Loading...
HomeMy WebLinkAboutProposal Submitted - Waste Management Inc.Proposal submitted by Waste :Management Inc: of Florida By: Jason Neal, Government Affairs Director I February 25, 2013. Waste. Management Inc..of Florida 19350 NW 89th Avenue I Medley, FL 33178 (305) 547-6024 jneaI(a�wm.com www.ThinkGreen.com Sealed Bid Submitted to: City of Miami -City Clerk 3500 Pan American Drive, Miami, FL 33131 Opening Date: February 25, 2013 at 12:00::Noon. WASTE MANAGEMENT THINK GREEN° WASTE MANAGEMENT February 25, 2013 Yadissa Calderon C/o City.Clerk, City of Miami 3500 Pan: AmericanDrive Miami, FL 33133 Re: Disposal of Clean Yard Waste, ITB# 35298 Waste Management, Inc o 9350 NW 89th Avenue Medley; FL 33178 Phone '(305) ;547-6024 Jneal@wmcom Waste Management Inc. of Florida is pleased to submit this proposal for processing and disposal of the city's clean yard waste We have facilities located within 15 miles of the city's Solid.Waste``Department for the scope of work, as required in -the bid specs Waste Management also qualifies as`a local business, as the main Miami -Dade County office, dispatch, and administrative center is located in the City of Miami, at 2125 NW 10th Court The following items are included with the bid response: 1. Certification Statement 2. Bid page (Zero prompt payment discount, per Section 1.64) 3. Business Tax Receipt/eligibility for"local preference" 4. General Hauling Permit 5. Certificate of Insurance sample 6. Past Performance Evaluation Questionnaires (References) 7. Addendum No. 1 (submitted in acknowledgement of receipt) Please feel free to contact me at (305) 547-6024 if you should require further information regarding this bid response. I look forward to negotiating a contract and working with the City of Miami on this project in the near -.future. Sincerely, Jason Neal, Government Affairs Director Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should be firm for a minimum of 180 days following the time set for closing of the submissions. In the event of errors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: � � � . See a e We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: SUPPLIER NAME: /1516Mamotoetmed-�n c ( Moil c`CC. ADDRESS. t2/�5"-- /V W /0 A4e i 21124I •L a 331027 PHONE. / e15J 5/ 60 2 7 FAX: EMAIL: 1�Ww� c cf� J � e �" BEEPER. SIGNED BY - TITLE: asoh 4/a/ 4 TGL/!r6 Z 4—DATE. `02-92/--/ - FAILURE TO COMPLETE. SIGN. AND RETURN THIS FORM SHALL DISQUALIFY THIS BID, Page 2 of 32 ' ine: Description: Disposal of Clean Yard Waste .Fee. Category: 91027-00 Unit of Measure: Ton Unit Price: $ Lj d a 43 \d/I-Sie 21`z;- Number of Units: 1 A J wO vim?- icoAvs 1 EL 30C-CHr, 02L 3312.` Total: $ ` 0..& ✓ Page 3 of 32 . LTC' N'pie k C spbIvs Line: 1 Description: Disposal of Clean Yard Waste Fee. Category: 91027-00 Unit of Measure: Ton Unit Price: $ .3119 Number of Units: 1 Total: $ 330 / A-SNi �A �/�- iM ev mac• c,( fr V �11 dS NIJ (0 COAA± a F L 33 i 29 3.05 - SHE- (, 4 2 ` f 01--kirv\a,-1-e eS Da e d 4 kli'veiliv w‘ i vvv v F i 0(O '40t/i5 per- 04`1"A c.FP CIeccv a Page 3 of 32 KENNETH ROBERTSON Chief Procurement Officer IFB No. 352298 ADDENDUM NO. 1 JOHNNY MARTINEZ, P.E City Manager February 13, 2013 Disposal of Clean Yard Waste TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB, and shall become an integral part of the Contract Documents. Words and/or figures stricken through shall be deleted. Underscored words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. The IFB closing date and time has been changed to Monday, February 25, 2013 at 12:00 Noon, The following section has been deleted from the Special Conditions: 2.5 EQUITABLE. ADJUSTMENT The Purchaoing--Department may, in -its sole dicsretio ake-an-eguita and/or treme-or-ueforesee^ lati ity in the marketplace; -that ing criteria: (1) the volatility Is due to st-en prici44g-s antial, isued-perferma less# eeuna. pereer tags-Frcrease4- costto the City.-ef-Miarei The following sections have been added to the Special Conditions: 2.5 COST ADJUSTMENTS Prices quoted shall be firm for the initial contract term (two years). Thereafter, any extensions which may be approved by the City shall be subject to the following: Costs for any extension terms shall be subject to an adjustment only if increases or decreases occur in the industry. Such adjustment shall be based on the latest yearly percentageincrease in the All Urban Consumers Price Index (CPI-U) as published by the Bureau of Labor Statistics, U.S. Department of Labor, and shall not exceed five percent (5%). The yearly increase or decrease in the CPI shall be that latest Index published and available for the calendar year ending 12/31, prior to the end of the contract year then in effect, as compared to the index for the comparable month one year prior. Any requested adjustment shall be fully documented and submitted to the City at least ninety (90) days prior to the contract anniversary date. Any approved cost adjustments shall become effective on the beginning date of the approved contract extension. The City may, after examination, refuse to accept the adjusted costs if they are not properly documented, or considered to be excessive, or if decreases are considered to be insufficient. In the event the City does not Addendum No. 1 wish to accept the adjusted costs andthe matter cannot be resolved'to,the satisfaction of the City, the Contract will be considered cancelled on the scheduled expiration date. 2.10 FORCE MAJEURE IFB 352298 The City and Contractor will be excused from the performance of their respective obligations under this agreement when and to the extent that their performanceIs delayed or prevented by any circumstances beyond their control including, fire, flood, explosion; strikes or other labor disputes, act of God or public emergency. war. riot, civil commotion, malicious damage, act or omission of any governmental authority, delay or failure or shortage of any type of transportation,: -equipment, or service from a