 ,2009, by 2:00 PM Eastern Standard time. Any proposals received after the designated closing time will be returned unopened. A one hundred-fifty dollar ($150.00) non-refundable deposit per set of documents is required. A mandatory pre-proposal conference site-visit will be held at 10:00AM on FRIDAY, JULY, 31,2009 in the City Commission Chambers, City Hall, 780 Fisherman Street, Second Floor, Opa-Locka, Florida 33054. Any proposal received that was not represented during the pre- proposal conference shall be disqualified. A Proposal/Bid Bond of Ten Thousand Dollars ($10,000.00) must be submitted with all proposals. The successful bidder will be required to furnish a performance bond in the amount of twenty-five percent (25%) of the contract amount. The City may award more than on Contract Agreement. The City of Opa-Locka reserves the right to reject any or all proposals and to waive any irregularities in the proposal. The City of Opa-Locka is an Equal Opportunity Employer and encourages the participation of certified Minority/Women Business (MWBE) contractors. RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 3 ARTICLE I GENERAL INFORMATION 1. Liaison between City and Contractor: All transaction, contracts, notices and payments between the contractor and the City shall be directed by the contractor to the City Manager or her designee. 2. Commencement of Work and Disposal Mandate: The work outlined in these specific locations shall commence immediately upon receipt of a Notice to Proceed, but no later than November 1, 2009. All conforming solid waste collection under this contract is the sole responsibility of the contractor and must be disposed of at a Miami-Dade County facility. 3. Term: The term of the contract shall be for three (3) years beginning November 1, 2009 and terminating November 1, 2012. 4. Definition of Terms: a) Authorized Representative: Shall be the employee or employees designated in writing by the City Manager to represent the City in the administration and supervision of this contract. b) Biohazardous Waste: Shall mean any solid waste or liquid waste which may present a threat of infection or disease to humans or may reasonable be suspected of harboring pathogenic organisms. The term includes, but is not limited to, non- liquid human tissue and body parts; laboratory and veterinary waste which contain human-disease-causing agents; using disposable sharps, human blood and human blood products and body fluids; and other materials which in the opinion of the Department of Health and Rehabilitative Services represent a significant risk of infection to persons outside the generating facility. c) Biological Waste: Shall mean solid waste that cause or has the capability of causing disease or infection and includes, but is not limited to, Biohazardous waste, diseased or dead animals, and other waste capable of transmitting pathogens to humans or animals. d) Bulk Trash: Shall mean any item which cannot be containerized, bagged or bundled; including, but not limited to, inoperative and discarded refrigerators, ranges, toilets, washers, dryers, bath tubs, water heaters, sinks, bicycles, and other similar appliances, household goods, minor "do it yourself" projects construction debris, and furniture. RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 4 e) City: City of Opa-locka, Florida or its Authorized Representative. f) Collection: Shall mean the process whereby Residential solid waste, garbage and Bulk Trash is removed and transported to a Designated Facility. g) Commercial Service: Shall herein refer to the service provided to non-Residential customers. Commercial Service is excluded from this Agreement. h) Construction and Demolition Debris: Shall mean materials defined as such from time to time by the Department and Chapter 62-701 et. Seq., F.A.C. i) Contract or Agreement: The contract executed by the City and the contractor for the performance of work. The contract shall substantially be in the form provided in these specifications or by an agreement incorporating the provision of the specifications. j) Contractor or Vendor: The person, firm, corporation, organization, or agency which the City has executed a contract for performance of the work or supply of equipment or materials or his duly authorized representative. k) Designated Facility: Shall mean a disposal or transfer facility designated by the City Manager. The current Designated Facility is any facility within the Miami-Dade County Department of Solid Waste system. I) Disposal Costs: Shall mean the "tipping fees" charged to the contractor by Miami- Dade County Department of Solid Waste for Disposal of the garbage and waste collected by the contractor. m) Garbage: Every refuse accumulation of animal, fruit, vegetable, or organic matter that attends the preparation, use, cooking and dealing in or storage of meats, fish, fowl, fruit, vegetables, and decay, putrefaction and generation of noxious or offensive gases or odors, or which, during or after decay, may serve as breeding or feeding material for flies or other germ carrying insects. n) Garbage Receptacle: Shall mean any commonly available light gauge steel, plastic, or galvanized receptacle of a non-absorbent material, closed at one end and open at the other, furnished with a closely fitted top or lid and handles(s). A receptacle also includes a heavy duty, securely tied, plastic bag designed for use as a garbage receptacle. Any receptacle including waste materials shall not exceed forty (40) gallons in capacity or forty (40) pounds in weight. o) Hazardous Waste: Shall mean solid waste, or a combination of solid waste, which because of its quality, concentration, or physical, chemical or infectious characteristics, may cause, or significantly contribute to, an increase in mortality or an increase in serious irreversible, incapacitating nonreversible illness or may pose a substantial present or potential hazard to human health or the environment when improperly transported, disposed of, stored, treated, or otherwise managed. RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 5 p) Industrial Wastes: Shall mean waste generated from an industrial or manufacturing process. Industrial wastes are not included in the scope of this contract. q) Landfill: Shall mean any solid waste land disposal area for which a 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 wells, or surface impoundment. r) Loose Refuse: Refuse, which is collected