Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Back-Up Documents
Progressive Waste Solutions of FL, Inc. City of Miami Material Audit Novemeber 2013 RM.net AMV AMV: $ 118.86 Processing Fee: $ 50.00 Revenue Share: 43% Rebate /Ton: $ 29.42 Total Test Weight: 2013 Toter 1 Toter 2 Toter 3 Toter 4 Toter 5 Toter 6 Material Material Material Material Material Material Total Comp RM.net RM.net Material Type Weight Weight Weight Weight Weight Weight Weight Percentage Value/Pound Value OCC 369 369 18.33% $ 0.068 Aseptic Cartons 13 13 0.65% $ Mixed Paper 567 567 28.17% $ 0.028 HDPE Natural 14 20 17 13 64 3.18% $ 0.375 HDPE Color 26 21 13 60 2.98% $ 0.255 PET 19 19 20 25 27 22 132 6.56% $ 0.180 Mixed Rigid Plastic 20 20 0.99% $ 0.050 Plastic Bags/Film 10 27 37 1.84% $ #3-7 Plastic 15 15 0.75% $ - Metal Cans 36 36 1.79% $ 0.060 Aluminum 30 30 1.49% $ 0.700 Glass 227 227 11.28% $ Residue 66 58 60 70 165 24 443 22.01% $ (0.020) Total 1412 145 110 108 192 46 2013 100.00% Finance and Adniirlistratiire Services -Department PURCHASING DIVISION 115 S Andrews Avenue. Roorri 212 • Fort Lauderdale. Florida 33301 .954-357-60% • FAX 954-357-8535 Ma 24, 2013 Choice Environmental Services of Braward, 3101 NW 16th Terrace Pompano Beath, FL 33064 Altn: Damian A. Ribar Reference: Bid Contract G092490861 Amendment No. 2 to Solid Waste and Recycling Services for Unincorporated Broward County Dear Mr. Ribar. The following is to be added to Bid Contract No. G0924908B1: A. Add paragraph 313 to Attachment 'A", Segment 3, Contractor Obligations: 3.8 Effective July 3, 20'13, the Contractor will process Program Recyclables in accordance with Attachnient "G" enclosed. This provision may be cancelled with sixty (60) days written notice to the Contractor. Please sign below to indicate that you comply •with the additional specifications and requirements. Your signature, along with acceptance from Broward County Board of County Commissioners will incorporate this addition into the original Bid Contract No. G0924908B1. For further information please contact John Torrenga, Purchasing Agent III, at (954)357-6081 or jtorrenga@brovv rd.org. da J, award Cou s y, Director y Purchasing Division Damian A. Ribar Choice Environmental Services of Erowardi Waste Services-Ifiev-0,bokiDA BrcAvard County Board Of Ccumy Corniniss ion ors Sur GtinzikiVer Dare V C Haigw,1 • gr*n .):Kvbs tiok;r1Doviti Kb; LIMatr.3 • Sug.,/ tater • 7,71 yaq • 83P :IP Si nit' • cs:s r b r tard.or0 Amendment No. 2 to GO 24908B1 Solid Waste and Recycling Services for Unincorporated Broward May 24, 2013 Page 2 May 2013 Tonnage: ATTACHMENT "G4' (Effective July 3, 2013) ADJUSTED MARKET VALUE (AMV), 100 Weighted Corntnodly , lPpirAverage Price Percentage Newspaper 0 Mixed Paper '35.0054 35 :.$70.00 $2,450 Corrugated Cardboard 37.00% 37 $120.00 $4,440 Aluminum Cans Steel Cans 1.00% 1 $1,500.00 $1,500 Other Metal PET 1.00% 0.00% 240% 0 3 $412300..060 0 SO SO $$isssi$. 0000.23705 HOPE Nal ural 1.001z 1 5720.00 5720 HOPE Colored 1-504 2 $42040 $630 Aseptic Containers 0.00% 01 $70.00 Mixed Plastics 0.00% 0 ..$3.op.00 Mixed Glass 6,00% 6 ''SO 00 SO Rejects/Residue _ . 15 00% 15 , , . $0.00 Total: 100.00% , 100 510,935 Notes: Each month. the COntrador shall calculate the AMV of the Program Recyclables, defined as the sum of the Southeast USA regional average commodity prices (U.S. Coffers per Tan) first posted In the month for which payment is being made in RecyclingMarkets.net. multiplied by the composition percentages of the Program Recycables, as depicted in the table above, which calculated the AMV of May 2013 as an example. Net !Revenue Payrnents will be bated on 100% of inbound Program Recyclables, as recorded at the Contractors facffity. The Contractors $50 processing fee shall be deducted from the AMV and Contractor shall pay the county 43% of theUie remainng amount tar each ton of inbound Program Recyclables. At no time shall the County make payment to the Contractor for Program Recyctables. regardless of the AMV, Material Composition's assuming that Unincorporated Area Residential Program Recyclables and v ntal Building fiber are both processed by Contractor and thit the combined inbound material is 40.503; fiber. The Contractor may use any licensed and permitted recycling facility for processing materials. Amendment No. 2 to G092490 May 24, 2013 Page 3 1 Solid Waste and Recycling Services for Unincorporated Broward ATTACHMENT llG" (Effective Jul3, 20131 (Continued) ADJUSTED MARKET VALUE AND NET REVENUE CALCULATIONS The AMV shall be calculated monthly based on the market indices noted in herein, multiplying the average market value for each material by the material percentage figure for that material as noted herein, and then totaling these figures. The first AMV adjustment will occur on the first day of the month in which the Commencement Date occurs and monthly thereafter. The monthly AMV adjustment will only impact the Net Revenue Per Ton for the month in which the AMV adjustment occurs and will not be used to "true up" the previous Net Revenue Per Ton fees. Effective July 3, 2013, a S50 processing fee will be applied. The Net Revenue Per Ton would be calculated as follows: AMV (less the processing fee) shall be multiplied by the applicable Revenue Sharing Percentage equals Payment per Ton Example Calculation #1 —Market Value: The following example assumes the Average Market Value is $109.35lton, a Revenue Sharing Percentage of 43% and 100 tons of Program Recyclables were processed in the applicable month. • $109.35 less $50 (AMV) X 43% (Revenue Sharing Percentage) = $25.52 (Payment Per Ton) MonthlyProgram Tonnage: 100 — • Camino ay - %WeigPrcd verage pike Newspaper . - 0 $0 Mixed Paper 35.06% 35 $70.00 $2,450 Corrugated Cardboard 37.00% ,.. 37 $120.00 $4,440 Aluminum Cans 1.00% 1 $1,500.00 $1,500 Steel Cans 1.00% 1 $120.00 $120 Other Metal 0.00% 0 $0 . SO PET ,2,50% 3 $430.00 $1,075 HDPE Natural 1.00% 1 S720.00 $720 HDPE Colored1.5046 ‘ ../ • 2 $420.00 $630 Aseptic Containers 0.00% 0 .$70,00 ' $0 Mixed Plastics 0.00% " 0 $100.00 SO Mixed Glass 6.00% 6 $0.90 SO RejectsiResidue 15:003 • 15 $0.00 $0 Total: 100.00% .— 100 $10,935 Average Ma ket Value Per Ton: $109.35 Less Processing Fee $50.60 AMV $59.35 Revenue Sharing Percentage 43.0 ° Reveue paid to County: $7.5.52 BRd:ARD COUNTY 74D zliAl Finance and Administrative Services Department PURCHASING DIVISION 115 S Andrews Avenue. Room 212 • Fort Lauderdale. Florida 333131 • 554.357.6006.FAK 954-35T-6535 May 10, 2013 Choice Environmental Services of Broward, Inc. 3101 NW 16th Terrace Pompano Beach, FL 33064 Attn: Damian A. Ribar Reference: Bid Contract G0924908E31 Amendment No. 1 to Solid Waste and Recycling Services for Unincorporated Broward County Dear Mr. Smith: The following is to be added lo the Special Instructions to Bidders on Bid No. G0924908B1: A. Add a new section 7.1.7, to read as follows: 7.1.7. Prior to July 3, 2013, CONTRACTOR shall execute the Shell Agreement between Broward County and Haulers for Centralized Billing Services related to Residential Solid Waste Disposal, as approved by the County. B. Add a new section 7.14,4. to read as follows: 7.14.4. Payment for disposal of Commercial Solid Waste 7.14.4.1 Prior to July 3, 2013, CONTRACTOR shall provide a performance bond (in a form and from an issuer reasonably acceptable to the operator of the Designated Disposal Facility) In favor of the operator of the Designated Disposal Facility in an amount that covers a ninety (90) day fee payment for Conimercial Send Waste, calculated pursuant to the operator of the Designated Disposal Facility's agreed -upon •fees with County. and based on the 60 day average tonnage of CONTRACTOR during the Most recent twelve (12) month period preceding the provision of the performance bond, The sufficiency of the value of the performance bond shalt be reviewed on an annual basis and the required bond value may be increased or decreased based on an increase or decrease in CONTRACTOR's commercial obligations. CONTRACTOR providing commercial services within multiple jurisdictions to the Designated Disposal Facility may provide one aggregate bond meeting the requirements set forth herein. 7.14.4.2 Beginning ort July 3. 2013, on a bi-weekly basis, the operator of the Designated Disposal Facility shall calculate the amount of disposal service fees owed to them by CONTRACTOR for Commercial Solid Waste, and shall submit an Invoice to CONTRACTOR for payment. The invoice to CONTRACTOR shall be due within fifteen (15) days of reaeipt. Broword County Board of County Commissioners o.ruL-.age; • Ciao V C oicArles • 10,, on J-Jrails • martin-ca.