public utility needed for their performance, provided that A. The non performing party gives the other party prompt written notice describing the particulars of the Force Maieure including, but not limited to, thenature of the occurrence and its expected duration, and continues to furnish timely reports with respect thereto during the period of the Force Maieure; B. The excuse of performance is of no greater scope and of no longer duration than is required by the Force Maieure; C. No obligations of either party that arose before -the Force Maieure causing the excuse of performance are excused as a result of the Force Maieure; and D. The non performing party uses its best efforts to remedy its inability to perform. Notwithstanding the above, performance shall -not be'excused under this Sectio'rr'for a period in excess of two (2) months, provided that in extenuating circumstances, the City may excuse performance for a longer term. Economic hardship of the Contractor will not constitute Force Maieure. The term of the agreement shall be extended by a period equal to that during which either partv's performance is suspended under this Section. The following are the City's'responses to questions received from prospective proposers by the deadline date: Q1. We understand that the receiving facility must be located no mare than 15 miles away. Is distance, from the city's solid waste facility (1290 NW 20th Street) a factor in determining or affecting price? Al. The City cannot dictate what factors determine your bid price, however distance is a factor for the City with regard to our fuel consumption costs in driving to and from the receiving facility, < '. Q2. In the interest ofreceiving-the best possible price, would the city consider allowing an annual CPI adjustment to the prices quoted? A2. Please refer to the newly incorporated Special Conditions Section 2.5 Cost Adjustments. Q3. Will the city continue to deliver some of its yard waste to its Virginia Key facility? If so, how does the city determine which loads go to each site? Does the city typically send the cleanest Toads to its Virginia Key site? Addendum No. 1 IFB 352298 A3. Yes,the pity's [dads to Virginia .Key will beat a minimum and in support of pur composting/mulch facility, While operators in the field determine which loads go to Virginia Key, no load taken to either Virginia Key or the Successful Bidder will have more than ten percent (10%) contamination. Q4 How will the city ensure that its deliveries to the successful bidder will remain clean enough so that theYdo not violate the city's.inter-local disposal agreement with Miami -bade County or the receiving facility's permits? (No facilities located within 15 miles of 1290 NW 20th Street may accept MSW delivered by the City of Miami. (Heavily contaminated loads and obvious contaminants such as furniture, mattresses, appliances, etc. are prohibited in clean yard waste loads from the City of Miami delivered to private facilities.) A4. The personnel involved in debris removal follow the prescribed guidelines set forth by the County. Every truck is inspected by the driver of the vehicle and the crane operator. Once it has been loaded, a determination is made `as to which facility the debris is transported. Q5. 100 to 400 tons per day is a very wide range for estimating the amount of materials the city intends to deliver. Can this number be narrowed down so that bidders have a better picture of what they may reasonably expect to process? A5 Last fiscal year the City collected and delivered approximately 260 tons per day to MDC and approximately 8.5 tons per day to Virginia Key. 06. Is a bid bond required? If so, how is the required amount calculated if we do not have an accurate quantity of tons that the city will deliver? A6. No. 07. Is a performance bond required? A7. No. Q8. Please provide expected dates for contract award and commencement of deliveries. A8. Within 10 days following City Commission approval. 09. Will the "clean yard wastebe delivered loose, as collected from the residents, or will it be ground or otherwise processed by the city before delivery? A9. As collected from the residents. Q10. Does the city require that residents place clean yard trash separately from other bulky waste? A10. No. Q11. Can bidders submit the references with their bids, or does the city require the respective customers to submit them directly to the city? A11. Past Performance Evaluation Questionnaires may be submitted by the bidder or by their client(s). Page 3 Addendum No, 1 Q12. Given the fact that the deadline for questions is December 21st, and the bids are due, immediately after New Year s Day, wouldthe city consider extending the,deedline? It is very difficult to obtain references and 9� gput together important, lon -term bids during the last two weeks of the' year, when p many people (in both public and private sectors) are on vacation or otherwise unavailable. Al2. The IFB final closing date and time has been extended to Monday; February 25, 2013 at 12:00 Q13. May more than one alternate bid be submitted if there are several options that may be of benefit to the city? A13. One alternate response may be considered pursuant to Section 1,5 of the IFB. Q14. Please clarify the terms of the renewals. Does renewal require mutual agreement? A14. Continuation of the contract beyond the initial periodis the City's prerogative. Please refer to Sections 1 10,'2 3 and 2.4 of this IFB. Q15. Please provide a schedule of the city's bulk waste collection so that we may get an idea of when the city would make deliveries. A15. Schedule included herein. Q16. Howmany copies of the bid are required? (Section 1.60.G. references one original and three copies, but the Certification Statement on page 2 implies only one original is required.) A16. Please refer to Section 1.60 for instructions if submitting a response in hardcopy format. Q17. Section 1.78 provides options for both hardcopy and electronic