from the ground, is considered loose refuse. s) Mechanical Container: Shall mean and include any detachable container designated or intended to be mechanically dumped into a loader/packer type garbage truck used by the contractor. t) Multiply Dwelling Units: Shall mean any building containing two (2) or more permanent living units. u) Performance Bond: Shall mean the form of security approved by the City and furnished by the contractor as required by this contract as a guarantee that the contractor will execute the work in ordinance with the terms of the contract and will pay all lawful claims. v) Proposer: Any person, firm, corporation, organization or agency that holds a current Miami-Dade County license or permit for collection of solid waste. w) Recycled Materials: Shall mean those materials which are recycled and which would otherwise be processed or disposed of as solid waste. x) Recycling: Shall mean any process by which solid waste, or materials which otherwise become solid waste, are collected, separated or processed and be reused or returned to use in the form of raw materials or products. y) Residential Solid Waste: Shall mean a mixture of garbage and trash resulting from the normal housekeeping activities of a residence. z) Residence: A detached building designated for or occupied exclusively by one family. Duplex buildings are also included, and shall be considered as two (2) individual units for purposes of accessing fees. aa) Refuse: Shall mean both rubbish and garbage or a combination or a mixture household rubbish and garbage, including paper, glass, metal and other discarded matter, excluding recyclable material. bb) Refuse Regulations: Shall herein refer to regulations prescribed by the City together with such administrative rules, regulations and procedure as may be established for the purpose of carrying out or making effective the provisions of the contract. RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 6 cc) Remodeling and Home Repairs Trash: Materials accumulated by the homeowner or tenant during the course of a self performed improvement project shall be prepared in lengths not to exceed five (5) feet in or forty (40) pounds in weight. dd) Residential Services: Shall herein refer to the refuse collection service provided to single-family residences within the City of Opa-locka, and duplexes. ee) Sludge: Includes the accumulated solids, residues, and precipitates generated as a result of waste treatment or processing, including wastewater treatment, water supply treatment, or operation of an air pollution control facility, and mixed liquids and solids pumped from septic tanks, grease traps, privies, or similar waste disposal appurtenances. ff) Special Waste: Shall mean solid wastes that require special handling and management, and which are not accepted at a landfill or other disposal facility or which are accepted at a landfill or other disposal facility at higher rates that is charged for refuse, including, but not limited to, asbestos, whole tire, used oil, lead- acid batteries, Sludge, Construction and Demolition Debris, Hazardous and Biohazardous wastes. gg) Solid Waste: Including refuses, yard trash, clean debris, white goods, special waste, refuse or other discarded material. hh) Solid Waste Disposal Facility: Shall mean any solid waste management facility with the Miami-Dade County Solid Waste System 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. ii) Specifications: Directions, provisions and requirements contained in the Requests for Proposals, Instructions to Proposers, Special Provisions, General Conditions (if any), Proposal Form, Bonds (if any) together with any written contract made or to be made setting out or relating to methods and manner for the work to be carried out. jj) Trash: Shall mean all refuse, accumulation of paper, excelsior, rags, wooden or paper boxes and containers, sweepings broken toys, tools, utensils, and all other accumulations of a similar nature other than Garbage, which are usual to housekeeping, but shall not include Vegetative Waste. kk) Uniform Level of Service: Shall mean any and all Residential garbage and trash, which conforms to the preparation and storage requirements and is collected in accordance with City approved schedule. II) Vegetative Waste: Shall mean any vegetative matter resulting from yard and landscaping maintenance and shall include materials such as tree and shrub materials, grass clippings, palm fronds„ Christmas trees, tree branches and similar other matter usually produced as refuse in the care of lawns, landscaping and yards. RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 7 5. General Conditions and Instructions to Proposers: a) License/Permit: The proposer must hold a current Miami-Dade County license or permit to collect solid waste to be qualified to submit a proposal. b) Proposal Submission: The proposer form shall be deemed an offer which may be accepted by the City of Opa-locka within the time prescribed in the Request for Proposals. Proposal forms are furnished in triplicate. The original and two copies of the proposal shall be submitted in a sealed envelope on which shall be shown the name of the proposer, proposal opening date, and name and proposal number. By submitting a proposal, the proposer declares that he/she understands and agrees that these proposals, specifications, provisions, terms and conditions of same, shall become a valid contract between the City of Opa-locka and the undersigned upon Notice of Award of contract in writing and/or issuance of an Agreement by the City of Opa-locka. c) Proposal Content: 1) Price Proposal (30%) Exhibit "A" and Exhibit "B": a. Collection Services: Includes the proposer's price to provide scheduled residential collection services with a ninety-six (96) gallon capacity container, as required in this RFP, and supplying the ninety-six (96) gallon capacity containers with the use of automated pick-up devices and delivery to a designated disposal facility in accordance to the time schedule presented within the RFP. b. Bulky Waste/Illegal Waste: Includes the proposer's price to provide scheduled bulky waste collection and unscheduled (pick-ups requested by City) collection of illegal waste, (price is negotiable on a case-by-case basis) as required in this RFP, and delivery to a designated facility in accordance to the time scheduled presented within this RFP using contractor ninety-six (96) gallon roll-out garbage