-id Kiar • C417471 LaRtarca• SLIzOirtter, Tyre Ryzm EiJitZtr. Stian:t • itn, We4i,!cr VAW broward,org Amendment No. 1 to G0924908B1 Solid Waste and Recycling Services for Unincorporated B: May 7, 2013 Page 2 ward 7.14.4.3 If CONTRACTOR disagrees with the amount stated in the invoice provided by the operator of the Designated Disposal Facility, CONTRACTOR shall notify the operator of the Designated Disposal Facility of such dispute. CONTRACTOR shall make payment to the operator of the. Designated Disposal Facility of undisputed invoiced amounts within thirty (30) days after receipt of the invoice. In the event of a disputed amount, the parties shall reasonably attempt to discover the cause of any discrepancy between the parties, and if a resolution is not, reached within forty-five (45) days of receipt of the Invoice, the parties shag resolve the dispute in a manner permitted by Florida law. The existence of a dispute shall not delay payment of undisputed amounts to the operator of the Designated Disposal Facility, or, except as set forth herein, relieve the operator of the Designated Disposal Facility of Hs obligations to County. In the event CONTRACTOR fails to make payment to the operator of the Designated Disposal Facility for Commercial Solid Waste as required, the operator :of the Designated Disposal Facility shall notify the County of such non-payment and shall have the right to make a claim for payment under CONTRACTOR's performance bond for the properly invoiced outstanding amounts due for Commercial Solid Waste. If the unpaid amount exceeds 80% of the performance bond provided by CONTRACTOR, the operator of the Designated Disposal Facility shall be entitled to reject any Commercial Solid Waste delivered by CONTRACTOR until such :time as all unpaid amounts have been received by the operator of the Designated Disposal Facility and. the operator of the Designated Disposal Facility is in possession of a performance bond meeting the requirements stated herein. Please sign below to indicate that you comply with the additional special instructions to bidders, Your signature, along with acceptance from Broward County Board of County Commissioners will incorporate this addition into the original Bid Contract No. G0924908B1. For further information please contact John Torrenga, Purchasing Agent III, al (954)357-6081 or jtorrengal?a bro vard.org. recto asing Division amian A. Ribar Choice Environmental Services of Broward / Waste Services of Florida, Inc. Broward County Commission Regular Meeting Meeting Date: 09/13/2011 Director's Name: Dinah L. Lewis Department: Finance & Administrative Services Division: Purchasing 28. Information Requested Action MOTION TO AWARD open-end contract to low bidder, Choice Environmental Services of Broward, Inc., for Solid Waste and Recycling Services for Unincorporated Broward County, Bid No. G0924908B1, for the Waste and Recycling Services/Recycling and Contract Administration Division, for an initial contract period of five years, in the estimated amount of $7,583,462.10, including optional services in the estimated amount of $268,408.80, and authorize the Director of Purchasing to renew the contract for two one-year periods, for a total seven-year potential estimated amount of $10,616,846.94. The initial contract period begins on January 1, 2012 and terminates five years from that date. (Commission Districts 7 and 9) ACTION: (T-10:16 AM) Approved. See Yellow -Sheeted Additional Material, dated, September 13, 2011, submitted by Finance and Administrative Services. (Refer to minutes for full discussion.) VOTE: 9-0. (Commissioners Jacobs and Sharief participated telephonically.) Why Action is Necessary In accordance with the Broward County Procurement Code, Section 21.31.a.4, the Board is required to approve all purchases over $250,000 per annum or $400,000 in a multi -year period, and Section 21.31.g, no contract shall extend more than five years without the express consent of the Board. What Action Accomplishes Provides residential and commercial solid waste and recycling services within the central areas of unincorporated Broward County. Is this Action Goal Related Established Commission Goal Previous Action Taken None Summary Explanation/ Background THE PURCHASING DIVISION AND THE PUBLIC WORKS DEPARTMENT/WASTE AND RECYCLING SERVICES/RECYCLING AND CONTRACT ADMINISTRATION DIVISION RECOMMEND APPROVAL OF THE ABOVE MOTION. This project supports the Board's Vision of a "Pristine, Healthy Environment" and its Goal No. 2, to "encourage and promote community stewardship and appreciation of the environment and the conservation and wise use of our natural resources", by increasing opportunities for solid waste and recycling collection in Broward County. The Public Works Department and the Office of Economic and Small Business Development did not establish County Business Enterprise (CBE) goals for this contract because there are no CBE subcontracting opportunities (Exhibit 2). On November 5, 1996 (Item No. 98), the Board approved various franchise agreements for solid waste collection services in the unincorporated areas of Broward County. Subsequent renewals and amendments extended these agreements to December 31, 2011. On June 14, 2011 (Item No. 15), the Board authorized the non -renewal of these agreements in order to issue a competitive solicitation. The purpose of this contract is to provide solid waste and recycling services for approximately 4,060 residential properties and 250 commercial accounts within the central areas of unincorporated Broward County, which includes the following neighborhoods: Boulevard Gardens, Roosevelt Gardens, Franklin Park, Washington Park and Broadview Park. The contract services for residential properties includes solid waste collection two times per week, recycling collection one time per week and bulk waste collection one time per month. Also, each residential property receives a roll -out cart receptacle for disposal of waste materials. The contract includes a provision for optional residential services that allows for future cost-effective service adjustments, such as alternate week recycling collection or institution of a recycling rewards program, and establishes the cost for additional roll -out cart receptacles, if requested by a resident (Exhibit 1, Section 7, Lines 20-24). In addition, the contract provides for the contractor, at no additional cost, to participate in various community clean-up events and to provide and maintain litter receptacles at bus stops and other locations within the five communities. Commercial properties (business and multifamily) contract directly with the contractor for the level of service required, at the cubic yard rate specified in the contract. The contract also includes a provision for the payment of franchise fees to the County, by the contractor, for the exclusive right to provide residential and commercial solid waste and recycling services in the designated areas. The residential franchise fee is 10 percent and the commercial franchise fee is 15 percent. The revenue generated from these franchise fees is estimated to be $164,399.22 annually, for a five-year estimated amount of $821,996.10. The contract reduces the annual residential assessment for solid waste and recycling services from $498 per unit to $368 per unit. In addition, it eliminates the use of reserves to subsidize service, it improves neighborhood aesthetics and efficiency through the use of roll -out cart receptacles, it facilitates additional recycling, it provides no -cost services for community clean-ups and litter prevention and it allows for future cost-effective service adjustments. In accordance with the Living Wage Ordinance No. 2008-45, as amended, Section 26-101(f), these services are subject to the Living Wage. Choice Environmental Services of Broward, Inc. has committed to pay its workers at least the minimum requirement of the Living Wage Ordinance for the duration of the contract. The Waste and Recycling Services/Recycling and Contract Administration Division has reviewed the bid submitted by the low bidder, Choice Environmental Services of Broward, Inc., and concurs with the recommendation for award (Exhibit 3). The bid posted on April 6, 2011 and opened on May 4, 2011; eight bids were received with no declinations (Exhibit 1). Fiscal Impact Fiscal Impact/Cost Summary: This contract has no overall fiscal impact. The County derives offsetting revenues through a special assessment on the annual unincorporated area residential tax bills and service franchise fees. The source of funding used for residential services is the Mandatory Collections Fund 4900-128-3000-3400. Attachments Exhibit 1 - Bid Tabulation Exhibit 2 - Goal Memorandum dated March 9. 2011 Exhibit 3 - User Concurrence Memorandum signed May 27. 