HomeMy Public PortalAbout16-9159 Issue a Request for RFP for Commercial & Residential Solid Waste Sponsored by: City Manager
RESOLUTION NO. 16-9159
A RESOLUTION OF THE CITY COMMISSION OF THE
CITY OF OPA-LOCKA, FLORIDA, DIRECTING AND
AUTHORIZING THE CITY MANAGER TO ISSUE A
REQUEST FOR PROPOSALS (RFP) FOR COMMERCIAL
AND RESIDENTIAL SOLID WASTE COLLECTION AND
DISPOSAL SERVICES, PAYABLE FROM ACCOUNT
NUMBER 34-534340; PROVIDING FOR INCORPORATION
OF RECITALS; PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS,The City Commission of the City of Opa-locka, desires to issue a
Request For Proposals (RFP) to solicit bids for a vendor to service both commercial
and residential solid waste collection and disposal services; and
WHEREAS, The City currently has a vendor providing such services,
however the agreement with that vendor is due to expire this year (2016); and
WHEREAS, The issuance of the RFP, with an initial three (3) year term, is a
component of the City's financial recovery plan; and
WHEREAS, Through the issuance of the RFP, the administration is seeking a
prepayment of a portion, or all, anticipated franchise fees for the term of the
agreement; and
WHEREAS,It is in the best interest of the City to explore options to maximize
the revenue received through its solid waste services; and
WHEREAS, The City Commission desires to authorize the City Manager to
issue a Request For Proposals for a residential and commercial vendor to service the
City residential and commercial solid waste collection disposal needs.
NOW THEREFORE, BE IT RESOLVED THAT THE CITY COMMISSION
OF THE CITY OF OPA-LOCKA, FLORIDA:
Resolution No. 16-9159
Section 1. The recitals to the preamble herein are incorporated by reference;
Section 2. The City Commission of the City of Opa-locka directs and
authorizes the City Manager to prepare and issue a Request For Proposals (RFP) for
a vendor to provide both citywide commercial and residential solid waste collection
and disposal services payable from account number 34-534340.
Section 3. This Resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this 24th day of February, 2016.
/,
Ir �
ra L. Taylor
Mayor
Attest to: Approved as to form and legal sufficiency:
,. Ck.
Jo. na Flores Vincent T. Brown, Esq.
City Clerk The Brown Law Group, LLC
City Attorney
Moved by: COMMISSIONER SANTIAGO
Seconded by: COMMISSIONER PINDER
Commissioner Vote: 3-0
Commissioner Kelley: NOT PRESENT
Commissioner Pinder: YES
Commissioner Santiago: YES
Vice Mayor Holmes: YES
Mayor Taylor: NOT PRESENT
Is, 9
ti O
m
OAF'ONPS E
City of Opa-Locka
Agenda Cover Memo
Commission Meeting Item Type: Resolution Ordinance Other
Date: 2/24/2016 X
Fiscal Impact: Ordinance Reading: 1st Reading 2"d Reading
Yes No
X Public Hearing: Yes No Yes No
X
Funding Source: Solid Waste(410)/ Advertising Requirement: Yes No
Acct No.34-534340 Public Works(504) X
(Residential Collection)
Contract/P.O.Required: Yes No RFP/RFQBid#:
X
Strategic Plan Related Yes No Strategic Plan Priority Area: Strategic Plan ObjJStrategy: (list the
X Enhance Organization: El specific objective strategy this item will address)
Bus.&Economic Dev: E]
Public Safety: El The proposed resolution is a
Quality of Education: iJ component of the City's financial
Qual.of Life&City Image: recovery plan.
Communication: El
Sponsor Name David Chiverton Department: City Manager
Short Title:
Authorize the City Manager to issue a request for proposal (RFP) for citywide commercial and residential
solid waste collection and disposal services.