cans. Option "B" shall include automated pick-up service, i.e. one-arm bandit or other automated pick-up devices including the ninety-six (96) gallon roll-out garbage cans. 2) Customer Service and Operations Plans (20%): a. The proposer shall provide a comprehensive description of its approach to phasing in the new contract. The proposer shall explain how they will meet each of the minimum requirements for transitioning as defined in the specifications. Strong consideration will be given to Opa-locka domiciled businesses. Proposers shall also describe how it will ensure a smooth transition to the implementation of the new Residential Solid Waste Collection and Disposal Services so that the inconvenience to the residential customers is minimized, including proposed rates for extra roll-out cans and replacement roll-out cans. RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 8 b. Quality Control Plan: The proposer shall provide a comprehensive description of its proposed quality control program. The description shall include as a minimum, the quality control organization and authority, the proposer's overview of the tasks to be inspected, reports, and methods of inspections. Describe in detail how you will monitor the Quality Assurance assessment. c. Customer Service/Complaint Plan: The proposer shall provide a comprehensive description of its customer service and complaint plan. Describe your customer service office operations and how it will be staffed. Describe what actions will be taken to prevent complaints and increase the quality of customer service. d. Community Involvement Efforts: Describe to what extent you are currently participating in at least three (3) specific communities, if available, with a customer base the size of the City of Opa-Locka or larger customer base. Describe in detail what your company is providing without cost attached to assist communities in which you currently work with quality of service such as: i. City of Opa-locka a) Local Community Environmental Groups b) Community and Resident Crime Watch coordination with local police or Residents c) Litter Control d) Neighborhood Relations e) Other List at least three (3) contacts (if available) where you offer, at no cost, collection and disposal of solid waste material collected in conjunction with Keep America Beautiful affiliated clean-ups or organized City clean-up events. Provide a reference with address, telephone number and fax number. e. Operations Plan: The proposer shall provide as a minimum a comprehensive description of its operations, logistics management plan, and the proposed organizational structure. Include as a minimum: a description of the operational and maintenance facilities in proximity of the service areas and a proposed organizational chart for the service areas. f. Equipment and Plan: The proposer shall provide a comprehensive description of its existing equipment for this RFP. Include as a minimum: a description of existing equipment in your fleet that has the capability to collect solid waste, yard and wood waste, and special services pick-ups, a brief description of any new technological equipment that may be used to cover collection costs to City of Opa-locka residents. RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 9 3) Experience and References (30%): a. Proposer must submit evidence of at least three (3) years satisfactory experience in South Florida (meaning Miami-Dade, Broward, Palm Beach or Monroe Counties only) through exclusive municipal single-family residential contracts with South Florida municipalities with populations similar to or greater than that of Opa-locka's. At a minimum, proposer must include the following information in order to comply with this section: i. Name and address of the South Florida municipality ii. Contact name and title, phone number and address of contact person for the municipality iii. Number of single-family units serviced under the exclusive contract iv. Number of years proposer has held the contract 4) Financial Stability and Resources (20%): a. Proposer must submit proof of financial stability and resources such that proposer clearly demonstrates that it has sufficient equipment, capital, labor, and other resources necessary to perform the scope of work without delay the inception of the contract and throughout the entire term and subsequent potential renewal terms. Proposer shall submit complete and fully audited financial statements for the past two (2) fiscal years in addition to any other reports or information necessary to comply with this requirement. b. Include a strategy(s) to identify employment opportunities for Opa-locka residents linked to this contract. 5) Place of Proposal Opening: City Commission Chambers, 780 Fisherman Street, 2nd Floor, Opa-locka, FL 33054 at 3:00pm. RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 10 Scope and Purpose: It is understood that the information contained in the RFP and the experience, guarantees and innovative approaches demonstrated therein shall be the general basis for selection of respondents based on the proposer initially meeting minimum qualification requirements and a structured point scoring evaluation of the response to the Request for Proposals (RFP) including the Price Proposal. The qualification evaluation shall consider each respondent's ability to perform the required service, experience and technical expertise, ability to make financial and technical guarantees, corporate resources and department, and innovative approaches. The price proposals shall be evaluated on: clarity, value to City and comparison to other price proposals. Pricing exceptions will be negatively rated. The City Manager may elect to terminate negotiations with the first-ranked proposer, begin negotiations with second-ranked proposer, and so on, or cancel the process, in the event negotiations do not result in an executed contract. a) Acceptance or Rejection of Proposals: The City of Opa-locka reserves the right to reject any and all proposals, to waive technical defects and to accept or reject any part of any proposal that is in the best interest of the City of Opa- locka. b) Assignment: The successful proposer(s) shall not assign, transfer, convey, sublet or otherwise dispose of this contract, or any or all of its right, title or interest herein or his or its power to execute such contract to any person, company or corporation. c) Award Challenge: All costs accruing from