bid submissions. Are both acceptable? A17. Yes. Q18. Will the bids be publicly opened and disclosed at the closing date/time? If so, where? A18. Please refer to Section 1.78, Q19. Please confirm that the city's solid waste franchise fees do not apply to this service. A19. Franchise Fees do not apply to this service. Q20. Please include a Force Majeur clause for factors beyond the contractor's control that may affect access to a drop-off or disposal site. A20. Please refer to the newly incorporated Special Conditions Section 2.10, Q21. The general indemnity clauses in Sections 1.42 and 2.10 are not consistent. We feel that Section 1.42 is the more reasonable of the two. Page 4 A21. Please refer to Section 1.30 (A), Order of Precedence regarding any inconsistency within the various sections of this:'lFB Additionally, refer to Section 1.35 regarding exceptions to the IFB's General Terms and Conditions:.: 022. Sectionis'an ur reasonabie condition in this bid. We respectfully request its deletion. The sernce being contracted is ot agenerc commodity that would bea standardized purchase, and > there are tremendous, potential differences in disposal and processing rates, quantities delivered,', transportation; regulations, etc throughout the state. For similar reasons, piggybacking, as referenced in Section 1 9, should bean option to other municipalities only bbtrf parties (contractor and othermunicipality) agree it is in their best interests`:to do so A22. , lease:refer to',Section„1.35, Q23. .;Please provide'the total tonnage:of yard waste for_ the Iast fiscal year that the city delivered to its`:._.`: ,Virginia Key facility, and also the total trash/yard tonnage collected with bulk waste equipment and delivered to other facilities A23 ,Total delivered - to Virginia Key2,192,tons 'Total delivered to Miami -Dade County66,380;;. ALL OTHER TERMS' AND CONDITIONS OF THE RFP REMAIN THE SAME. Sincerely, ?Xis 61.G nneth Robertson irector/Chief Procurement Officer Page 5 City of Miami Solid Waste Trash Routes Legend Streets /\/ Expressways /.•\,/ Major Roads City Boundary NW 7TH S SW TH ST SW 1 GT Rrirn rate Rua Warne Atlp nos CVSNIXTerSk.............. Ow kb. as( 71,07 0 Ur+ Mae.* I Answer My. Chef." avrr Trash Routes AM' Monday lax2,1 Tuesday EgE Wednesday E..,;.?,'M Thursday ERTI.Li;i Friday 0 12TH ST ' < > r- 4a., NW 54TH UNDEFINED • 4-was h-E 0 x Z MILAN AV 2 tra,' tfierM=.1i1, „ IMAra 01,iry • Kev Ricrarmo • City of Miami Solid Waste Trash Routes Trash Routes Friday Monday Thursday Tuesday . 3 Wednesday ZTN ST City Boundary Water Bodies T 0 1 2 3 Miles Project Trash Routes Project Date: January. 2010 Prepared by: Y. Kebede City of Miami. Information Technology Department. PS Team. 2010 C:\GISPROJECTS\Sdid Waste \TrashRotda_01_2010(TrashRwtes.mxd PERImE7ER a1 0 e I n . j 1 1 !- 4- _ AIIRACLE M_Il t I pa 0__.r Egg W2J_E R DR - - ere ,—r�,r ETIANV = 1 A Ni ' aSrIICE BUSINES BUBBLES^TAXREC IPT.MIT ..,DOES NOT:, PERNR: TIEi. v HOLDER VIDLATE ANY' EXISTING REGULATORY OR= ZONING:.; LAWS OFP •THEa COUNTY 'OR : CRIE6 NORx • "'OOEB MOLDER FROM A_ NY.OTHER, . REQUIREOR., ORS W UCBNBIZ :`.{� BYLAW THIS 13 NO NOT A CERTIRCATIDN.OF� THE iHOIDEITS OUAUFICA. z'-f•' .. _ ._ ..:,PAYMENT HECEIVED'` -" . MUUG-0ADE COUNTYTAX COLLECTOR:" - `_ 08/01/2012 02270010.001 0.00094;:50 'SEE OTHER -SIDE - ipC_OUMTY: MOS- G ER ST THIS iS NOT-A'BILL -DO NOT'Pi 020354-7 BUSINESS NA AAE / LOCATION R WASTE hIANAGEMENT "OF °DADE COUNTY 2125,;NW 10.CT 33127:MIAMI' OWNER WASTE,MANAGEMENT INC OF FLORIDA See. Type Gl BMBInseB ....:.:.. .. . . EMPL Tens .s.%IJI.$A„LIC S E .BUSINESS BUSINESS TAX RECEIPT. IT DOES.. NOT -PU T:. THE HOLDER TO -VIOLATE -ANY EXISTING REGULATORY OR ZONING::LAWS','GF:=.THE.: COUNTY. OR C$TIEB.. NOR DOES: -IT EXEMPT TIE HOLDER PROM ANY. OTHER PERMIT'. OR LICENSE ..- REQUIRED BY LAW. TICS IS NOT A CERTIFICATION OF THE HOLDER'S OUAUFlCA• PAYMENT RECEIVED NIAIMIADE COUNTY TAX DO NOT FORWARD -WASTE-MANAGEMENT OF DADE COUNTY WASTE MANAGEMENT INC OF FLORIDA 2125 NW 10 CT MIAMI FL 33127 TIFI 1306000 RELATED & SUBSIDIARY COMPANIES INCLUDING: WASTE MANAGEMENT INC. OF FLORIDA ; 2125 NORTHWEST 1 OTH COURT MIAMI FL33127. AelS R. THIS CERTIFICATE IS ISSUED AS A'MATTEROF INFORMATION ONLY'-AND`CONFERS"NO' RIGHTS -UPON THE CERTIFICATE, HOLDER THIS CERTIFICATE DOES NOT' AFFIRMATIVELY`yOR 'NEGATIVELY 'AMEND; EXTEND OR 'ALTER' THE COVERAGE, AFFORDED, BY THE POLICIES :BELOW, . THIS' CERTIFICATE _OF INSURANCE DOES NOT •CONSTITUTE A _CONTRACT, BETWEEN THE ISSUING INSURER(S),. AUTHORIZED REPRESENTATIVE.OR PRODUCERS"AND:THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSUREDthe policy(ies)must be endorsed. If SUBROGATION IS WAIVED; subject.to'; the terms and conditions of the policy, certain policies may -require an endorsement. A statement, on this certificate does not confer rights to the , certificate holder in lied of sucli endorsement(s). PRODUCER LOCKTON_ COMPANIES;.LLC 5847 SAN FELIPE,`SUITE 320 HOUSTON TX 77057 866-260-3538 �.�... , 1/I/2013` ` CONTACT NAME: " '.' DATE (MM/DD(YYYY) 12L17i2o r2 INC No. Extl: E-MAIL' - ADDRESS: (A/C, No): INSURER(S) AFFORDING COVERAGE INSURER A : ACE American Insurance Company INSURED WASTE MANAGEMENT. HOLDINGS, INC.'& ALL AFFILI'ATFILNsuRER s : Indemnity Insurance`Co``of North America INSUR€R:C : ACE'Property & Casualty Insurance -:'Co" -INSURER D NAIC # 22667 43575•: 20699 INSURER E:.' -. INSURER F : CM/FRArFS FT MTAMT(I . CERTIFICATE NUMBER:. 12079542H, REVISION NUMBER: XXXXXXX .THIS IS TO. CERTIFY THAT THE POLICIES OF. INSURANCE LISTED BELOW HAVE BEEN ISSUED 70 THE INSURED NAMED'-ABOVE"FOR THE POLICY PERIOD - INDICATED.. NOTWITHSTANDING ANY REQUIREMENT, TERM .OR CONDITION :OF ANY: CONTRACT OR "OTHER 'DOCUMENT WITH RESPECT TO WHICH .THIS '.- CERTIFICATE MAY• BE. ISSUED OR MAY. PERTAIN, TI-IE INSURANCE AFFORDED BY THEPOLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,-' EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN:MAY HAVE BEEN REDUCED BY PAID:CLAIMS.