2011 Additional Material - Information Bid No. G0924908B1 SOUD WASTE AND RECYCUNG SERVICES FOR UNINCORPORATED BROWARD COUNTY Agency: Waste and Recycling Services/Recycling and Contract Administration Division P.A.: John Torrenga Date Bid Posted : 4/6/2011 Date Bid Opened: 5/4/2011 Bids Submittals: 8 Bld Declinations: 0 BARD OUNTY Purchasing Division TABULATION OF BIDS Choice Environmental Services of Broward, Inc. Waste Pro of Florida, Inc Republic Services of Florida, LP. d/b/a All Service Refuse Waste Management Inc. of Florida 3101 NW 16 Terrace 17302 Pines Blvd. 761 NW 31 Avenue 2700 Wiles Road SECTION 1 (ITEMS 1 -4) RESIDENTIAL COLLECTION SERVICES Pompano Beach, FL 33064 Pembroke Pines, FL 33029 Lauderhill, FL 33311 Pompano Beach, FL 33073 ITEM NO. DESCRIPTION Unit Price Unit Monthly Cost Annual Cost Unit Monthly Cost Annual Cost Unit Monthly Cost_ Annual Cost Unit Monthly Cost Annual Cost Residential Collecllon Services 4,060 $2.74 $11,124.40 8133,492.80 $8.55 $34,713.00 $416,556.00 $7.15 $29,029.00 $348,348.00 $10.58 $42,954.80 $515,457.60 2 MSW Disposal Allowance per Unit - Pre- established Price 4,060 $10.91 $44,294.60 $531,535.20 $10.91 $44,294.60 $531,535.20 $10.91 $44,294.80 $531,535.20 $10.91 $44,294.60 $531,535.20 3 Bulk Disposal Allowance per Unit - Pre- established Price 4,060 51.21 $4,912.60 $58,951.20 $1.21 $4,912.60 558,951.20 $1.21 $4,912.60 $58,951.20 $1.21 $4,912.60 558,951.20 SUBTOTAL (ITEMS 1 - 3) 4,060 $14.86 $60,331.60 $723,979.20 $20.67 $83,920.20 $1,007,042.40 $19.27 $78,236.20 $938,834.40 $22.70 $92,162.00 $1,105,944.00 4 Residential Franchise Fee 0 10% (10 % of subtotalamounl) 4,060 81.49 $6,049.40 $72,592.80 (A) $2.07 $8,404.20 $100,850.40 $1.93 $7,835.80 $94,029.60 $2.27 $9,216.20 S110,594.40 TOTAL SECTION 1 ANNUAL AMOUNT (ITEMS 1 -4) 4,060 $16.35 $66,381.00 5796,572.00 (A) $22.74 $92,324.40 $1,107,892.80 $21.20 $86,072.00 $1,032,864.00 $24.97 $101,378.20 $1,216,538.40 SECTION 2 (ITEMS 5-7) COMMERCIAL CART COLLECTION: UNINCORPORATED CENTRAL BROWARD COUNTY, NOMINAL 65-GALLON CART Choice Environmental Services of Broward, Inc. Waste Pro of Florida, Inc, Republic Services of Florida, LP. d/b!a All Service Refuse Waste Management Inc. of Florida ITEM NO. DESCRIPTION Collections Unit Monthly Cost Annual Cost Unit Monthly Cost Annual Cost Per Collection Monthly Cost Annual Cost Unit Monthly Cost Annual Cost 5 Commercial Collection Services (Nominal 65. gallon cart) 50 $1.75 $87.50 51,050.00 $25.00 $1,250.00 $15,000.00 $12.45 $622.50 $7,470.00 $3.98 $199.00 $2,388.00 6 Disposal Cost (Nominal 65-gallon cart) Pre- established Price 50 $3.32 $166.00 $1,992.00 $3.32 $166.00 $1,992.00 $3.32 $166.00 $1,992.00 . $3.32 $166.00 $1,992.00 SUBTOTAL (ITEMS 5-6) 50 $5.07 $253.50 $3,042.00 $28.32 51,416.00 $16,992.00 $15.77 $788.50 $9,462.00 57.30 $365.00 $4,380.00 7 Commercial Franchise © 15% (15% of subtotal amount) 50 50.78 538.00 $456.00 (A) $4.25 $212.50 $2,550.00 $2.37 $118.50 $1,422.00 $1.10 555.00 $660.00 TOTAL SECTION 2 ANNUAL AMOUNT (ITEMS 5-7) 50 $5.83 $291.50 $3,498.00 (A) $32.57 $1,628.50 $19,542.00 $18.14 $907.00 $10,884.00 $8.40 $420.00 $5,040.00 SECTION 3 (ITEMS 8-10) COMMERCIAL CART COLLECTION: UNINCORPORATED CENTRAL BROWARD COUNTY, NOMINAL 95-GALLON CART Choice Environmental Services of Broward, Inc, Waste Pro of Florida, Inc. Republic Services of Florida, LP, d/b/a All Service Refuse Waste Management Inc. of Florida ITEM NO. DESCRIPTION Collections Unit Monthly Cost Annual Cost Unit Monthly Cost Annual Cost Per Collection Monthly Cost Annual Cost Unit Monthly Cost Annual Cost 8 Commercial Collection Services (Nominal 95- gallon cart) 50 $1.75 $87.50 $1,050.00 $32.00 $1,600.00 $19,200.00 $12.45 $622.50 $7,470.00 $3.98 $199.00 $2,388.00 9 Disposal Cost (Nominal 95-gallon cart) Pre- established Price 50 $3.32 $166.00 $1,992.00 $3.32 $166.00 $1,992.00 $3.32 $166.00 . $1,992.00 $3.32 $166.00 $1,992.00 SUBTOTAL (ITEMS 8-9) 50 $5.07 $253.50 $3,042.00 $35.32 $1,766.00 $21,192.00 $15.77 $788.50 $9,462.00 $7.30 $365.00 $4,380.00 10 Commercial Franchise @ 15% (15% of subtotal amount) 50 $0.76 $38.00 8456.00 (A) $5.30 $265.00 $3,180.00 $2.37 $118.50 $1,422.00 . $1.10 $55.00 $660.00 TOTAL SECTION 3 ANNUAL AMOUNT (ITEMS 8-10) 50 $5.83 $291.50 53,498.00 (A) $40.62 $2,031.00 $24,372.00 $18.14 $907.00 $10,884.00 $8.40 $420.00 55,040.00 (A) Corrections in Additions / Extensions for bid tabulation purposes Bld No, G0924908B1 SOLID WASTE AND RECYCLING SERVICES FOR UNINCORPORATED BROWARD COUNTY Agency: Waste and Recycling Services/Recycling and Contract Administration Division P.A.: John Torrenga Date Bid Posted : 4/6/2011 Date Bid Opened: 514/2011 Bids Submittals: 8 Bid Declinations: 0 ARD COUNTY SECTION 4 (ITEMS 11-13) COMMERCIAL CONTAINER COLLECTION: UNINCORPORATED CENTRAL BROWARD COUNTY Choice Environmental Services of Broward, Inc. Waste Pro of Florida, Inc- Republic Services of Florida, LP. d/bla P All Service Refuse Waste Management Inc. of Florida ITEM No. DESCRIPTION Cubic Yards Unit Monthly Cost Annual Cost Unit Monthly Cost Annual Cost Per Cubic Yards Monthly Cost Annual Cost Unit Monthly Cost Annual Cost 11 Collection per cubic yard 4,400 $3.15 $13,860.00 $166,320.00 $2.04 $8,976.00 8107,712.00 $5.75 $25,300.00 5303,600,00 63.98 $17,512.00 $210,144.00 12 Disposal Cost - per cubic yard Pre•establlshed Price 4400, 86,65 • $29,280.00 $351,120.00 $6.65 $29,260.00 $351,120.00 $6.65 $29,260.00 $351,120.00 $6.65 $29,260.00 $351,120.00 SUBTOTAL (ITEMS 11- 12) 4,400 $9.80 . $43,120.00 $517,440.00 88.89 $38,236.00 $458,832.00 $12.40 $54,560.00 1654,720,00 $10.63 546,772.00 $561,264.00 13 Commercial Franchise @ 15% (15% of subtotal amourd 4.400 51,47 $6468.00 $77,616.00 51,31 $5,764.00 $69,168.00 $1.86 $8,184.00 $98,208.00 $1.60 $7,040.00 $84,480.00 TOTAL SECTION 4 ANNUAL AMOUNT (ITEMS 11-13) 4,400 $11.27 $49,588.00 5595,056.00 $10.00 $44,000.00 5528,000.00 $14.28 562,744.00 $752,928.00 $12.23 $53,812.00 $645,744.00 SECTION 5 (ITEMS 14-16) ROLL -OFF CONTAINER SERVICE: OPEN TOP, NON -COMPACTING; PERMANENT/OVER 30-DAYS Choice Environmental Services of Broward, Inc' Waste Pro of Florida, Inc. Republic Services of Florida, L.P. d/b/a All Service Refuse Waste Management Inc. of Florida ITEM NO. DESCRIPTION Units Unit Monthly Cost Annual Cost Unit Monthly Cost Annual Cost Unit Price Monthlxr Cost Annual Cost Unit Monthly Cost Annual Cost 14 Haul Rale per haul 60 Estimated Annual Hauls $130.00 �h r . . t' ' I t 4 +, $7,800.00 $135 00 z"' '" Oat iv 1 wa.7 o!�.� $8,100.00 $200 00 r r s � ' . -a z xt ` $12,000.00 $160 00 a• •-w I^ ,y�^ ts $9,000.00 15 Disposal Cost: per cubic yards Pre- established Price 1800 Estimated Annual Cubic Y $15.05 .' +' f r`�', t<4 .p�"„ ?-{ z k1q $27,090.00 $1505 3�II,' . '' .' If, ,; $27,090.00 $15.05 wR, �r.., a` $27,090.00 $1505 4� ; :, ;'"' $27,090.00 SUBTOTAL (ITEMS 14 - 35) $34,890.00 $35,190.00 $39,090.00 $36,090.00 16 Commercial Franchise fee (c4 15% $5,233.50 $5,278.50 $5,863.50 $5,413.50 TOTAL SECTION 5 ANNUAL AMOUNT (ITEMS 14.16) $40,123.50 $40,468.50 $44,953.50 $41,503.50 SECTION 6 (ITEMS 17-19) COMPACTOR CONTAINER SERVICE Choice Environmental Services of Broward, Inc Waste Pro of Florida, Inc. Republic Services of Florida, LP. dlbla All Service Refuse Waste Management Inc. of Florida ITEM NO. DESCRIPTION Units Unit Monthl Cost Annual Cost Unit Month!X Cost Annual Cost Unit Price Month! Cost Annual Cost Unit Monthly Cost Annual Cost 17 Haul Rele per haul 24 Estimated Annual Hauls $130.00 r' '. .'i $3,120.00(A)$15000 kr '1firya -: ,' °a �. + 18 Disposal Cost: per cubic yards Pre- established Price 720 Estimated Annual Cubic yards 824.97 F i'Is. , Ga�,P'4�a `�izMag�l..a t..s „., ,,,�.a; $17,978.40 $2497 ,'' .t'�.f`'`" ti i�1tr,z "' �€:.`ir $17,978.40 $2497 } ik l` `� 'l'-,a,�+!'