a proposal or an award challenged as to quality, etc. (test, etc.) shall be assumed by the challenger. All proposal challenges are to be in writing and filed with the City Manager within fourteen (14) calendar days of the award. The City will notify the challenger of the cost and time necessary for written reply to the challenger. d) Proposal Withdrawal: No proposal can be withdrawn after it is filed unless the proposer makes his request in writing to the City prior to the times set for the opening of the proposals, or unless the City fails to accept it within sixty (60) days after the fixed date for opening proposals or unless otherwise indicated on the proposal. e) Proposer Certification: Submission of a signed proposal is Proposer's Certification that the proposer will accept any award made to him as a result of said submission at the prices and terms contained therein. RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 11 f) Proposer Responsibility: Before submitting this proposal, each proposer shall make all investigations and examinations necessary to verify any representation made by the City that the proposer will rely upon. No pleas of ignorance of such conditions and requirements resulting from failure to make such investigations and examinations will relieve the successful proposer from his obligation to comply in every detail 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 constructor. g) Default: Failure or refusal of a proposer to execute a contract upon award, or withdrawal of a proposal before such award is made may result in forfeiture of that portion of any proposal surety required. h) Exceptions to Specifications: Proposers taking exception to any part or section of these specifications shall indicate such exceptions on its proposal. Failure to indicate any exceptions shall be interpreted, as the proposer's intent to fully comply with the specifications as written. i) Expenses Incurred in Preparing Proposal: The City accepts no responsibility for any expenses incurred in the proposal, preparation and presentation. Such expenses are to be borne exclusively the proposers. j) Infringement of Patent Rights: It shall be understood and agreed that by the submission of a proposal, the proposer, if awarded a contract, shall save harmless and fully indemnify the City and any of its officers, consultants or agents from any and all damages that may, at any time, be imposed or claimed for infringement of any patent right, trademark, or copyright, of any person or persons, associations, or corporation, as a result of the use of such articles by the City, or any of its officers, consultants, or employees, and of which articles the contractor is not the patentee, assignee, licensee or owner, or lawfully entitled to sell same. k) Late Proposal Rejection: The City of Opa-locka or the City Clerk is not responsible for the delivery of any proposal. All proposals received by the City Clerk after the time stated in the Request for Proposal shall be returned unopened and will not be considered for award. I) Laws and Regulations: It shall be understood and agreed that any and all services, materials and equipment shall comply with the Local, State and Federal laws and regulations. m) Method of Award: The City of Opa-Locka reserves the right to make the award or reject all proposals, whichever is deemed in the best interest of the City. RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 12 n) Performance Bond: The security furnished by the contractor, as a guarantee that the contractor will execute the work in accordance with the terms of the contract. The performance bond shall be in the amount of twenty-five percent (25%) of the proposal award and shall be agreed upon and submitted to the City prior to initiating the work. o) Permits, Licenses, Occupational Licenses: The contractor shall procure all permits and licenses as required; however, there will be no charge for a construction permit as issued by the City. p) Principals/Collusion: By submission of this proposal, the undersigned, as proposer, does declare that the only person or persons interested in this proposal as principal or principals, is/are, named therein and that no person other than therein mentioned has any interest in this proposal is made without connection with any other person, companies or parties making a proposal; and that it is in all respects fair and in good faith without collusion or fraud. q) Qualification of Proposers: Each proposer must have a current Miami- Dade County Occupational License, and must have been a licensed contractor for at least five (5) years. In addition, proposer must meet all criteria as evidenced through proposer's response to the various requirements as outlined in a "proposed content". r) Relation of City: It is the intent of the parties hereto that the successful proposer shall be legally considered an independent contractor and that neither he/she or his/her employees shall, under any circumstances, be considered servants or agents of the City, and that the City shall at no time be responsible for any negligence on the part of said successful proposer, his/her servants or agents, resulting in either bodily or personal injury or property damage to any individual, firm or corporation. s) Taxes: The City of Opa-locka is exempted from Federal Excise and State of Florida Sales Tax. The State Sales and Use Tax Certificate Number is 23- 6328084-54C. t) Terms: All terms, conditions, and provisions of the contract must be strictly observed in addition to the general conditions herein described. u) Additional Information: Questions regarding these specifications must be in writing and submitted to: Office of the City Manager 780 Fisherman Street, Fourth Floor Opa-locka, FL 33054 Telephone No. (305) 953-2821 Should any questions or responses require revisions to the specifications as originally published, such revisions will be by formal amendment only. RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 13 6. Special Conditions: Any person submitting a proposal or proposal in response to this invitation must execute the enclosed form, SWORN STATEMENT UNDER SECTION 287.133 (2)(A), FLORIDA STATUTES ON PUBLIC ENTITY CRIME, including proper check(s) in the space(s) provided, and enclose it with this proposal. Corrections to the form will not be allowed after the proposal or proposal opening date. Failure to complete this form in every detail and submit it with your