- '.: . - INSR LTR TYPE OF INSURANCE ", •` •. ' ADDL INSR SUBR .WVD• -- - - -'"` POLICY NUMBER'.•'`..- .,MMIDDIYYYYUMMIDD/YYYYL.`.' POLICY EFF POLICY EXP -- . .LIMITS" ,:., A.. " . GENERAL X LIABILITY"`. -. CQ MMERCIAL GENE I CLAIMS -MADE Blur(- OCCUR • Y .: Y HDO G26436886 .: _ :I% ..,..: . • .. 1/1/2013 - . EACH OCCURRENCE `, $ 5.000 000 ` • PREMISESO(Ea occurrence) ` $ 5,000000.'--. " MED EXP,(Any one person) $ XXXXXXX PERSONAL 8 ADV INJURY - .$'5,000,000 �;.:. X XCU INCLUDED .. X •. ISO FORM CG 00011207 ' GENERAL AGGREGATE.. $ 6.000.000 . PRODUCTS - COMP/OP AGG $ 6.000.000 " $ -... .. GEN'L AGGREGATE POLICY .X OMITAPPLIES JECT.. X PER: • LOC -. - .. A. AUTOMOBILE X x X " X LIABILITY ANY AUTO OWNED AAUTOS HIRED AUTOS MCS-90 . X; u SCHEDULED . - -OWNED y y MMTH08692853 . .. 1/1/2012 1/1/2013 .. COMBINED SINGLE LIMI1 (Ea accident)':_• , .' $ ..1.000.000 .. $ XXXXXXX : BODILY INJURY(Per person) BODILY INJURY (Per accident) $ XXXXXXX $ .XXXXXXX ((PROPER a DAMAGE $ XXXXXXX C X UMBRELLAUAB " EXCESS LIAR _. X OCCUR - CLAIMS -MADE Y - Y X00025834501 - : 1/1/2012 1/1/2013 - EACH OCCURRENCE" $.15,000,000 AGGREGATE . $ 15.000:000 $ XXXXXXX DED RETENTION$ B A A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERfEXECUTIVEY/N OFFICER/MEMBEREXCLUDED? • (Mandatory in NH) - If yes, describe under DESCRIPTION OF OPERATIONS below N N/A Y WLRC46774735OS - V✓LRC46774747 CAMA) .•... SCF C4677579A ( I) 1/1/2012 1/1/2012 ., 1/1/2012 , . .. - 1/1/2013 1/1/2013 1/1/2013 X WC STATU- TORYLIMITS OTH- ER E.L. EACH ACCIDENT $ 3,000.000 E.L. DISEASE - EA EMPLOYEE $ 3,000,000 • . E.L. DISEASE - POLICY LIMIT $ 3.000.000 A EXCESS AUTO " LIABILITY Y Y XTR H08692865 1/1/2012 1/1/2013 COMBINED SINGLE LIMIT $9,000,000 .: (EACH ACCIDENT)' DESCRIPTION OF OPERATIONS / LOCATIONS 1 VEHICLES (Attach ACORD 101, Additional Remarks Schedule, If more space Is required) BLANKET WAIVER OF SUBROGATION IS GRANTED IN FAVOR OF CERTIFICATE HOLDER ON ALL POLICIES WHERE AND TO THE EXTENT REQUIRED BY WRITTEN CONTRACT WHERE PERMISSIBLE BY LAW. CERTIFICATE HOLDER IS NAMED AS AN ADDITIONAL INSURED (EXCEPT FOR WORKERS' COMP/EL) WHERE AND TO THE EXTENT REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION See Attachment 12079542H CITY OF MIAMI 444 S. W. 2ND AVENUE MIAMI FL 33130-1910 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD ©1988-2010 ACORD CORPORAT N. All rights reserved MIAMIDADE miamidade.gov March 16,'2012 Steven m Deveney Waste Management Of Dade County 2125 NW 10Ct Miami, FI' 33127: RE: '> General Hauler Permit Approval and ,Vehicles''Decals Dear Mr Deveney: Public Works and Waste Management 2525 NW 62nd Street• Suite`5100 Miami, Florida 33147 T.305-514-6666 111 NW 1st. Street • Suite 1610 Miami, Florida 33128 T 305-375-2960 Thank you for your 2012-13 General Hauler Permit application. Permit number 1009 has been approved and is valid through March 3,1, 2013. Enclosed you will find decals for the two hundred seventeen (217) vehicles that have been registered under this permit account. The decals should be permanently affixed on the- inside of the windshield of the vehicles which are approved to transport solid waste and recyclable materials in Miami -Dade County. Vehicles that do not have a decal permanently affixed to the windshield will be subject to penalty as prescribed in the Code of Miami -Dade County. In addition, General Haulers with solid waste accounts in unincorporated Miami -Dade County must pay a disposal facility fee on all accounts except recycling pickup or non- recurring C & D. pickups. It is also recommended that you keep this document on file as proof of your General Hauler Permit approval. Should you require additional information specific to your permit, contact the Permit Section at 305-514-6610. If you need assistance with the requirements of the Disposal Facility. Fee, contact Rick Rayborn at 305-514-6742. J. Jackson ermit Supervisor City,of Miami ITB No. 352298 Disposal of Clean Yard Waste Management In submitting its "base" bid and "Alternate Response" bid, Waste Management Inc. of Florida. ("WMIF") takes exception,.to Sec. 1.61 at page 19/32 of the ITS'. That provision reads: 1.61 Price Adjustments. Any price decrease effectuated during the contract period either by reason of market change or on the part of the contractor to other customers shall be passedon to the City of Miami. WMIF takes ;exception to the provision because it is vague and open to several interpretations. WMIF agrees to be bound by the following language in substitution of the above: 1.61 Price Adjustments During the contract period, the contractor shall pass on to the City of Miami a price lower than that bid herein provided that (i) it is associated with a separate stand- alone contract for yard waste processing; (ii) it is with a public entity in Miami -Dade County; (iii) it is for similar quantities of yard waste as set forth in this solicitation. Tr It marl Alf Sc9o0 NV q Ptf2V1 u)-e.. n.ccs-t-e111116k.oale_vvleA,1— F(De►dam 36) SHVetZ`� KENNE'I'ff ROBERTSON-; Chief Procnrcnicnt.Ofiiccr /as Client Reference. C i v tt 'Iri�f Gi ee Client Contact Person:. e.•T Y Q 1r TA 0 Client Address Client Phone:.. RE: PAST PERFORMANCE EVALUATION QUESTIONNAIRE OF, To Whom It May Concem, JOftNNY ivIARTINEZ, P,E. City Manager The City of Miami has. issued Invitation for Bid (IFB) 352298 for the Disposal of Clean Yard Waste and has implemented a process for the collection of past performance information pursuant to the minimum qualification requirements for the same. The information provided shalt assist the City with the evaluation of bids received in response to said IFB. The abovelisted company is'a prospective respondent in the City s IFB process and has identified you as'a client for said services and as: one` orttie`IFB's required references Both,the`City and the listed company respectfully request that,yoti''review ail items andiansweralt questions as.cornpletely as: possible. Failure to provide the completed Past `Performance Evaluation Form at the time of.bid submittal may°deem bidder non -responsive. Once finalized, please return lhia.qUeationnaire to the attention of Yadissa Calderon, Senior Procurement Specialist via email at vcatderonAndnmidov.coin or via fax at (305) 400.5369 on or before Wednesday, January 2n°, 2013 at 10:00'AM 'Thank yeu, ln.;advance for all your time, effort, and assistance with this matter. Sincerely, Kenneth Robertson Director/Chief Procurement Officer Attachment. KR/yc Cc: IFB File. Page 2 of 5 • December {'�. 