Staff Summary:
Universal Waste Services of Florida, Inc. provides exclusive commercial and residential solid waste collection and
disposal services for the City. Commerical solid waste collection and disposal services are provided via a franchise
agreement and residential solid waste collection and disposal services are provided via a contract agreement; both
agreements expire in November 2016. For FY 2015-16, the franchise agreement is budgeted to provide annual
franchise fees of $300,000 and residential collection and disposal is budgeted to cost the City $996,535. The
issuance of the RFP, with an initial three (3) year term, is a component of the City's financial recovery plan.
Through the issuance of the RFP, the administrating is seeking upfront payment of a portion, or all, anticipated
franchise fees for the term of the agreement.
Proposed Action:
Staff recommends approval as part of the strategic plan priorities.
Attachment:
1. Resolution authorizing the issuance of the RFP.
CITY OF OPA-LOCKA
0
/
<9
4. ) j
SIM 111A
40 it's's"
7r3111NisseT/0
aRaT�O
RFP NO: XX-XXXXXXX
CITYWIDE SOLID WASTE
(COMMERCIAL AND RESIDENTIAL)
COLLECTION AND DISPOSAL SERVICES
* * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * * *
*CITY OF OPA-LOCKA*780 FISHERMAN STREET *OPA-LOCKA*FLORIDA *33054*
Page 1of13
of pip Lock4 o RFP NO: XX-XXXXXXX
p CITYWIDE SOLID WASTE COLLECTION AND DISPOSAL
SERVICES
C.ve.OR AY EU.
Proposals for the CITYWIDE SOLID WASTE COLLECTION AND DISPOSAL
SERVICES will be received by the City of Opa-locka (City) at the Office of the City
Clerk, 780 Fisherman Street, 4t Floor, Opa-locka, Florida 33054, by 2:00 P.M. Eastern
Standard Time on Friday, March 18, 2016. Any proposals received after the
designated closing time will be returned unopened.
A mandatory pre-proposal conference meeting will be held at 10:00 A.M. Eastern
Standard Time on Friday, March 4, 2016 at 780 Fisherman Street, Second Floor, Opa-
locka, Florida 33054. The City shall only accept and consider for award proposals from
Proposers that attend the mandatory pre-proposal conference.
An original and five (5) copies for a total of six (6) plus 1 copy of the proposal on CD or
thumb drive in PDF format shall be submitted in sealed envelopes/packages addressed
to Joanna Flores, City Clerk, City of Opa-locka, Florida, and marked Citywide Solid
Waste Collection and Disposal Services. Proposers desiring information for use in
preparing proposals may obtain a set of such documents from the Clerk's Office, 780
Fisherman Street, 4th Floor, Opa-locka, Florida 33054, Telephone (305) 953-2868 or
copies of the requirements for RFP NO: XX-XXXXXXX may also be obtained by visiting
the City's website at www.opalockafl.gov, (click "RFQ /PROPOSALS" located on the
right hand side of the screen and follow the instructions).
A proposal/security of Fifty Thousand Dollars ($50,000.00) must be submitted with all
proposals. The successful bidder will be required to furnish a performance bond in the
amount of one million dollars ($1,000,000.00) for the residential contract and three
hundred thousand dollars ($300,000.00) for the franchise contract.
The City will award a Franchise Agreement for commercial solid waste collection and
disposal AND a Contract Agreement for residential solid waste collection and disposal;
collectively referred to as "contracts." The City may award more than one contract.
The City of Opa-locka reserves the right to reject any or all proposals and to waive any
irregularities in the proposal.
The City is an Equal Opportunity Employer and encourages the participation of certified
Minority/Women Business (MWBE) contractors.
JOANNA FLORES, CMC
CITY CLERK
Page 2 of 13
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 his/her designee.
2. Commencement of Work and Solid Waste Disposal:
The work within the geographical boundaries of the City shall commence on October 1,
2016. All conforming solid waste collection and disposal under each contract is the sole
responsibility of the Contractor. The Contractor shall be required to dispose of solid
waste in compliance with any and all applicable Federal, State and Local rules and
regulations.