*)., %r'�,. $17,978.40 $2497 l'I e .t�,;1;7£,d, $17,978.40 SUBTOTAL (ITEMS 17 - 18) $21,098.40 IA) $21,578.40 $22,778.40 $21,578.40 19 Commercial Franchise fee @ 15% $3,164.76 (A) $3,236.76 $3,416.76 13,236.76 TOTAL SECTION 6 ANNUAL AMOUNT (ITEMS 17 -19) $24 263.16 (A) $24,815.16 $26,195.16 524,815.16 TOTAL SECTIONS 1 THROUH 6 ANNUAL AMOUNT TOTAL SECTIONS 1 THROUH 6 FNE (5) YEAR AMOUNT $1,463,010.66 (A) $7,315,053.30 AWD $1,745,090.46 $8,725,452.30 $1,878,708.66 $9,393,543.30 $1,938,681.06 $9,693,405.30 Bid No. G092490861 SOLID WASTE AND RECYCLING SERVICES FOR UNINCORPORATED BROWARD COUNTY Agency: Waste and Recycling Services/Recycling and Contract Administration Division P.A.: John Torrenga Date Bid Posted : 4/6/2011 Date Bid Opened: 5/4/2011 Bids Submittals: 8 Bid Declinations: 0 COUNTY SECTION 7 (ITEMS 20-24) OPTIONAL RESIDENTIAL SERVICES Choice Environmental Services of Broward, Inc 'Waste Pro of Florida, Inc. Republic Services of Florida, LP. d/b/a Alt Service Refuse Waste Management Inc. of Florida ITEM NO. DESCRIPTION Units Unit Monthly Cost Annual Cost Unit Monthly Cost Annual Cost Unit Price Monthly Cost Annual Cost Unit Monthly Cost Annual Cost 20 Recycling Collection: twice per month; RATE REDUCTION from No. 1, per month 4,0e0 -$0.20 ($812.00) ($9,744.00) -0.78 ($3,166.80) ($38.001.60) -0.75 ($3,045.00) ($36,540.00) $0.00 $0.00 $0.00 21 Recycling Collection, rewards program 4,060 $0.98 $3,978.80 $47,745.50 $0.52 $2,517.20 $30,206.40 $0.60 $2,436.00 529,232.00 $1.00 $4,060.00 $48,720.00 22 Additional cart rental per month - garbage (billed by the Contractor per Attachment "A" Segment 8.7) 200 $1.50 $300.00 $3,600.00 $8.00 $1,600.00 $19,200.00 55.00 $1,000.00 $12,000.00 $1.50 $300.00 $3,600.00 23 Additional cart rental per month • recycling (billed by the Contractor per Attachment "A" Segment 8_7) 400 $1.50 $600.00 ' 87,200.00 $3.50 $1,400.00 $16,800.00 $5.00 $2,000.00 $24,000.00 $1.30 $520.00 $6,240.00 SUBTOTAL (ITEMS 21 + 22 + 23 - 20) $3.78 • $4,066.80 $48,801.60 $11.34 $2,350.40 $28,204.80 $9.85 $2,391.00 $28,692.00 $3:80 $4,880.00 $58,560.00 24 Residential Franchise Fee 010% of subtotal amount $0.38 $406.68 $4 880.16 (A) $1.14 5235.04 $2,820.48 $0.99 $239.10 $2,869.20 $0.38 5488.00 85,856.00 TOTAL SECTION 7 ANNUAL PRICE $53,681.76 (A) $31,025.28 $31,561.20 $64,416.00 TOTAL SECTION 7 FIVE (5) YEAR AMOUNT $260,408:.^ 80 5155,126.40 5157,806.00 5322,080.00 Bid No. G092490881 SOLID WASTE AND RECYCLING SERVICES FOR UNINCORPORATED BROWARD COUNTY Agency: Waste and Recycling Services Division P.A.: John Torrenga Date Bid Posted :4/6/2011 Date Bid Opened: 5/4/2011 Bids Submittals: 8 Bid Declinations: 0 RI, ARO COUNTY Purchasing Division TABULATION OF BIDS Southern Waste Systems, LLC Waste Services of Florida, Inc. Panzarella Waste and Recycling Services Ace Waste Services, LLC 790 Hlllbrath Drive 3840 NW 37 Court 4581 Weston Road 8314 7060 SW 22 Court SECTION 1 (ITEMS 1 -4) RESIDENTIAL COLLECTION SERVICES Lantana, FL 33462 Miami, FL 33142 Weston, FL 33331 Davie, FL 33317 ITEM NO. DESCRIPTION Unit Price Unit Monthly Cost Annual Cost Unit Monthly Cost Annual Cost Unit Monthly Cost Annual Cost Unit Monthly Cost Annual Cost 1 Residential Collection Services 4,060 $11.97 $48,598.20 $583,178.40 $12.65 551,359.00 $616,308.00 $20.50 $83,230.00 $998,760.00 $32.09 5130,285.40 $1,563,424.80 2 MSW Disposal Allowance per Unit - Pre- established Price 4,060 $10.91 $44,294.60 $531,535.20 $10.91 $44,294.60 $531,535.20 510.91 $44,294.60 $531,535.20 $10.91 $44,294.60 8531,535.20 3 Bulk Disposal Allowance per Unti - Pre- established Price 4,060 $1.21 $4,912.60 $58,951.20 $1.21 $4,912.60 $58,951.20 $1.21 $4,912.60 $58,951.20 $1.21 $4,912.60 $58,951.20 SUBTOTAL (ITEMS 1 - 3) 4,060 $24.09 $97,805.40 $1,173,664.80 $24.77 $100,566.20 $1,206,794.40 $32.62 $132,437.20 . $1,589,246.40 $44.21 $179,492.60 $2,153,911.20 4 Residential Franchise Fee @ 10% (10 % of subtotal amount) 4060, $2.41 $9,784.60 ' $117,415.20 $2.48 $10,068.80 $120,825.60 $3.26 $13,235.60 $158,827.20 $4.421 $17,949.26 $215,391.12 TOTAL SECTION 1 ANNUAL AMOUNT (ITEMS1-4) 4,060 $26.50 $107,590.00 $1,291,080.00 $27.25 $110,635.00 $1,327,620.00 $35.88 $145,672.80 $1,748,073.60 $48.63 $197,437.80 $2,369,253.60 (A) (A) SECTION 2 (ITEMS 5-7) COMMERCIAL CART COLLECTION: UNINCORPORATED CENTRAL BROWARD COUNTY, NOMINAL SS -GALLON CART Southern Waste Systems, LLC Waste Services of Florida, Inc. Panzarella Waste and Recycling Services Ace Waste Services, LLC ITEM NO. DESCRIPTION Collections Per Collection Monthly Cost Annual Cost Per Collection Monthly Cost Annual Cost Unit Monthly Cost Annual Cost Unit Monthly Cost Annual Cost 5 commercial Collection Services (Nominal 65-gallon cart) 50 $24.95 $1,247.50 $14,970.00 $2.90 $145.00 $1,740.00 $25.00 $1,250.00 $15,000.00 $8.33 6416.50 54,998.00 6 Disposal Cost (Nominal 65-gallon cart) Pre -established Price 50. $3.32 $166.00 $1,992.00 $3.32 $166.00 $1,992.00 $3.32 $166.00 $1,992.00 $3.32 $166.00 51,992.00 SUBTOTAL (ITEMS 5 - 6) 50 $28.27 $1,413.50 ' $16,962.00 $6.22 $311.00 $3,732.00 $28.32 $1,416.00 $16,992.00 $11.65 $562.50 $6,990.00 7 Commercial Franchise /6 15% (15% of subtotal amount) 50 $4.24 $212.00 $2,544.00 $0.93 $46.50 5558.00 $4.25 $212.50 $2,550.00 $1.75 $87.50 $13,980.00 TOTAL SECTION 2 ANNUAL AMOUNT (ITEMS 5.7) 50 $32.51 $1,625.56 $19,506.00 $7.15 $357.50 $4,290.00 $32.57 $1,628.50 819,542.00 513.40 $670.00 $8,040.00 (A) (A) (A) SECTION 3 (ITEMS 8-10) COMMERCIAL CART COLLECTION: UNINCORPORATED CENTRAL BROWARD COUNTY, NOMINAL 95-GALLON CART Southem Waste Systems, LLC Waste Services of Florida, Inc. Panzarella Waste and Recycling Services Ace Waste Services, LLC ITEM NO. DESCRIPTION Collections Per Collection Monthly Cast Annual Cost Per Collection Monthly Cost Annual Cost Unit Monthly Cost Annual Cost Unit Monthly Cost Annual Cost 8 Commercial Collection Services (Nominal 95-gallon cart) 50 $24.95 $1,247.50 $14,970.00 $3.87 $193.50 $2,322.00 $25.00 $1,250.00 $15,000.00 $15.03 $751.50 $9,018.00 9 Disposal Cosi (Nominal 95-galion can) Pre -established Price 50 $3.32 $166.00 $1,992.00 $3.32 $166.00 $1,992.00 $3.32 $166.00 $1,992.00 $3.32 $166.00 $1,992.00 SUBTOTAL (ITEMS 8-9) 50 328.27 $1,413.50 $16,962.00 $7.19 $359.50 $4,314.00 $28.32 $1,416.00 $16,992.00 $18.35 $917.50 $11,010.00 10 Commercial Franchise 6 15% (15% of subtotal amount) 50 $4.24 $212,00 $2,544.00 $1.08 $54.00 $648.00 14.25 5212.50 52,550.00 $2.75 $137.50 $1,650.00 TOTAL SECTION 3 ANNUAL AMOUNT (ITEMS 8.10) -. 50 $32.51 $1,525.50 $19,506.00 $8.27 $413.50 $4,962.00 $32.57 $1,628.50 $19,542.00 $21.10 $1,055.00 $12,660.00 (A) (A) Corrections In Additions / Extensions for bid tabulation purposes (A) Bid No. G0924908B1 SOLID WASTE AND RECYCLING SERVICES FOR UNINCORPORATED BROWARD COUNTY Agency: Waste and Recycling Services Division P.A.: John Torrenga Date Bid Posted : 4/6/2011 Date Bid Opened: 5/4/2011 Bids Submittals: 8 Bid Declinations: 0 •ARD OUNTY SECTION 4 (ITEMS 11-13) COMMERCIAL CONTAINER COLLECTION: UNINCORPORATED CENTRAL BROWARD COUNTY Southern Waste Systems, LLC Waste Services of Florida, Inc. Panzarella Waste and Recycling Services Ace Waste Services, LLC ITEM NO. DESCRIPTION Cubic Yards Per Cubic Yards Monthly Cost Annual Cost Per Cubic Yards Monthly Cost Annual Cost Unit Monthly Cost Annual Cost Unit Monthly Cost Annual Cost 11 Collection per cubic yard 4,400 $3.05 $13,420.00 $161,040.00 $3.87 $17,028.00 $204,336.00 $3.60 $15,840.00 $190,080.00 $7.29 $32,076.00 $384,912.00 12 Disposal Cost - per cubic yard Pre -established Price$6.65 4,400 $29,260.00 $351,120.00 $6.65 $29.260.00 $351,120.00 $6.65 $29,260.00 $351,120.00 $6.65 $29,260.00 $351,120.00 SUBTOTAL (ITEMS 11 -12) 4,400 $9.70 $42,680.0D $512,160.00 $10.52 .$46,288.00 $555,456.00 $10.25 $45.100.00 $541,200.00 $13.94 $61,336.00 $736,032.00 13 Commercial Franchise C) 15% (15% of subtotal amount) 4,400 51.46 $6,424.00 877,088.00 $1.58 $6,952.00 $83,424.00 $1.54 56.776,00 $81,312.00 $2.091 $9,200.40 $110,404.80 TOTAL SECTION 4 ANNUAL AMOUNT (ITEMS 11-13) 4,400 $11.16 549,104.00 $589,248.00 $12.10 $53,240.00 $638,880.00 $11.79 $51,876.00 $622,512.00 $16.03 $70,532.00 $846,384.00 (A) (A) SECTION 5 (ITEMS 14-16) ROLL -OFF CONTAINER• SERVICE: OPEN TOP, NON -COMPACTING; PERMANENT/OVER 30-DAYS Southern Waste Systems, LLC Waste Services of Florida, Inc. Panzarella Waste and Recycling Services Ace Waste Services, LLC ITEM NO. DESCRIPTION Units Unit Price Monthly Cost Annual Cost Unit Price Month Cost Annual Cost Unit • Monthly Cost Annual Cost Unit Monthly Cost Annual Cost 14 Haul Rate per haul 60 Estimated Annual Hauls � $124 50 s „i,i S xce yak '`'�)', �'' -. t�4 3� 5'd $7,470.00 $10500 p 7 91+,,,i `st'(('fiy "G'3' $6,300.00 $175.00 ; t<4 r�.W1' $10,500.00 $185.00 f.+„ 's..' ~skisvt,a,a $11,100.00 15 Disposal Cost: per cubic yards Pre- established Price 1800 Estimated Annual Cubic yards $15.05 'N l` �t - • � $27,090.00 $15.05 1�.: u4 ieng,yT"al � „,, $27,090.00 $15,05 .N.r,.,i Y:, $27,090.00 $15:05 fs"yKa fi i u .,; �*,-,"Jan*" ,,xh, $27,090.00 SUBTOTAL (ITEMS 14 - 15) $34,560.00 $33,390.00 $37,590.00 $3800 16 Commercial Franchise lee ®15% E5,184.00 $5,008.50 $5,638,50 f5,728,728.50 TOTAL SECTION 5 ANNUAL AMOUNT (ITEMS 14 -16) $39,744.00 $38,398.50 843,228,50 $43,918.50 SECTION SERVICE 6 (ITEMS 17-19) COMPACTOR CONTAINER Southern Waste Systems, LLC Waste Services of Florida, Inc. Panzarella Waste and Recycling Services Ace Waste Services, LLC ITEM NO. DESCRIPTION Units Unit Price Monthly Cost Annual Cost Unit Price Monthly Cost Annual Cost Unit Monthly Cost Annual Cost Unit Monthly Cost Annual Cost 17 Haul Rate per haul 24 Estimated Annual Hauls $149 45 � $3,588.80 $10500 ,t*t( 8 r. ern � x . $2,520.00 $19500 . , . `'' r�1 h� $4,680.00 $185.00 '� rr� $4,440.00 18 Disposal Cost:per cubic Pre- P yards Pre- established Price 720 Estimated Annual Cubic yards $2497 s"1 I'd F ti?a �u iS `; .,,.