2012 Yedissa Calderon ; Senior Procurement Specialist City of Miami Purchasing Department 444 S.W. 2nd Avenue, 6 Floor Miami, Florida 33130 PAST PERFORMANCE EVALUATION QUESTIONNAIRE invitation for Bid (IFS), 52298 for tl a Disposal of Clean Yard Waste r. Company Name: t ! �`�' ��� L''L �x Company Contact Person l_ f > L/ �` /0 V 11A L CompanyPhone .::jL`✓ ....:%•'.`~l�ar.}.. Company Email: 1. Describe thegood/services,this firm has provided orcurrently provides to your organization: a, "'A r 2. Has this firm provided for your organization the services of Disposal of Clean Yard Waste as described in the attached Scope of Work? VYes No When were the, goods/services provided and for what period of time? .l 5 'l oto 4.9 evvie./ir lead ' c 5 goo r t i,le 11' /l ./a6 �k �'7 64- k 0 ef6-16 tv.aillotyetiviTt frkeReel io 3. What problems, if any, were encountered withthis firm during performance of their services, and how were they resolved? (Please attach a separate sheet should more space be needed) A OlVe,. ev Page 3, of;5' Please rate the following questions regarding services provided by the proposer listed above.'. Ratings 1 = Excellent; 2 = Good, 3 =;Acceptable, 4 = Poor; 5 = Not Acceptable Evaluated -Item Overall:: Quality<of. Contractor sperformance Adherence to contractual'specifications/scope of work, terms and .co nditions Quality'of key:personnel Reliabiiityof Personnel Timely Notifi_cation°of pplentia(dela�rs/pra151ems; Handlmg`of coniptamts/non perfoimance Timely response`to'Emergenciee and/or, Directivesw. Company's'reliabiht / Level of:comfort and confidence"you,had in the: company through the contracted period_;_. Rating`: Overall,performance bf;the companyahrough the, contracted period , 5.: Would the firm'be considered to perform work,in the future. for your organization?,:.. s Are there any overall Comments that we' should also .know about or which would assist us during this evaluation • process?: . • / GG 4 tC g/464 r; aL5Aace" v Rater's Name: Signature: •f Please complete and, *turd t is : questionnaire to the attention of..Yadissa Calderon, Senior Procurement Specialist, via a if at c alc o , m anii ov.cum.or via fax at (305) 400-5369 by the due date and time of on or before W nosday, January;-2nd, 2013 at'11:00 AM. Thank you in advance:: for all your time, effort, and: assistanceywsth thls" matter;; • SCOPE OF WOIRK The City of Mlami is seeking,Bids,trem,qualifiedfirms: hereinafter referred to as the Bidder or Contractor, 46 provide of clean yardWaStaidollected anddelivered by the-Cityto the Centractors designated facility(ies) in accordance with the foltowing minimum specifications.,-„': 3.2 D•EFINEilows,• Clean Yard Waste The term,"Clean Yard Waste'' shall mean horticulture and vegetation material including: tree limbs, trunks shrubs, palm fronds coconuts, fiber matting, spathe, Plants, leaves, grass clippings, fruit, berries and recyclable wood producti, etc., containing less than ten percent (10%) contamination per load of mixed debris by weight or volume. Plastic bags shall be accepted in Clean Yard Waste leads and not counted as contamination. Disposal Fee the fee 'Charged to dispose of clean yard trash at Contractors disposal facility (ies). This fee shall be inclusive of any. transfer fee, as may'be'applicable2 - 3.3 MATERIAL DELIVERY A. By City owned trucics; .B. Truck size- pick up,. grapple, stake bed dump, large compaction type vehicles. C. Clean Yard Waste: horticulture and vegetation material and recyclable wood products, delivered by truck 3.4 WEIGHING RECORDS The Contractors facilities shall operate and maintain motor truck scales calibrated to the accuracy required by Florida law and to weigh all vehicles delivering Clean Yard Waste. Each vehicle delivering Clean Yard Waste from the City shall have its tare weight and cubic yard capacity permanently and conspicuously displayed on the exterior of the vehicle. The Contractor or its contractor may, from time to time, require revalidation of the tare weight of any vehicle. • The. Contractor wilt supply the City with -mot thlyweighingJecords aipay reaSOnablireAtiired bytne: City to administer its Clean Yard Waste prOgi:arn.:.COpies Of"altireneaCtien:_ticketS:Will*Mairtained by the Contractor for at least two (2) years. If Weighinb:scalea'are inoperable or are being tested the Contractor shall estimate the quantity of Clean Yard.Waste_deliveredUaingia:SchedUle of estimated • waste material weights in accordance with Section 15-25, Subsections (b) and (d) of the Miartii-Dade County Code; as amended from time to time. The estimates shall take the place of actual weighing records, when the scales are not operational. • The Contractor shall use reasonable efforts to maintain the scales in an operable and accurate weighing condition. 