proposal will result in immediate disqualification of your proposal. ARTICLE II SERVICES TO BE PERFORMED BY CONTRACTOR SOLID WASTE PROGRAM 7. Description of Work: a) Areas and Amount of Waste: The contractor shall provide residential solid waste collection services and disposal with the City limits of Opa-Locka. b) Frequency of Collection: The contractor shall collect refuse from places of residence within the City two (2) times per week, with collections at lest three (3) days apart. Bulk trash shall be collected one (1) time per month. c) Contractor Responsibilities: The contractor shall provide at his own expense, all labor, supervision, machinery and equipment, plant building truck and any other tools, equipment, accessories and things necessary to maintain the standard of collections and disposal set forth herein. d) Protection of Adjacent Property and Utilities: The contractor shall conduct its work in such a manner as to avoid damage to adjacent private or public property and shall repair or pay for any damage incurred through its operations. The contractor shall take cognizance of all existing utilities and it shall immediately repair or have repaired at no additional cost to the owner or any breakage or damage caused by its operation. e) Spillage: The contractor shall not litter or cause any spillage to occur upon the premises or the rights-of-ways wherein the collection shall occur. The contractor may refuse to collect any solid waste that has not been placed in a respectable area, as provided herein. During hauling, all solid waste shall be contained and/or tied. Spillage caused by the contractor: the contractor shall promptly clean up all spillage. f) Compliance with City Ordinances: Not withstanding any provision contained herein, contractor shall fully comply with all of the requirements and provisions of the City of Opa-Locka, and the rules and regulations of the City applicable to the collection of waste and other applicable laws. g) Designated Facility: All refuse, recyclable materials and vegetative waste shall be hauled to a designated facility as directed in writing by the City Manager and disposed of at those facilities at the expense of the Contractor. RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 14 h) Hours of Collection: Collection shall begin no earlier that 7:00 o'clock a.m. and shall cease no later than 7:00p.m. Collections may occur six days per week but no collection shall occur on Sundays or holidays except in cases of an emergency. i) Residential Roll-Out Garbage Can Service The City is desirous of changing from the current customer-owned residential can service to a Roll-out Garbage Can service to include automated service. If the City selects this option, contractor will provide the twice-weekly Residential Roll-out Solid Waste Collection Service utilizing Roll-out Garbage Cans with capacities of ninety-six (96) gallons. Under this option, contractor will deliver one (1) ninety-six (96) gallon Roll- out Garbage Can for pick-up to each single-family residence. Contractor will subsequently pick up only that residential solid waste that is contained within each customer's Roll-out Can twice weekly on customer's regularly scheduled pick up days. The specific brand of Roll-out Garbage Can will be left to the discretion of the proposer; however the City is requiring that the container be green in color, approved by the City, and have the City's name or logo printed on the container. The contractor will be responsible for the initial purchase, inventory and distribution of Roll-out Garbage Cans for all single-family residences serviced under this contract, as well as additional units required due to the construction of additional single-family residential dwellings in the City. Replacement Roll-out Garbage Cans for those that are lost, stolen, damaged, or otherwise unusable through no fault of contractor shall be invoiced to the City as indicated in contractor's price proposal. Residents desiring more than one Roll-out Garbage Can shall make such requests to City and contractor will make such additional Roll-out Garbage Cans available to the City for its residents at the cost indicated on the price proposal. Upon termination of the Contract, all Roll-out Garbage Cans in the possession of residential service units shall remain the property of the contractor. Contractor's price proposal shall also include the cost for providing Roll-out Garbage Cans with the ninety-six (96) gallon capacity with automated service i.e. one-arm bandit apparatus or the equivalent thereof as specified in Exhibit "B". 8. License, Inspection Enforcement: a) License to Operate: Upon award of the contract, the City will issue a license to contractor to engage in all waste collection from residential establishments within the City and to service these establishments in collecting garbage waste and trash service in accordance with the provisions of the ordinance of the City of Opa-locka, and the contract and the rules and regulations of the City applicable to the collection of waste. Contractor agrees to comply fully with all the aforesaid requirements and provisions of the ordinances of the City of Opa-Locka, this Agreement and the rules and regulations of the City applicable to the collection of waste. RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 15 b) Vehicle Permits and Inspection: Contractor shall be required to have valid permits for each collection vehicle. Each vehicle shall display said permit in a prominent and easily visible location. All vehicles should be properly inspected by the appropriate governmental agencies and by the City. The Public Works department of the City shall inspect all vehicles for safety, cleanliness and proper licensing, etc., as may be necessary. Each vehicle operated within the City by contractor shall be conspicuously marked on both sides of the vehicle in stenciled letters in an area of not less than thirty inches (30") by fourteen inches (14") with the following information: City of Opa-Locka License Number Contractor's Name c) Contractor Failure: If the City determines that contractor has failed to comply with any of the provisions of this paragraph it shall notify contractor, in writing, by certified mail, and demand that contractor cause the violation to be remedied within the prescribed time. If the violation has not been remedied, the City Manager shall proceed to revoke the contract of the contractor. 