�r?{ : rzafi $17,978.40 $2497 1 k _ ' �t r,,.:,ti ,� $17,978.40 $24.97 r �tt�1+'1V ,� '1, -'4;Y '"., Eyaw ,, x $17,978.40 $24.97 .,.�., , t i T✓± �,.,2 •IY',y$gNCk $17,978.40 SUBTOTAL (ITEMS 17 - 18) $21,565.20 $20,498.40 $22,658.40 ,......?�,,,�q^,ro„hy $22,418.40 19 Commercial Franchise fee Op 15% $3,234.78 $3,074.76 $3,398.76 $3,362.76 TOTAL SECTION 6 ANNUAL AMOUNT (ITEMS 17-19) $24,799.98 $23,573.16 $26,057.16 $25,781.16 TOTAL SECTIONS 1 THROUH 6 ANNUAL AMOUNT TOTAL SECTIONS 1 THROUH 6 FIVE (5) YEAR AMOUNT $1,983,883.98 $9,919,419.90 $2,037,723.66 $10,188,618.30 $2,478,995.26 $12,394,976.30 $3,306,037.26 $16,530,186.30 Bid No. G0924908B1 SOLID WASTE AND RECYCLING SERVICES FOR UNINCORPORATED BROWARD COUNTY Agency: Waste and Recycling Services Division P.A.: John Torrenga Date Bid Posted : 4/6/2011 Date Bid Opened: 5/4/2011 Bids Submittals: 8 Bid Declinations: 0 UWARD sae - COUNTY SECTION 7 SERVICES (ITEMS 20-24) OPTIONAL RESIDENTIAL Southern Waste Systems, LLC Waste Services of Florida, Inc. Panzarella Waste and Recycling Services Ace Waste Services, LLC ITEM NO. DESCRIPTION Units Unit Price Monthly Cost Annual Cost Unit Price Monthly Cost Annual Cost Unit Monthly Cost Annual Cost Unit Monthly Cost Annual Cost 20 Recycling Collection; twice per month; RATE REDUCTION from No. 1, per month 4,060 -0.60 ($2,436.00) ($29,232.00) -$1.15 ($4,669.00) ($56,028.00) $0.00 80.00 $0.00 N/A N/A N/A 21 Recycling Collection, rewards program 4,060 $1.00 $4,060.00 548,720.00 $0.30 $1,218.00 $14,616.00 $0.98 $3,978.80 $47,745.60 N/A N/A N/A 22 Additional can rental per month - garbage (billed by the Contractor per Attachment "A" - Segment 8,7) 200 $5.00 $1,000.00 $12,000.00 $1.75 5350.00 $4,200.00 $32.09 $8,418.00 $77,016.00 N/A N/A NIA 23 Additional can rental per month - recycling (billed by the Contractor per Attachment "A" Segment 8,7) 400 $3.50 $1,400.00 $16,800.00 $1.50 5600,00 $7,200.00 $1.91 $764.00 $9,168.00 N/A N/A N/A SUBTOTAL (ITEMS 21 + 22 + 23. 20) 58.90 $4,024.00 $48,288.00 $2.40 ($2,501.00) ($30,012.00) 534.98 $11,160.80 $133,929.60 N/A N/A N/A 24 Residential Franchise Fee ©10% $0.89 8402.40 $4,828.80 $0.24 ($250.10) ($3,001,20) $3.50 $1,116.08 $13,392.96 N/A N/A N/A TOTAL SECTION 7 ANNUAL PRICE (SUBTOTAL AMOUNT + ITEM 24) $53,116.80 ($33,013.20) $147,322.56 No Bid TOTAL SECTION 7 FIVE (5) YEAR AMOUNT $265,584,00 ($165,066.00) 5736,612.80 No Bld BID NO. G0924908B1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA ADDENDUM NO.1 SOLID WASTE AND RECYCLING SERVICES FOR UNINCORPORATED BROWARD COUNTY (NON -SHELTERED MARKET) DATE OF ADDENDUM: April 22, 2011 TO ALL PROSPECTIVE BIDDERS: PLEASE NOTE THE FOLLOWING CHANGES: 1. The Bid Opening date has been changed to Wednesday, May 4, 2011. Specifications are being revised and will be addressed In a future Addendum. This addendum SHOULD be acknowledged on the Bid Sheet Form and returned with your Invitation for Bid due Wednesday, May 4, 2011 at 2:00 p.m. All other terms, conditions and specifications remain unchanged for Bid No. G092490861. NAME OF COMPANY: 2, 4 'i { C` � ,�1 �. j I;-i l�v1 it:* , 1(.4 f.t Bid No. G0924908B1 (ADDENDUM COVER SHEET) PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA ADDENDUM NO.2 SOLID WASTE AND RECYCLING SERVICES FOR UNINCORPORATED BROWARD COUNTY (NON -SHELTERED MARKET) DATE OF ADDENDUM: APRIL 26, 2011 TO ALL PROSPECTIVE BIDDERS: PLEASE NOTE THE FOLLOWING CHANGES: 1. The Bid Opening date of May 4, 2011 at 2:00pm remains the same. 2. On the Special Instructions to Bidders, REPLACE Section 17, Price Adjustment Clause (Page 8) in its entirety with: 17. PRICE ADJUSTMENT CLAUSES: 17.1 The rates as set forth in the Bid Sheet and Attachment "A", Segment 8, may be adjusted annually on the anniversary of the effective date of this contract, based on one hundred percent (100%) of the Consumer Price Index (Miami -Fort Lauderdale Consumer Price Index for all Urban Consumers), using October 2011 as the base year. However, there shall be no increase in excess of three percent (3%) in any one (1) year period. A written request must be submitted to the Director of Purchasing for approval of any increase 60 days prior to the annual anniversary or renewal date, accompanied by vendor's documentation to substantiate need for price increase. Written notification will be sent to the Contractor by the Purchasing Director of the decision to accept or not accept the price increase. In the event of non -acceptance of such revision, the Contract will be deemed terminated as of the close of business the day prior to effective date of change as stated in Contractor's submission. If a price increase is accepted, the new prices will apply only to the orders placed after the acceptance by the County. 1.7.2 If during the period described above, the total CPI decreases the vendor is required to extend to the County a price decrease based on one hundred percent (100%) of the Consumer Price Index (Miami -Fort Lauderdale Consumer Price Index for all Urban Consumers), using October 2011 as the base year. However, there shall be no decrease in excess of three percent (3%) in any one (1) year period. 17.3 The Disposal costs for residential and commercial solid waste shall be adjusted for any changes in the tipping fees at the Designated Disposal Facilities, in accordance with the factors delineated within this Bid, including: 17.3.1 Residential rates would be recalculated for actual rates relative to municipal solid waste disposal (Bid Item 2) at the prescribed tonnages monthly rates would be adjusted by $0.11 for each dollar increase or decrease in tipping fee plus the applicable franchise fee; and 17.3.2 Residential rates would be recalculated for actual rates relative to bulk waste disposal (Bid Item 3) at the prescribed tonnages monthly rates would be adjusted by $0.0283 for each dollar increase or decrease in tipping fee plus the applicable franchise fee; and 17.3.3 Commercial disposal costs based on revised municipal solid waste disposal Bid items 6, 9, and 12, at the prescribed density conversions listed for each item plus the applicable franchise fee 17.4 In the event that there is a change in the designated disposal facility for bulky wastes, any new facility exceeding 15 miles from 2601 W. Broward Boulevard and NW 27'" Avenue would be allowed an increase of $.02 per unit, per month, for those miles in excess of 15 miles. Broward County will determine the distance to the new facility using electronic mapping service MapQuest. www.mapouest.com. 08/10/2010 Bid No. C092490881 3. On the Special Instructions to Bidders, REPLACE Section 25, Project Summary (Pages 13) in its entirety with: 25. PROJECT SUMMARY 25.1 RESIDENTIAL COLLECTIONS: Presently, there are 4,060 residential units within the Central County of unincorporated Broward County requiring solid waste collection services. A unit consists of a single family home, duplex, triplex and multifamily buildings with less than 10 units. The Property Appraiser's Office (PAO) codes these properties as "01", 608". Unit counts are reviewed annually by the PAO. Any changes in the number of units are noticed to the exclusive service provider to commence at the beginning of the calendar year. Any other codes are considered commercial accounts requiring containerized service from the exclusive service provider. Maps of the central county service areas are included as Attachment "A", Segment 11. The unit price for each line item will be requested in cubic yards, per unit, per empty, per collection or per haul depending on the type of service. No spaces are to be left blank, and should be marked as follows: N/B = No Bid. N/A = Not applicable N/C = No charge. Spaces marked with a zero (0) will be considered a no charge item. Proposals with blanks will be rejected from further consideration. Franchise fees should be considered in the following manner: Residential Franchise Fee: 10°l°. Commercial Franchise fee: 15%. The residential franchise fee will be assessed on the total amount and deducted from the monthly payment. The commercial franchise fee will be assessed and collected by the exclusive hauler and remitted to the County monthly. Residential collection services component will be provided in the following manner. o Residential solid waste collection, twice per week by nominal 95 gallon cart o Recycling collection, once per week by nominal 65 gallon cart o Bulk waste collection, monthly, alternative disposal element o Periodic community cleanups Periodic cleanup of illegally dump materials a Litter containers with collection service Optional pricing component: o Recycling cart collection- twice per month-pnce reduction o