3. Term:
a) The term of both contracts shall begin on October 1, 2016 and end on September
30, 2021 with one (1) five (5) year option.
b) The contracts shall automatically renew under the same terms and conditions for
one (1) additional five (5) year term unless either party gives written notice of
non-renewal at least sixty (60) days prior to the end of the initial five (5) year
term.
c) Moreover, should the Contractor decide to renew the contracts, any and all up-
front franchise payments will be submitted in accordance with the initial five (5)
year term.
4. General Conditions and Instructions to Proposers
License, Inspection Enforcement
a) Minimum Qualification Requirements:
In addition to all other requirements set forth in this RFP, Proposers must have a
minimum of one (1) year experience providing solid waste services in an exclusive
franchise arrangement for a municipality in Florida of similar or greater size than the
City of Opa-Locka, with exclusive services to include residential solid waste and
commercial solid waste collection and disposal services.
Additionally, a contract SHALL NOT be awarded to any Proposer that is in arrears with
any debt, financial obligation, or other obligation to the City of Opa-locka at the time
that proposals are submitted, evaluated, or recommended for contract award.
Proposers that owe any such obligations shall be considered non-compliant and their
proposals WILL NOT be considered.
Page 3 of 13
b) License to Operate:
Upon award of the RFP by the City Commission, the City and Contractor will execute
contracts to exclusively engage in commercial and residential solid waste collection
and disposal services in accordance with Chapter 11 — Garbage and Trash of the City
Code (see Exhibit "A"); the commercial solid waste franchise agreement (see Exhibit
"B"); and the residential solid waste agreement (see Exhibit "C"). All commercial
establishments are required to contract and maintain solid waste service from the City's
exclusive franchisee. The City will utilize its Code Enforcement and any and all other
regulatory and enforcement powers in ensuring that all commercial establishments
contract adequate solid waste service levels and maintain service by paying all waste
fees when they become due.
c) 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
d) 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.
5. Storm Conditions
In case of a storm, the City Manager and his/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 may receive extra
compensation above the residential solid waste contract or additional staff, overtime,
and cost of rental equipment, provided he/she has first secured written authorization
from the City Manager or his/her designee. The total cost for such services shall be
Page 4 of 13
based on rates jointly agreed to by the City Manager or his/her designee and the
Contractor.
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, may cancel or renegotiate the residential solid waste contract.
6. Organization:
Proposer should include an organizational chart for the Opa-locka operation indicating
titles and total number of personnel devoted to work under the contracts. To the extent
that it is known, the organizational chart should include the names and resumes of
individuals who would manage the contract and supervise the field work required in the
contract. Proposer should identify any subcontractors it intends to employ and describe
the specific work that would be performed by each subcontractor.
a) Transition: Proposer should include a transition plan explaining how it would
transition into providing these services.
b) Program promotion: Proposer should include a description of any activities it
would undertake to encourage and promote these services.
Scope of Services
Proposer should clearly describe how it will perform the services requested in this RFP
in a manner that will best meet the City's objective. For commercial solid waste service,
it shall mean the collection and disposal of garbage, trash, construction and demolition
debris, solid and process waste for all commercial accounts through a franchise
agreement. For residential solid waste service, it shall mean the collection and disposal
of solid waste from all residential properties containing four (4) or fewer units. The City is
looking for proposer's price to provide scheduled collection services with a ninety-six
(96) gallon capacity container for residential customers, and supplying the ninety-six
(96) gallon containers with the use of automated pick-up devices and delivery to an
authorized disposal facility. The City currently has 2,895 residential units. If applicable,
For municipal solid waste service, it shall mean Proposers shall also describe how it will
ensure a smooth transition to the implementation of the new service so that the
inconvenience to the customers is minimized.