3.5 RESPONSIBILITIES OF THE CONTRACTOR A. The Contractor shall, provide, disposalservice,s:of all Clean Yard Waste.the--City-collectS and delivers to the contractor's facility 0E14 inacairdanthwithil*IFB.ThesproviSion of Clean Yard Waste disposal services under this IFB Shall ccirnOlY With-;•alliapplicible;stato;'-federai;-and'tooailaiis, Pagc 5 of 5 B. The. Contractor shalt maintain a Sold Waste Facility Annual Operating Permit as required under Chapter 24718,Miami Dade:; County' Code, for facilities" whose purpose is the disposal, recycling, • incineration, processing, storage, transfer or: treatment of solid or:liquid waste C, . The Contractor shall be able to accept Clan Yard Waste frorn the City in an estimated amount of 100 400`tons per day. D. The Contractor` shall have a facility located within a 15.mile. radius of the City Solid Waste Fleet Yard, located at 1290 NW 20th Street Miami, Florida"33142. E. Contractor shall allow City personnel access for, accidents involving the City or safety inspections when a City employee reports:: an unsafe or hazardous condition. Contractor will ensure a safe work environment F. City employees.and City contractors shall observe all safety rules and procedures including supplying safety vests and'hardhats, when required. G. Contractor's monthly invoice to the City shall include clean yard waste material, date,' ticket number, tons and contracted rate: charged. H:.During emergency operations, such as a;hurricane, the Contractor should be willing to extend receiving hours or;days of operation'(Sunday)� to facilitate efficient: and timely debris removal by the City or City, Contractors. The quoted rate perton shall apply to any such emergency operations' regular or extended'business hours `ofoperations..: KENNETH ROBERTSON JOHNNY MARTINEZ, P.E. Chief Procurement Officer City Managec' Client Reference: City of Miami Department: of Solid Waste Client Contact Person: Keith A ',.Carswell Client Address: 1290 NW 20fh :SrrPet Miami_, F1 nrida 191A2 Client Phone: (305) 960-2804 Client Fax:. (305) 960-2850 Client Email: KCarswell@Miamigov.com RE: PAST PERFORMANCE EVALUATION QUESTIONNAIRE OF Waste Management Inc. of Florida To Whom It May Concem, The Clty of Miami has Issued invitation for Bid (IFB) 352298 for the Disposal of Clean Yard. Waste and has implemented a process.. for the collection of past performance information pursuant to the minimum qualification requirements for the same. The information provided shall assist the City with the evaluation of bids received in response to said IFB. The above listed company.ls a prospective respondent in the City's IFB process and has identified you as a client for said services and as one of the IFB's required references. Both, the City and the listed company respectfully request that you review all items and answer all questions as completely as possible. Failure to provide the completed Past Performance Evaluation Form at the time of bid submittal may deem bidder non -responsive. Once finalized, please return this questionnaire to the attention of Yadissa Calderon, Senior Procurement Specialist via email at vcalderonamiamicov.comor via fax at (305) 400-5369 on or before Wednesday, January 2nd, 2013 at 10:00 AM. Thank you in advance for all your time, effort, and assistance with this matter. Sincerely, Kenneth Robertson Director/Chief Procurement Officer Attachment. KR/yc Cc: IFB File. • •=,=::17.; Yadissa Calcieron - - Senlor,Proouiernent.Speciallst-_—_-- City of Miami PurchasM9 PPOMirnent 444 S.W. 2"d Avenue, 6 Floor . Mlaml Floilda 33130 _ - • :„ . - - . PAST PERFORMANCEEVALUATION QUESTIONNAIRE InVitation for -Bid (IFB) 352298 for the Dis. posal of Clean Yard Waste : -- ' Company Name:. .-141aSte-Managetitent PInc of Florida Company Company Contact PersonJason Neal Phone: '005) l-CoMpanyEmail: JNBa1@WWco111, 1'Describe the good/Services this firm has providedor currently provides to yourordanizatiOn: Services the Garbage at the CltyTs Fire Department Stations and various other City Facilities. OpPrated and di apnaeri of the trash at •the City' s •Mini -Dump Facility located at the Department of Solid Waste. 2. Has this firm provided for your organization .the services of DiSposal of Clean Yard Waste as described in the attached Scope of Work? . . , . X Yes- No ' • ' • •• ,• •.. • , . 'When were the goods/services provided and for what period of time? Waste Management has serviced garbage containers at City.,Facilities from 1999 to the present. Also, for the period of 2004 through 2010, Waste Management disposed of the clean yard wr--)Atp whirh was lornhad inside the Mini -Dump at the Department of Solid Waste: • 3.. What problems, if any, were encountered with this firm during performance of their services, and how were they resolved? (Please attach a separate sheet should more space be needed) There were no problems enomittered. Page 3 of 5 4. Please rate the following questions regarding services provided by the proposer listed above: Ratings: 1 = Excellent 2 = Good; 3 = Acceptable; 4 = Poor; 5 = Not Acceptable ;.•"--EValtiatedftetw ••'" • .„. .Overall Quality of ContractOr"s.perferrriariee • '•• Adherence to,Contractual,spedificatiOns/sOope•ef work, terms.rid Quality of -key personnel Reliability of Personnel ' Timely Notification of potential delays/problerns Handling of complaints/non-performance Timely response to Emergencies and/or Directives Company's reliability - Level of comfort and confidence you had in the company through the contracted period ' • Overall performance of the company through the contracted period 1 1 5. Would the firm be considered to perform,work in the future for your organization? X Yes No Are there any overall Comments that we should also know about or which would assist us during this evaluation process?: W•agte M$A.PnagP.ment is a Professional and highly qualified rompany_ Rater's Name: • Signature: Title: Date: 12/18/12 Please complete and return this questionnaire to the attention of Yadissa Calderon, Senior Procurement Specialist, via email at vcalderonRmiamloov.com or via fax at (305) 400-5369 by the due date and time of on or before Wednesday, January 2nd, 2013 at 11:00 AM. Thank you In advance for all your time, effort, and assistance with this matter. Page 4of 5. SCOPE OF WORK The City of Miami is seeking Bids from-qualifiedfirms, hereinafter referred to as. the: Bidder: or Contractor, to provide:disposal' services of clean yard waste collected and delivered by the City to the Contractor's`. designated facility`(ies)'In'accordance with the following'Minimum 'specifications" 3.2 DEFINITIONS Clean Yard Waste: The term "Clean Yard Waste" shall mean; horticulture and vegetation material including tree limbs; trunks; shrubs; palm fronds, coconuts, fiber matting, spathe, plants, leaves; grass clippings,• fruit, berries and recyclable wood products," etc., containing less than ten percent (10%) contamination per load of mixed debris by weight or volume: Plastic bags shall be accepted in Clean Yard Waste loads and not counted as contamination. Disposal_ Fee: the fee charged to dispose of clean yard trash at Contractor's disposal facility (ies). This fee shall be Inclusive of any transfer fee, as may applicable. 