9. Storm Conditions and Force Maieure: a) Storm: In case of a storm, the City Manager and his or her designee may grant the contractor reasonable variance from regular schedules and routes. As soon as practicable from such storm, the contractor shall advise the City Manager and the customer of the estimated time required before regular schedules and route can be resumed. In case of a storm where it is necessary for the contractor and the City to acquire additional equipment and to hire extra crews to clean the City of debris and refuse resulting from the storm, the contractor shall be required to work with the City in all possible ways for the efficient and rapid clean up of the City. The contractor shall receive extra compensation above the Contract Agreement for additional men, overtime, and cost of rental equipment, provided he has first secured written authorization from the City Manager or his/her designee. The total cost for such services shall be based on rates jointly agreed to by the City Manager or his/her designee and the contractor. b) Force Majeure: The performance of any act by the City or contractor may be delayed or suspended at any time while, but only so long as, either party is hindered in or prevented from performance by Acts of God, the elements, war, rebellion, strikes, lockouts, or any other cause beyond the reasonable control of such party, provided, however, that if the condition of Force Majeure exceeds a period of thirty (30) days the City at its option or discretion, cancel or renegotiate this contract. RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 16 ARTICLE III QUALITY OF SERVICE 10. Contractor's Personnel: a) Quality of Work: In accordance with City ordinances, contractor shall be the sole entity permitted to collect waste from residential establishments and non-residential units within the City. All work relevant to the collections contemplated in RFP shall be performed as scheduled in a workman-like manner. Upon completing each collection hereunder, contractor shall properly replace all dumpsters and containers and leave the premises so serviced in a litter-free and sanitary condition. b) Contractor's Officer(s): The contractor shall assign a qualified person or persons to be in charge of the operations within the service area. The contractor shall give the names of these persons to the City. Information regarding the persons experience and qualifications shall also be furnished. Supervisory personnel must be available for consultation with the City Manager and/or customers within a reasonable, practicable time after notification of a request for such consultation. The supervisors shall operate a vehicle, which is radio equipped. c) Conduct of Employees: The contractor shall see to it that its employees serve the public in a courteous, helpful and impartial manner. Contractor's collection employees will be required to follow the regular pedestrian walkway while on private property. No trespassing by employees or crossing property of neighboring premises will be permitted unless owners of both such properties give permission. Care shall be taken to prevent damage to property including cans, carts, racks, trees, shrubs, flowers and other plants. d) Employees' Uniform Regulations: The contractor's solid waste collection employees shall wear a uniform or shirt bearing the company's name. The contractor shall furnish to each employee an identification badge, with numbers and letters at least one-half inch (1/2") high, uniform in type. Employees shall be required to wear such badge while on duty. 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. e) Compliance with State, Federal and Municipal Laws: The contractor shall comply with all applicable City, State and Federal laws relating to wages, hours, and all other applicable laws relating to the employment or protection of employees, now or hereafter in effect. f) Fair Labor Standards Act: The 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 requirements as established by the Congress of the United States in the Fair Labor Standards Act as amended and changed from time to time. g) License Requirement: Each vehicle operator shall, at all times, carry a valid driver's license, for the type of vehicle that is being driven. RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 17 h) Safety Training: The contractor shall provide operating and safety training for all personnel. i) Equal Employment: No person shall be denied employment by the contractor for reasons of race, sex, national origin, creed, age, physical handicap, religion or sexual preference. 11. Contractor's Office: a) Local Office: The contractor shall provide, at its expense, a suitable office located within Miami-Dade County with telephone service available to Opa-locka where complaints shall be received, recorded, and handled during normal work hours of each week and shall provide for prompt handling of emergency complaints and all other complaints or calls. b) Customer Complaints: In the event the City receives any customer complaints relating to services rendered by contractor, said reports shall be forwarded to contractor who shall have ten (10) days from receipt thereof to resolve the matter with the customer. If the matter is not resolved, contractor shall within five (5) days thereafter, deliver to the City Manager a status of the complaint, its efforts made to resolve the complaint and why it was not resolved. RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 18 ARTICLE IV CHARGES, RATES AND LEVEL OF SERVICE 12. Charges, Rates and Level of Service: a) Rates and Charges for Service: Contractor shall submit proposed prices to be charged to residential establishment on the matrix attached as Exhibits "A" and "B". Prices must include franchise fee for proposal and discuss reasons for suggesting franchise fee rate. Proposers failing to submit rates for any items on Exhibits "A" and "B" as indicated shall be deemed non-responsive by the City. b) Unusual Costs: The parties recognize and understand that there may be a need to adjust the rates for service charges during the term of the contract for unusual changes in costs. It is therefore agreed that contractor may petition the City Commission for a change in the schedule rate. Except for the first (1St) year of service, Contractor shall provide any proposed unusual cost related rate changes to the City no later than the first day of June, to be effective with the City's