a. Commercial Solid Waste Service: The Proposer must have the ability to provide
collection up to seven (7) days per week and to provide front-end containers. Proposer
shall provide the City with various pricing options exclusive of a twenty-eight percent
(28%) franchise fee. The proposal must include an option for the City to accept up-
front or partial payment of franchise fees for the term of the contract. The
proposal must include pricing in accordance with the Commercial Rate Sheet attached
as Exhibit "D". For container and roll-off service, the Proposer shall propose pricing
Page 5 of 13
that will be inclusive of the franchise fee. Servicing of containers and roll-offs must
include a plan describing the frequency of cleaning, a schedule describing how change
outs are to be accomplished, the frequency of painting, and a replacement plan for
damaged containers that include time limits for replacement.Those costs must be
included within the fee structure.
b. Residential Solid Waste Service: Curbside/Roadside pick-up to provide the City
with automated and semi-automated collection. The proposal must include an option for
twice a week garbage collection, replacement plan for damaged carts and quarterly bulk
waste collection. Bulk waste shall mean, but not be limited to, large items of household
refuse such as appliances, furniture, accumulations from major tree cutbacks
(exceeding ten (10) inches in diameter and four (4) feet in length and weighing more
than fifty (50) pounds), large crates and like articles which shall be placed out for City
collection quarterly per year by residential unit` owners paying for City service.
Additionally, the proposal must include an option for Special waste collection. Special
waste means solid waste that can require special handling and management, including,
but not be limited to, white goods, waste tires, used oil, lead-acid batteries, construction
and demolition debris, ash residue, yard trash, and biological wastes. For collection
purposes, illegal dumping shall be considered special waste. All residential services
should include back door collection for handicapped customers. The City estimates
approximately one hundred (100) handicapped customers. Residential households are
four (4) units or less.
c. Collection services: Proposer shall explain how it plans to collect commercial
and residential solid waste, bulk waste and special waste. Proposer shall provide a list
of the type of collection equipment (manual, semi-automated, fully-automated), number,
and age of vehicles that would be used to provide collection services; number of
collection and customer service staff; proposed routes and schedules, including holiday
schedules and how any changes would be communicated to the customers; how
materials would be handled following collection; and, at which facility waste will be
disposed.
d. Community Beautification Projects: The Proposer must include a proposal for all
services, containers, and equipment required for waste disposal for all four (4)
designated City cleanups at Ingram Park, Segal Park, Sherbondy Village and
Sherbondy Park and deemed appropriate by the City Manager, each year for the
duration of the contract. The equipment most include, but not be limited to, roll-off
containers and litter boxes. The Proposer must make these services and equipment
available to the City for a period of no longer than eight (8) hours during each event. The
City will provide the Proposer written notice requesting these services at least one (1)
week prior to each annual event.
e. Municipal Collection Service: The Proposer must include a proposal for
collections service, as appropriate, to all property owned, leased, rented or controlled
by the City including, but not limited to those designed by the City Manager if
acquired during the contract term. These services must be provided at no charge to
the City. All containers must be emptied at a frequency to be determined by the City
Manager. Containers must be properly maintained by the Proposer throughout the life
Page 6 of 13
of the contract. The City currently utilizes fourteen (14) dumpsters (one 2 yards, three
4 yard, four 6 yard and six 20 yard) with various pick-up schedules.
f. Special Events: The Proposer must include a proposal for all services, containers
and equipment required for waste disposal at all City functions or sponsored events
deemed appropriate by the City Manager. Services at such events may include roll-off
containers and litter boxes.
The City reserves the right to award more than one contract. Proposers are required to
submit three (3) separate proposals, as described below:
• Proposal A - Price proposal for exclusive award of all commercial and
residential solid waste collection and disposal services (Commercial Garbage,
Curbside Residential Garbage, Multi-Family Garbage, Quarterly Residential
Bulk Waste, Roll-off, Waste Compacting Service, Community Beautification
Projects, Municipal Collection Service and Special Events). Proposer shall
submit this form for pricing for all services included in this RFP.