3.3 MATERIAL DELIVERY A. By City owned trucks; B. Truck size- pickup, grapple, stake bed dump, large compaction type vehicles. C. Clean Yard Waste: horticulture and vegetation material and recyclable wood products, delivered by truck. 3.4 WEIGHING RECORDS The Contractor's facilities shall: operate and maintain motor truck scales calibrated to the accuracy required by Florida law and to weigh all vehicles delivering, Clean Yard Waste. Each vehicle delivering Clean Yard Waste from the City shall have its tare weight and cubic yard capacity permanently and conspicuously displayed on the exterior of the vehicle: The Contractor or its contractor may; from time to time, require revalidation of the tare weight of any vehicle. The Contractor will supply the City with monthly weighing records as may be reasonably required by the City to administer its Clean Yard Waste program. Copies of all transaction tickets will be maintained by the Contractor for at least two (2) years. If weighing scales are inoperable or are beingtested, the Contractor shall estimate the quantity of Clean Yard Waste delivered using a schedule of estimated waste material weights in accordance with Section 15-25, Subsections (b) and (d) of the Miaml-Dade County Code,as amended from time to time. The estimates shall take the place of actual weighing records, when the scales are not operational. The Contractor shall use reasonable: efforts to maintain the scales in an operable and accurate weighing condition. 3.5 RESPONSIBILITIES OF THE CONTRACTOR A. The Contractor shall provide disposal services of all Clean Yard Waste the City collects and delivers to the contractor'sfacility (ies) in accordance with this IFB, The provision of Clean Yard Waste disposal services under this IFB shall comply with all applicable state, federal, and local laws. Page's of 5 B. The Contractor shall maintain a Solid Waste Facility Annual Operating Permit as required under Chapter24=18, Miami=Dade County Code; for facilities whose,purpose is the disposal; recycling • incineration, processing; storage, transfer or treatment Of Solid ;or liquid waste. C. . =The Contractor'shell beable to' accept'CI`an Yard Waste from"the City in•an estimated amount.' of 100-400 tons,per day. D. The Contractorshall have a facility located within a 15 mile radius of the City Solid Waste Fleet Yard,'' located at 1290 NW 20th Street, Miami, Florida 33142 E. Contractor shall allow City personnel access for accidents Involving the City or safety inspections when a City employee reports an unsafe or hazardous condition. Contractor will ensure a safe work environment, . F. City employees: and. City contractors "shall observe all safety vests and hardhats, when "required ; safety rules and procedures including°supplying G. Contractor's,monthly invoice to the,City shall include clean yard waste material, date; ticket number, tons and contracted rate charged "' " H. During emergency operations; such as a hurricane, the Contractor should be willingto extend receiving hours or days of operation (Sunday) to facilitate efficient and timelydebris removal by the City, or City Contractors. The quoted rate per ton shall apply to any such emergency operations' regular or extended business hours of operations. 'KENNETH ROBERTSON Chief Protiurcmeni Officer.:; Client Reference: Client Contact Person. O , Q_NNtr/i`:)41.72-3-6 Ott) YYt i Client. Phone:. (/ ) V'3 Client Fax: _ 1 Client Email: YY1C{ c�tml l l4 V.P4 / t�S CCU l' .,. -C4 • tl w JOHNNYMARTINEZ,. P. City Manager RE:: PAST'PERFORMANCE EVALUATION QUESTIONNAIRE OF To Whom It May, Concern,...;;. The City of Miami has issued .: 'Invitation: for Bid (IFB) 352298 for the ':Disposal of Clean Yard Waste and has :. implemented .a process for the collection of past performance information pursuant to the minimum qualification requirements for the same. The informationprovided shall assist ,the- City with the evaluation of bids received in response to said IFB. The above listed company is _a; prospective respondent in the.City's IFB process and has identified youas a client for said services and as one of the IFB'srequired references. .Both,:the City and the listed company respectfully request that you review all items and answer all questions as completely as possible.` Failure to provide the completed Past Performance'Evaluation Form at the time of bid submittal may deem bidder non -responsive. Once finalized, please return this questionnaire to the attention Hof Yadissa Calderon, Senior Procurement Specialist via: email at vcalderon a(�,miamigov.com or via fax at (305) 400-5369 on or. before Wednesday, January 2"d, 2013 at 10:00 AM ' Thank you in advance for all yourtime, effort, and assistance with this matter. Kenneth Robertson Director/Chief Procurement Officer Attachment. KR/yc Cc: IFB File. age 2 :of 5 December ,>2012: Yadissa: Calderon Senior Procurement Specialist City of. Miami Purchasing g Department 444 S.W..2ad Avenue, 6' Floor. Miami, Florida 33130 PAST PERFORMANCE EVALUATION QUESTIONNAIRE`: Invitation for Bid (IF13052298 or the Diispo aI of Clean Yard Waste ' L 2 t Company Name: If .�4 r ; [.�(.� (i Company Contact Person: 440J, Company Pt one: 3 365- gi `i5 Company Email: Tr►'1C$QYY7 t ,? i {t U�,t &;3-e : Describe the good/services this firm has provided or currently provides to:your organization: cam'- e- end Ga/a0( r ram,r-cyck_k 2. Has this firm provided for your organization the services of Disposal of Clean Yard Waste as described in the attached. Scope of Work? OYes No When were the goods/services provided and for what period of time? a6x)4- "c .)