Recycling cart collection- rewards program o Yard waste collection service, weekly o Additional cart service, garbage/recycling, billed to resident by service provider The exclusive service provider will also include within their pricing for residential collection services, costs to provide assistance with periodic community clean ups using roll -off containers and clam/claw trucks for the collection of debris. Historical statistics for FY2010 shows 12 cleanup events with 69 tons of material collected and disposed of by the present service providers. Additionally, at the request of the Contract Administrator, the exclusive service provider shall collect and dispose up to 30 tons of illegally dumped material annually. Any requests by the Contract Administrator for additional collections above 30 tons shall be collected by the exclusive service provider, with the Contract Administrator providing for the disposal cost. The Contract Administrator will provide the exclusive service provider with a disposal authorization form showing the appropriate disposal/recycling facility for any materials over 30 tons which will be at the County's expense. Broward County reserves the right to direct any solid waste materials to approved disposal/recycling facilities within the Resource Recovery System's Plan of Operations in order to improve diversion and recycling of solid waste materials from the unincorporated service areas. The exclusive service provider will also provide litter containers and collection services at 24 bus stops and highly littered sites located within the unincorporated service areas, Attachment "A", Segment 12. The exclusive service provider, to procure at its own expense, automated litter containers or similar litter 08/101201 0 Bid No. G092490831 containers for bus stops and litter control sites. Collection services should be consistent with residential service days. The exclusive service provider will also provide rear door solid waste and recycling services at $1.75 per unit per month for those customers that are disabled and unable to transport their carts to the street. Carts requested in this IFB shall be provided by the exclusive service provider, who is responsible for delivery, maintenance and replacement over the term of the agreement. Ownership of the carts shall transfer to the County by the exclusive service provider after the entire term of this agreement including any extensions. Cart specifications for this project are included in Attachment "A", Segment 10. The exclusive service provider will provide residential collection reports on a monthly basis detailing the total tonnage of solid waste materials collected, contamination reports for residential single stream recycling carts not emptied, reports for total tonnage of bulky wastes collected and total tonnage of recyclables collected from commercial container accounts. 25.2 COMMERCIAL CONTAINER SERVICES: There are approximately 250 commercial accounts, including multi -family buildings with 10 units or more, within the central county residential service areas. The exclusive service provider will provide collection service to these accounts at the rates provided in this IFB. The service provider will also provide a monthly report on any changes by the commercial container accounts, i.e. service upgrades/downgrades, business account opening/closures, changes to recovered materials providers. Included with this report is the remittance of commercial franchise fees. The commercial franchise fee (CFF) payment shall be accompanied by a report for solid waste customers showing the account name, account number, account address, size container, frequency of service, monthly collection rate and assessment of the 15% CFF, including any extra collections. The report shall include the monthly total gross receipts of all such solid waste accounts. The CFF must be assessed on all commercial collection services including cart accounts, commercial container accounts, both FEL and REL and permanent roll -off accounts, both open tops and compactors. Any roll off container service on site for less than 30 days is considered a temporary account and is exempt from CFF. Any and all roll off accounts with a roll off container on site beyond 30 days must be transported to a designated facility in the Plan of Operations and be considered for assessment and remittance. of CFF. Only those commodity items delineated in F.S 403.703 as recovered materials, which have a known recycling potential, can be feasibly recycled and have been diverted and source separated are exempt from the assessment of CFF. The exclusive service provider shall assess and collect the commercial franchise fee from all commercial collection accounts being serviced under this exclusive franchise agreement. The exclusive service provider shall remit fees collected on those accounts to the County equal to 15 percent of its monthly total gross receipts for all of its accounts which are located in the exclusive service areas. The CFF shall be remitted to the County by the exclusive service provider on a monthly basis. CFF payments are due to the County on the 15t° of the month following service month on gross revenue collected for each account. If the CFF is not received by the 15th of the month from the exclusive service provider, an additional monthly surcharge, equal to 1.5% per month, or 18% per annum of the CFF for the preceding month, shall be payable to the County for each month the payment is delinquent. Additionally, the exclusive service provider shall pay all the collection expenses, including court costs and reasonable attorney's fees in the event that the County must employ these efforts to collect outstanding CFF. 08/10/2010 Bid No. G0924908B1 HOW TO CALCULATE A MONTHLY DUMPSTER INVOICE MONTHLY COLLECTION COSTS SIZE OF DUMPSTER TIMES # OF COLLECTIONS PER WEEK TIMES 4.33 (AVE WKS/MO)TIMES THE COLLECTION RATE/CUBIC YARD MONTHLY DISPOSAL COSTS SIZE OF DUMPSTER TIMES # OF COLLECTIONS PER WEEK TIMES 4.33 (AVE WKS/MO) TIMES THE DISPOSAL RATE/ CUBIC YARD TOTAL DUMPSTER INVOICE COLLECTION COST + DISPOSAL COST + OTHER SPECIAL SERVICES TIMES 1.15°% COMMERCIAL FRANCISE FEE = TOTAL INVOICE OTHER SPECIAL CONTAINER SERVICES AVAILABLE Rolling out commercial cart Rolling out commercial container Opening/Closing gates or doors Container locking mechanism (one-time fee) Unlocking containers Supply/retrofitting locking mechanism Adding/Changing wheels on containers Adding/changing lids on containers Moving Container location, per customer request Changing out sizes (above 2x per year) ESTABLISHED RATES $1.00 per collection $2.70 per collection No Charge $9.00 one-time fee $1.35 per collection/event $55.00 each, per request No Charge No Charge No Charge $25.00 Add 15% for commercial franchise fees to the figures listed above Rates for these services will be held firm for the full term of the agreement 25.3 RESPSONSIBILITY REVIEW CRITERIA The Bidder shall demonstrate to the satisfaction of the County that it has the experience; equipment and financial strength to satisfactorily perform the services required under this contract by providing the following: 25.3.1 Upon request, Bidder shall provide three (3) references from municipal contracts which have a minimum term of three years in which the Bidder is currently or has provided similar residential collection services with a minimum of 4,000 residential units. 25.3.2 Upon request, Bidder shall provide to the satisfaction of the County the proper equipment, staffing, and resources to satisfactorily perform under this contract, including: o At least one clam shell/claw truck available to collect bulk trash and vegetation in unincorporated service areas. a At least one compaction collection vehicle necessary to complete daily recycling collection routes as scheduled for nominal 65 gallon recycling carts. O At least two compaction collection vehicles necessary to complete daily solid waste and bulk collection routes as scheduled. o At least one compaction collection vehicle necessary to collect commercial container accounts in unincorporated Broward County. 08/10/2010 Bid No. G0924908B1 Vendor to have at their disposal the requisite back up equipment necessary to collect residential and commercial solid waste and recyclables from nominal 65 or 95 gallon carts and commercial containers. The County's Contract Administrator may conduct a site visit. Vendor shall have customer service staff in place to receive telephone calls from the County's Customer Service Center, a computer tracking system for service requests, provide a Route Supervisor to respond to service related issues and possess a communication system to conduct dispatching services. 