• Proposal B - Price proposal for exclusive award of residential service ONLY
(Curbside Residential Garbage and Quarterly Residential Bulk
Waste).Proposer shall submit this form for pricing for Residential Service only.
• Proposal C - Price proposal for exclusive award of commercial service ONLY
(Commercial Garbage, Multi-Family Garbage, Roll-off, Waste Compacting
Service, Community Beautification Projects, Municipal Collection Service and
Special Events).Proposers shall submit this form for pricing for Commercial
Service only.
The City may award a contract for all services to one Proposer, or award Residential
separately from Commercial, Multi-Family, and Roll-off Services. Further, the City
reserves the right not to award the contract(s) to the lowest bidder.
7. Special Conditions:
Any person submitting a proposal or proposal in response to this RFP 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
QUALITY OF SERVICE
8. Contractor's Personnel:
Page 7 of 13
a) Quality of Work: In accordance with City ordinances, the Contractor, or
Contractors, shall be the sole entity, or entities, permitted to collect waste from
commercial businesses or establishments and residential units within the City. All
work relevant to the collections contemplated in this 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 his/her designee 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.
h) Safety Training: The Contractor shall provide operating and safety training for all
personnel.
Page 8 of 13
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.
9. Contractor's Office:
a) Local Office: The Contractor shall provide, at its expense, a suitable office with toll-
free telephone service available to Opa-locka officials, residents and customers
where complaints and request for service 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 for service.
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.
ARTICLE III
CHARGES, RATES AND LEVEL OF SERVICE
10. Charges, Rates and Level of Service:
a) Rates and Charges for Service: Proposer shall submit proposed prices to be
charged to the City for residential collection service n a plan, clear, self-explanatory
form. Proposer shall also submit proposed prices to be charged for commercial solid
waste services. Proposed prices for container and roll-off service must be exclusive
of franchise fees. Proposers failing to submit rates for any items on their price form
as indicated shall be deemed non-responsive by the City. In addition to the franchise
fee, the contractor shall pay the following:
i. On a one-time basis, the sum of Twenty-Five Thousand Dollars ($25,000.00) for
the right to be an exclusive contractor for commercial solid waste services within
the City.
ii. On a one-time basis, the sum of One Thousand Five Hundred Dollars
($1,500.00) for the right to provide Specialized Waste Handling Services within
the City.
iii. On a one-time basis, an amount of one hundred dollars ($100.00) for each
account contracted for Commercial Solid Waste Services within the City.
Page 9 of 13
iv. A Temporary Roll-Off Container Permit Fee in the amount of Seventy-Five
Dollars ($75.00) per account, for each temporary (not to exceed ninety (90)
days) roll-off container(s) utilized by contractor in the course of its provision of
construction, renovation and demolition material collection and disposal.
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) CPI Adjustment: The monthly schedule for each year after the first year shall be
adjusted commencing October 1, 2017 and each October thereafter, based on
the change in the previous year's Consumer Price Index (CPI). The new rates
will be calculated by multiplying the current rates by the percentage change in
the CPI-All Urban Consumers — Miami, all items or successor reports as issued
by the United States Department of Labor Statistics, for the preceding twelve
(12) months average through October to October.
ARTICLE IV
MISCELLANEOUS
11. Subcontractors: Subcontractors will not be permitted under the terms of the
Contract unless approved by the city manager or his/her designee.
12. Bonds and Sureties:
a) Proposed Security: Each proposal must be accompanied by a cashier's check,
certified check or bid bond in the form attached to these specifications payable to
the City of Opa-locka in the amount of Fifty Thousand Dollars ($50,000.00). The
proposal security will be forfeited if the successful proposer fails to execute the
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 one million dollars
Page 10 of 13
($1,000,000.00) for the residential contract and three hundred thousand
($300,000.00) for the commercial contract and shall remain in force for the
duration of the respective contract. The premium for the bonds described above
shall be paid by the Contractor. This bonds shall be written by a surety company
licensed to do business in the State of Florida, and shall be submitted to the City
for approval 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.