fiscal year beginning on the first day of October of the same year. c) Tipping Fee Adjustment: The City shall permit an adjustment to rates in the form of a pass-through of any increase or decreases in "tipping fees" charged by Miami-Dade County for disposal of waste collected in the City, in relation to the amount that a change in the "tipping fees" affects the total rate structure of monthly charges. Contractor shall submit notice to the City thirty (30) days prior to any request that rates be adjusted as a result of increased "tipping fees". Contractor shall include in said notice sufficient documentation, accounting and calculations necessary for the City to determine the amount of the adjusted increase or decrease in rates billed to the City. The City Commission shall provide approval in writing within thirty (30) days of the city's receipt of notice from the contractor. The City Commission's approval shall be retroactive to the date that contractor must pay the increase in "tipping fees". d) CPI Adjustment: The monthly schedule for each year after the first year shall be subject to an increase based on the calculation of current rate multiplied by the percentage change in the Customer Price Index (CPI) for all urban consumers, Miami, all items or successor reports as issued by the United States Department of Labor Statistics, for twelve (12) months average through March 31 of the preceding year on this anniversary thereafter. RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 19 ARTICLE V MISCELLANEOUS 13. Subcontractors: Subcontractors will not be permitted under the terms of the Contract unless approved by the City. 14. Bonds and Sureties: a) Proposed Security: Each proposal must be accompanied by a cashier's check, certified check or proposal bond in the form attached to these specifications payable to the City of Opa-Locka in the amount of Ten Thousand Dollars ($10,000.00). The proposal security will be forfeited if the successful proposer fails to execute a contract with the City within fifteen (15) days after notification of award of the contract. The City shall within ten (10) days after the opening of the proposals, return the proposal securities of all proposers except those posted by the two (2) highest ranked proposers, whose proposal securities will be returned upon the final award and execution of the contract between the successful proposer and the City, and after proof of insurance, and/or a performance bond as specified herein has been received by the City. b) Performance Bond: The contractor shall furnish a performance bond in the form attached to this specification as security for performance of this contract with the City of Opa-Locka. The performance bond will be twenty-five percent (25%) of the anticipated annual revenues as calculated at award and adjusted yearly on the anniversary date of this contract, to remain in force for the duration of this contract. The 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, and shall be submitted to the City prior to initiating the work. c) Requirements as to Surety: The surety of sureties shall be a company or companies satisfactory to the City. Any surety shall be duly licensed to conduct business in the State of Florida. 15. Insurance: a) Insurance Required: Contractor shall obtain through self-insurance or through a carrier the following types of insurance in the amount as hereinafter set forth and shall furnish copies of the original insurance policies to the City with a certificate of insurance for all policies written in contractor's name. The certificates of insurance shall be furnished, within thirty (30) days, written notice by registered mail, prior to cancellation or a material change in any policy. Termination of insurance coverage shall automatically terminate the right of contractor to operate within the City. The insurance required to be maintained by contractor is as follows: RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 20 1. Workers Compensation: Contractor shall carry, with a company authorized under the laws of the State of Florida, a policy to protect against liability under the Workers Compensation and Occupational Diseases of the State of Florida. 2. Automobile Liability Insurance: Contractor shall carry, in its own name, a comprehensive policy to insure the entire automobile liability of its operations with limits not less than One Hundred Thousand Dollars ($100,000.00) each accident for property damage liability per vehicle. In addition to the above insurance there must be excess coverage to at least One Million Dollars ($1,000,000.00) each person. 3. General Liability: Contractor shall carry, in its own name, a comprehensive liability policy for its operations other than automobile with limits of at least One Hundred Thousand Dollars ($100,000.00) for each accident bodily injury liability, and Fifty Thousand Dollars ($50,000.00) each accident for property damage liability. 4. Liability of the City: The above insurance requirements shall not be construed as imposing upon the City, or any official or employee, any liability or responsibility for damages to any person injured or any property damaged by contractor and contractor shall indemnify and hold City harmless from and against any liability, cost, suit, money, damages and attorney's fees relating thereto. RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 21 Proposal Evaluation and Award Criteria Weighting • Past experience servicing residential solid waste for South Florida municipalities 30% • Customer Service and Operations Plans 20% • Financial Stability and Resources .20% • Price 30% RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 22 PUBLIC ENTITY CRIMES AFFIDAVIT (Referenced in the body in Article I, #6.) NOTE: THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. A. This sworn statement is submitted with Bid, Proposal, Contract No. 09-0814 for B. This sworn statement is submitted by NAME OF ENTITY SUBMITTING SWORN STATEMENT ,whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is . If the entity has no FEIN, include the Social Security number of the individual signing this sworn statement: , C. My name is (print name of individual signing), and my relationship to the entity named above is . D. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political subdivision of any other state or with the United States, including, but not limited to any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. E. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(I)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contender. F. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: (i) A predecessor or successor of a person convicted of a public entity crime: or (ii) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person control another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. G. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 23 provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. H. Based on information and belief, the statement, which I have marked below, is true in relation to the entity submitting this sworn statement. (Please indicate which statement applies.) (i) Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, nor any affiliate of the entity have been charged with and convicted of a public entity crime subsequent to July 1, 1989. (ii) The entity submitting this sworn statement, or one or more of the officers, directors, executives, partners, shareholders, employees, members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989, AND (please indicate which additional statement applies.) • There has been a proceeding concerning the conviction before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on the convicted vendor list. (Please attach a copy of the final order.) • The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing officer of the State of Florida, Division of Administrative Hearings. The final order entered by the hearing officer determined that it was in the public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy of the final order.) • The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending with the Department of General Services.) Signature Title Date STATE OF FLORIDA COUNTY OF Sworn to(or affirmed)and subscribed before me this day of ,20 ,by(name of person making statement). (My Commission Expires) (Notary signature) Personally Known OR Produced Identification Type of Identification Produced RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 24 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS that as Principal, hereinafter called "Contractor", and as Surety, hereinafter called "Surety", are held and firmly bound unto the City of Opa-locka, Florida, as Obligee, hereinafter called "City" in the amount of Dollars ($ .00) for the payment whereof Contractor and Surety bind their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, Contractor has by written agreement dated , entered into a contract with City for: PROPOSAL NO. in accordance with 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 Contractor, specified, or shall pay over, make good and reimburse to the above Obligee, all loss and damage which said Obligee should be null and void; otherwise shall remain in full force and effect, subject however, to the following conditions: A. 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. B. 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. END OF BOND DOCUMENT SIGNATURES FOR PERFORMANCE BOND BEGIN ON THE NEXT PAGE RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 25 IN WITNESS WHEREOF, the above bounded parties have caused this Bond to be executed by their appropriate officials on the day of 200 . WITNESS: PRINCIPAL (if sole Proprietor or Partnership) (Firm Name) By: Title: (Sole Proprietor or Partner) PRINCIPAL (if Corporation) (Corporate Name) ATTEST: (Secretary) By: (President) (Corporate Seal) COUNTERSIGNED BY RESIDENT FLORIDA AGENT OR SURETY: SURETY: By: (Copy of agent's current license as Issued by State of Florida Insurance Commissioner shall be attached hereto) RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 26 CERTIFICATE AS TO CORPORATE PRINCIPAL I, , certify that I 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 signature, and his signature hereto is genuine; and that said bond was duly signed, sealed, and attested for and on behalf of said Corporation by authority of its governing body. (Corporate Seal) (Secretary) ACKNOWLEDGEMENT OF ATTORNEY-IN-FACT SURETY STATE OF FLORIDA COUNTY OF MIAMI-DADE Before me, a Notary Public, duly commissioned, qualified and acting, personally appeared , who says that he is the Attorney-In-Fact or the , (Surety) and that he has been authorized by the Surety to execute the foregoing bond on behalf of the Surety named therein favor of the City of Opa-locka, 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 who , did take an oath, or , did not take oath. WITNESS my hand and official seal, at the County and State aforesaid, on the date and year aforesaid. (Attach Power of Attorney) Notary Public, State of Florida-at-Large My Commission Expires: RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 27 EXHIBIT "A" Price Proposal Option A: Current Service Type Twice weekly curbside pick-up of customer-owned residential type garbage cans, and monthly bulk waste: 1A) per residential unit, per month Option B: Roll-out Garbage Can Service Twice weekly curbside pick-up of one 96 gallon Roll-out Garbage Can, and monthly bulk waste: 1B) per residential unit, per month Additional Roll-out Garbage Cans, monthly service fee for second and all subsequent additional Roll-out Cans at a single residence. 2B) per add'l Roll-out Garbage Can, per month Replacement Roll-out Garbage Cans: 2C) per Roll-out Garbage Can replaced Proposed rates for both options above are inclusive of collection and disposal fees. Proposer Name (print): Authorized Signature: RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 28 EXHIBIT "B" Price Proposal Option B: Current Service Type With Automated Pick-up Apparatus Twice weekly curbside pick-up of customer-owned residential type garbage cans with automated pick-up service, and monthly bulk waste: 1A) per residential unit, per month Option B: Roll-out Garbage Can Service Twice weekly curbside pick-up of one 96 gallon Roll-out Garbage Can with automated pick-up service, and monthly bulk waste: 1B) per residential unit, per month Additional Roll-out Garbage Cans, monthly service fee for second and all subsequent additional Roll-out Cans at a single residence with automated pick-up service. 2B) per add'!Roll-out Garbage Can, per month Replacement Roll-out Garbage Cans: 2C) per Roll-out Garbage Can replaced Proposed rates for both options above are inclusive of collection and disposal fees. Proposer's Name (print): Authorized Signature: RFP NO: 09-0814 RESIDENTIAL SOLID WASTE COLLECTION AND DISPOSAL 29