25.3.3 Upon request, Bidder shall demonstrate sufficient financial resources to successfully perform under this contract. Upon request, the Bidder agrees to supply the County for review (in Broward County) financial records for the last two (2) years to determine financial strength and stability to provide service and sustain a contract of this magnitude for the term of the contract. 25.3.4 Bidders shall be in full compliance with all Broward County laws, regulations, ordinances and franchise arrangements to be considered as a responsible Bidder. 25.3.5 Upon award of franchise, designated county staff and representatives of the awarded franchisee will meet and develop a transitional plan for uninterrupted solid waste and recycling collections in the unincorporated service areas of Broward County. This plan would include alternative plans in the event carts or other collection equipment is not available at the start of this agreement. 4. On the Bid Sheet, Section 5 (Page 21), REPLACE the following footnote in its entirety: *Disposal factor is calculated using* 4.55 tons @ $99.20 = $451.36/ 30 cubic yard container = $15.05 per cubic yard. Bidder must incorporate any fees for delivery charges and rental charges into a flat hauling rate for each container. WITH: • Figures used for disposal costs are for tabulation purposes only. Actual disposal costs would be a direct pass through to the customer based on the net weight of each roll -off container load. Commercial franchise fees would be collected on this amount in addition to the haul costs. Bidders must incorporate any fees for delivery charges or rental charges into the flat hauling rate per container. This does not include equipment rental charges for compactors and waste reduction equipment. 5. On the Bid Sheet, Section 6 (Page 22), REPLACE the following footnote in its entirety: 'The disposal factor is calculated using *7.55 tons @99.20 = 748.96/ 30 cubic yard compactor = $24.97 per cubic yard. Bidders must incorporate any fees for delivery charges or rental charges into the flat hauling rate per container. This does not include equipment rental charges for compactors and waste reduction equipment. WITH: * Figures used for disposal costs are for tabulation purposes only. Actual disposal costs would be a direct pass through to the customer based on the net weight of each roll -off container load. Commercial franchise fees would be collected on this amount in addition to the haul costs. Bidders must incorporate any fees for delivery charges or rental charges into the flat hauling rate per container. This does not include equipment rental charges for compactors and waste reduction equipment. 6. On the Vendor Questionnaire, Question 5, References (Page 27), indicate references, preferably for municipal -type contracts. 7. On the Specifications, Attachment "A", Segment 7.1, Residential Services -Garbage and Trash (Page 37) , ADD paragraph 7.1.7: 7.1.7 Container Ownership and Maintenance. The ownership of the garbage containers purchased by CONTRACTOR and distributed on behalf of COUNTY by CONTRACTOR shall be and remain with COUNTY. After the initial distribution of garbage containers is completed, additional purchases of 08/10/2010 Bid No. G092490881 containers shall be by CONTRACTOR. CONTRACTOR shall handle garbage containers with reasonable care and return them to the approximate curbside location from which they were collected. After collection, garbage containers should be left upright with lids closed and not blocking roadways or driveways. The CONTRACTOR shall clean up all wastes spilled resulting from the collection operations. 8. On the Specifications, Attachment "A", Segment 10, Container Requirements (Page 50), REPLACE paragraph 10.5 in its entirety with: 10.5 The lid shall be of one piece construction, injection molded of high density polyethylene resin (HDPE) and black in color or color approved by the Contract Administrator. The lid shall be configured to ensure that it will not warp, bend, slump, or distort to such an extent that it no longer fits the container properly or becomes otherwise unserviceable. The lid must be crowned in shape and designed to disallow entry of rain when in the closed position. 9. Attachment "F", E-Verify Program Certification has been ADDED and is attached and should be completed and returned with your Invitation for Bid. This addendum SHOULD be acknowledged on the Bid Sheet Form and returned with your Invitation for Bid due Wednesday, May 4, 2011 at 2:00 p.m. All other terms, conditions and specifications remain unchanged for Bid No. G0924908B1. NAME OF COMPANY:C.)1(. *ICC tt, t1,1t'i r'i! St't',C- S U6coiC.i1_ N( 08/10/2010 Bid No. G0924908B1 ATTACHMENT "F" EMPLOYMENT ELIGIBILITY VERIFICATION PROGRAM CONTRACTOR CERTIFICATION On January 4, 2011, Governor Scott issued Executive Order 11-02 which requires Broward County as a party to any State funded contracts to participate in the Employment Eligibility Verification Program ("E-Verify Program") administered by the U.S. Department of Homeland Security ("DHS"). The E-Verify Program can be found at www.uscis.00v, and click on the E. Verify Homepacie Link on the right side of the page. The County has entered into a "Memorandum of Understanding" with DHS governing the E-Verify Program. As a result of the adoption of the terms and conditions of the "Memorandum of Understanding" with DHS and Executive Order 11-02, any Contractor performing work pursuant to the State funded contract issued by the County is required to use the E-Verify Program to confirm employment eligibility of its current and prospective employees. The undersigned contractor hereby certifies that it will enroll and participate in the E-Verify Program, in accordance with the terms and conditions goveming the use of the program by: (1) Verifying the employment eligibility of all persons employed during the contract term by the contractor to perform the work under this contract. (2) Enrolling in the E-Verify Program within thirty (30) days of the effective date of this contract by obtaining a copy of the "Edit Company Profile" page and make such record available to Broward County within seven days of request from the County. (3) Requiring all persons, including subcontractors, assigned by the Contractor to perform work under this contract to enroll and participate in the E-Verify Program within ninety (90) days of the effective date of this contract or within ninety (90) days of the effective date of the contract between the Contractor and the subcontractor, whichever is later. The Contractor shall obtain from the subcontractor a copy of the "Edit Company Profile" screen indicating enrollment in the E-Verify Program and make such record available to the County within seven calendar days from the County's request. (4) Displaying the notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. (5) Initiate E-Verify verification procedures for new employees within 3 business days after the actual work start date of each new hire and thereafter shall respond appropriately to any additional requests from DHS or Social Security Administration (SSA). (6) Maintain records of its participation and compliance with the provisions of the E-Verify Program and make such records available to the County within seven days of County's request. (Contractor's Signature) (Print Vendor Name) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of , 20, By As (Name of person who's signature is being notarized) of (Title) (Name or CorporallonlCompany) known to me to be the person described herein, or who produced (Type o1 Identification) as identification, and who did/did not take an oath. NOTARY PUBLIC: (Signature) (Print Name) Commission expires 08/1012010 SUBMIT BID TO: BMSWARD COUNTY 'L.17.-.4—.0,..k• • 4.1,::•';1:,14,1:5 Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, Florida 33301-1801 954-357-6065/66 BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA [NVETATION FOR 3I0 Bidder Acknowled ment — GENERAL CONDITIONS — THESE INSTRUCTIONS ARE STANDARD FOR ALL CONTRACTS FOR COMMODITIES/SERVICES ISSUED BY THE BOARD OF COUNTY COMMISSIONERS. THE BOARD OF COUNTY COMMISSIONERS MAY DELETE, SUPERSEDE OR MODIFY ANY OF THESE STANDARD INSTRUCTIONS FOR A PARTICULAR CONTRACT BY INDICATING SUCH CHANGE IN THE SPECIAL INSTRUCTIONS TO BIDDERS OR IN THE BID SHEETS. BY ACCEPTANCE OF A PURCHASE ORDER ISSUED BY THE COUNTY, BIDDER AGREES THAT THE PROVISIONS INCLUDED WITHIN THIS INVITATION FOR BID SHALL PREVAIL OVER ANY CONFLICTING PROVISION WITHIN ANY STANDARD FORM CONTRACT OF THE BIDDER REGARDLESS OF ANY LANGUAGE IN BIDDER'S CONTRACT TO THE CONTRARY. SEALED BIDS: This form must be executed and submitted with all bid sheets and should be in a sealed envelope. (PLEASE INCLUDE ONE ORIGINAL SIGNED BID DOCUMENT IN BLUE INK AND ONE PHOTOCOPY OF SIGNED BID DOCUMENT PER ENVELOPE). The face of the envelope should contain the above address, the date and the time of bid opening, and bid number. Bids not submitted on attached bid may be rejected. All bids are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. 