13. 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. Prior to cancellation or a
material change in any policy, the certificates of insurance shall be furnished to
the City via registered mail, for consent and approval.
b) Termination of insurance coverage: The City shall automatically terminate the
right of Contractor to operate within the City should any required insurance not be
maintained by Contractor for the duration of the contract as follows:
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).
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.
14. Evaluation Criteria
Page 11 of 13
Price Proposal: 35 points
• Proposer shall submit the form Proposal "A" for exclusive award of all commercial
and residential solid waste collection and disposal services (Commercial Garbage,
Curbside Residential Garbage, Multi-Family Garbage, Quarterly Residential Bulk
Waste, Roll-off, Waste Compacting Service, Community Beautification Projects,
Municipal Collection Service and Special Events).
• Proposer shall submit the form Proposal "B" for exclusive award of residential
service ONLY (Curbside Residential Garbage and Quarterly Residential Bulk
Waste).
• Proposer shall submit the form Proposal "C" for exclusive award of commercial
service ONLY (Commercial Garbage, Multi-Family Garbage, Roll-off, Waste
Compacting Service, Community Beautification Projects, Municipal Collection
Service and Special Events.
Advancement of anticipated annual franchise fees payments for exclusive award of
all commercial and residential solid waste collection: Maximum 20 points.
• Monthly: 5 points.
• Quarterly: 10 points.
• Semi-Annual: 15 points.
• Annual: 20 points.
Financial Stability and Resources: 15 points
Proposers 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 to the inception of the contract
and throughout the entire term and subsequent potential renewal terms. In addition,
Proposers must submit fully audited financial statements for the past two (2) years.
Proposers that fail to submit the required financial statements shall be considered non-
responsive.
Qualification and Experience: 15 points
Proposer should describe its or its past and ongoing experience providing services of a
similar nature to those requested herein, including how long the Proposer has provided
solid waste collection services, and whether or not the Proposer has provided solid
waste collection services in Florida within the past five (5) years. Proposer shall
disclose any and all litigation, past and present between Proposer and the City of Opa-
locka, including disposition of each mater. The Proposer shall disclose any pending
Page 12 of 13
acquisitions, mergers, or similar actions that would include Proposer's staff, assets, or
majority stock transfers.
Customer Service & Operations Plan: 5 points
The Proposer shall provide a comprehensive description of Proposer's approach to
phasing in the new contract. The proposer shall explain how they will meet each of the
minimum requirements for transitioning to ensure a smooth transition to the
implementation of the new Solid Waste Collection Contract so that the inconvenience to
the customers is minimized, including proposed rates for extra roll-out cans and
replacement of roll-out cans. Proposer shall specify how many collection vehicles it will
use for all services, including residential curbside collection, residential bulk collection,
commercial collection, and roll-off collection. All collection vehicles must be no more
than five (5) years old.
References: 5 points
Provide at least three (3) customer references, including name, title, affiliation,
telephone number, email address, mailing address and a description of the services
provided. The service description should include the dates such
services were provided, the tonnage of materials handled. If available, such references
should be representatives of Florida jurisdictions to which the proposer or its
subcontractor is currently providing or has provided services within the last five (5)
years.
Local Preference 5 points
Proposer must include a strategy(s) to identify employment opportunities for Opa-
locka residents linked to this RFP. The City Commission passed Ordinance No. 13-04
establishing the First Source Hiring Program to promote the creation of employment
opportunities for City of Opa-locka residents. See attached Ordinance 13-04 in Exhibit
«p„
15. Questions Regarding RFP
All questions regarding this RFP should be directed in writing to:
Rose McKay, Purchasing Officer
780 Fisherman Street, 4t Floor
Opa-locka, FL 33054
(305) 953-2868, ext *1307 (phone)
(305) 953-2900 (fax)
rmckay@opalockafl.gov
The last day to submit questions regarding this RFP is Wednesday, March 9, 2016 at
5:00pm.
Page 13 of 13