(Q 3. What problems, if any, were encountered with this firm during performance of their services, and how were they resolved? (Please attach a separate sheet should more space be needed) Oot Page-3 Please rate the following questions regarding services provided by the proposer isted:above:. Ratings :1 = Excellent 2 = Good; 3 = Acceptable; 4 = Poor; 5 = Not Acceptable Evaluated Item` ; Rating Overall_ Quality of-Contracto"r's. performance . Adherence to,contractual specifications/scope of work, terms and conditions 'Quality of; key personnel 'Reliability of Personnel :,Timely, Notification of potential delays/problems Handling of complaints/non-performance Timely response to Emergencies and/or Directives= Company's`reliability" Level of comfortand confidence you'had,in the company through, the contracted period Overall:performance of the'company through the contracted period .. 5 Would the; firm be considered. to perform: work in: the future for. your organization? ;V Yes Are there any overall Comments that we should also know about or which would assist us during this evaluation process?: s- a o. A va- Ce./e, -11-2 wren-ic Rater's Name:MQJ{/L Q l.(4. i itie: i} J (((JJJ Signature: Date: f OA• / f 2 Please complete and return this questionnaire to the. attention of Yadissa Calderon,Senior Procurement Specialist, via email at vcalderonAmiamigov.com or via fax at (305) 400.5369 by the due date and time of on or before Wednesday, January 2nd, 2013 at 11:00 AM. Thank you in advance for all your time; effort, and assistance with this matter. agG4`,O SCOPE'OF WORK The City of Miami is seeking; Bids from qualified firms, hereinafter' referred to as the Bidder. or Contractor, to provide disposal Services of clean yard waste collected. ;and delivered by the City to the Contractor s designated facility(ies) in accordance with; the.foltowing minimum specifications 3.2 DEFINITIONS Clean' Yard Waste: terrn "Clean Yard Waste'` shall mean, horticulture' and vegetation` material including -tree limbs;. trunks,` shrubs'paim fronds,:coconuts; fibermattmg,`spathe; plants; leaves, grass: -s clippings fruit, berries' -and -'recyclable wood products, etc., containing less than ten percent (10%) contamination per load of mixed debrisby weight or volume. Plasticbags shall be accepted in Clean Yard Waste loads and not . counted as contamination Disposal Fee the fee charged to dispose of clean yard trash at Contractor's disposal facility (ies). This fee shall be inclusive of any transferfee, as may be applicable. 3.3 MATERIAL DELIVERY A. By City owned trucks; B. Truck size- pick up, grapple, stake bed dump, large compaction type vehicles. C. Clean Yard Waste: horticulture and vegetation material and recyclable wood products, delivered by truck 3.4 WEIGHING RECORDS The Contractor's facilities shall operate and maintain motor truck scales calibrated to the accuracy required;by Florida law and to weigh all vehicles:delivering Clean Yard.Waste. Each vehicle delivering Clean Yard Waste` from the Cityshatl have its tare weight:and cubic yard capacity permanently, and conspicuously displayed on the exterior of the vehicle: The Contractor or its contractor may, from time to time, require revalidation of the -tare weight of anyvehicle. The Contractor will supply the City with monthly weighing records as may be reasonably required by the City to administer, its Clean Yard Waste program. Copies of all transaction tickets will be' maintained; by the Contractor for at least two (2) years: If weighing scales are inoperable or are being tested, the Contractor shall estimate the quantity of Clean Yard Waste delivered using a schedule of estimated waste material weights in accordance with Section 15-25, Subsections(b) and (d) of the Miami -Dade County Code, as amended from time to time. The estimates shall take the place of actual weighing records, when the scales are not operational. The Contractor shall use reasonable, efforts to maintain the scales in an operable and accurate weighing condition. 3.5 RESPONSIBILITIES OF THE CONTRACTOR A. The Contractor shall provide disposal services of all Clean Yard Waste the City collects and delivers to the contractor's facility (ies) in accordance with this IFB. The provision of Clean Yard Waste disposal services under this IFB shall comply with all applicable state, federal, and local laws. Pane 5.0 B The Contractor, shall maintain a SolidWaste Facility Annual Operating:Permit as required ,under Chapter 24 18,- Miami -Dade County_Gode,`for facilities whose purpose is the disposal; recycling, incineration processing storage, transfer or treatment of solid, -or liquid waste C The Contractor shall be able to accept Clan Yard Waste,from the City in an estimated=amount of 100_-400 tons perday. D.` The Contractor shall have -a facility located within a 15 mile radius of the City'Solid Waste Fleet Yar located.at1290 NW20th Street, Miami , Florida 33142 E. Contractor shall allow Citypersonr el access for, accidents involving the -'City or safety inspections when a City employee reports an unsafe or'hazardous.condition`: Contractor will,ensure a' safe work environment City employees and City contractors shall observe all safety rules .and procedures including supplying' safety vests. and.herdhats when required. G. Contractor's -monthly invoice to the City shall include clean yardwaste' material;` date, ticket number, tons and contracted "rate charged H. During emergency operations such as a hurricane the Contractor should be willing to extend receiving hours or days of operation (Sunday) to facilitate efficient and timely debris removal by the City or City Contractors. The quoted rate per ton shall apply to any such emergency operations' regular or extended business hours of operations.