1. EXECUTION OF BID: A. Bid must contain an original signature of an individual authorized to bind the bidder. Bid must be typed or printed in ink. The ink should be blue ink. All corrections made by bidder to their bid must also be initialed. The bidder's name should also appear on each page of the bid sheet if required. B. No award will be made to a bidder who is delinquent in payment of any taxes, fees, fines, contractual debts, judgments, or any other debts due and owed to the County, or is in default on any contractual or regulatory obligation to the County. By signing and submitting this bid, bidder attests that it is not delinquent in payment of any taxes, fees, fines, contractual debts, judgments or any other debts due and owed to the County, nor is it in default on any contractual or regulatory obligation to the County. In the event the bidder's statement is discovered to be false, bidder will be subject to debarment and the County may terminate any contract it has with bidder. C. Bidder certifies by signing the bid that no principles or corporate officers of the firm were principles or corporate officers in any other firm which may have been suspended or debarred from doing business with Broward County within the last three years, unless so noted in the bid documents. D. By signing this bid, bidder attests that any and all statements, oral, written or otherwise, made in support of this bid, are accurate, true and correct. Bidder acknowledges that inaccurate, untruthful, or incorrect statements made in support of this bid may be used by the County as a basis for rejection of this bid, rescission of the award, or termination of the contract Bidder acknowledges that the termination of the contract because of a determination of an inaccurate, untruthful, or incorrect statement made in support of this bid may also serve as the basis for debarment of bidder pursuant to Section 21-119 of the Broward County Administrative Code. 2 BID WITHDRAWAL: No Vendor may withdraw their bid before the expiration of one hundred and twenty (120) days from the date of the bid opening. Any bid submitted which alters the one hundred and twenty (120) day requirement shall be deemed non -responsive (Continued on Page 2) certify that this bid ti tned. without prior underatanding, egreernent, ea comedian with any corporation, turn Wrenn submitting o bid for the cane Ittrrienierricos, and le In all respects lak and edema Dakotan or bud - levee to abide by an conditions of ibis bid and certify that' ut herbed to 201111e bid for the bide*. Further by slonaltue of WI; Wm. (um I tincaoh 6 urea cknewba dried end accepted., minas any spechl ktetruclion thief sa app5c.ibie. BIDS WILL BE OPENED 2:00 p.mAprIl 27,2011 end may not be withdrawn within 120 calendar days after such 1•...1'.1"'iatt*.I''..t.i; e and time. BID TITLE SOLID WASTE AND RECYCLING SERVICES FOR in -/INCORPORATED EROWARD COUNTY (NON -SHELTERED MARKET) BID NO. G092490881 PURCHASING AGENT NAME & TELEPHONE NUMBER JOHN TORRENGA, (954) 356-6091 DELIVERY DATE SEE SPECIAL INSTRUCTION CASH DISCOUNT TERMS BID GUARANTY IS ATTACHED, WHEN REQUIRED, IN THE AMOUNT OF $ REASON FOR NO ID DUN & BRADSTREET NUMBER BIDDER NAME riv.i re,c j1/4<k_ BIDDER MAILING ADDRESS/CMYSTATEJZIP3 0:5C. i Y1 Fan •(:1;'€.C:1(.:.1A1 r A AREA CODE TELEPHONE NO. CONTACT PERSON /In \, I COCte AX NO. —36A4:1a1dk ICI A; L' I t.,4•11 BIDDERS E-MAIL ADDRESS .Y1 FiLIC; )IOCAri it (FCC) 4:C t/ 11_ *AUTHORIZED GNATU DATE •• (submit original in blue Ink) , .3-41 PRINT NAME TITLE BID OPENING: Shall be public, on date, location and time specified on the bid form. The official time is the time clock located in the Purchasing Division reception area and will be accepted by all parties without reservation. It is the bidder's responsibility to assure that their bid is delivered on date, location and time specified on the bid form. Bids, which for any reason are not so delivered, will not be considered. Bid files and any bids after they are opened may be examined during normal working hours by appointment. Bid tabulations are available for Inspection upon request. Bid results will be posted on the Broward County web site at: www.broward.org/purchasing/results. ADDENDA TO BiD: Broward County reserves the right to amend this Invitation For Bid prior to the Bid opening date indicated. Only written addenda will be binding. If, upon review, material errors in specifications are found, contact the Purchasing Division immediately, prior to Bid opening date, to allow for review and subsequent clarification on the part of Broward County. 5. PRICES, TERMS & PAYMENTS: Firm prices shall be bid and include all handling, set up, shipping and inside delivery charges to the destination shown herein unless otherwise indicated. (a) The Bidder: in submitting this bid certifies that the prices quoted herein are not higher than the prices at which the same commodity(ies) or service(s) is sold in approximately similar quantities under similar terms and conditions to any purchaser whomsoever. (b) F.O.B. — as specified in Special Instructions to bidder. (c) Tie Bids: The award on tie bids will be decided by the Director of the Purchasing Division in accordance with the provisions of the Procurement Code. (d) TAXES: Broward County is exempt from Federal Excise and Florida Sales taxes on direct purchase of tangible property. Exemption numbers appear on purchase order. The Contractor shall pay all applicable sales, consumer, land use, or other similar taxes required by law. The Contractor is responsible for reviewing the pertinent Slate Statutes Involving the sales tax and complying with all requirements. (e) DISCOUNTS: Bidders may offer a cash discount for prompt payment. However, such discounts wilt not be considered in determining the lowest net cost for bid evaluation purposes. Bidders should reflect any discounts to be considered in the bid evaluation in the unit prices bid. (f) MISTAKES: Bidders are cautioned to examine all specifications, drawings, delivery instructions, unit prices, extensions and all other special conditions pertaining to the bid. Failure of the bidder to examine all pertinent documents shall not entitle them to any relief from the conditions imposed in the contract. In case of mistakes in extension, the unit price shall govern. Multiplication or addition errors are deemed clerical errors and shall be corrected by the County. ORDERING: The Board of County Commissioners reserves the right to purchase commodities/services specified herein through contracts established by other governmental agencies or through separate procurement actions due 10 unique or special needs. If an urgent delivery is required, within a shorter period than the delivery time specified in the contract and if the seller is unable to comply therewith, the Board of County Commissioners reserves the right to obtain such delivery (9) from others without penalty or prejudice to the County or to the seller. 6. OPEN-END CONTRACT: No guarantee is expressed or implied as to the total quantity of commodities/services to be purchased under any open end contract. Estimated quantities will be used for bid comparison purposes only. The Board of County Commissioners reserves the right to issue purchase orders as and when required, or, issue a blanket purchase order for individual agencies and release partial quantities or, issue instructions for use of Direct Purchase Orders by various County agencies, or, any combination of the preceding. No delivery shall become due or be acceptable without a written order or shipping instruction by the County, unless otherwise provided in the contract. Such order will contain the quantity, time of delivery and other pertinent data. However, on items urgently required, the seller may be given telephone notice, to be confirmed by an order in writing. 7. CONTRACT PERIOD (OPEN-END CONTRACT): The initial contract period shall start with the expiration date of the previous contract or date of award, whichever is latest, and shall terminate one (1) year from that date. The contractor will complete delivery and the County will receive delivery on any orders mailed to the contractor prior to the date of expiration. The Director of Purchasing may renew this contract for a second period subject to vendor acceptance, satisfactory performance and determination that renewal will be in the best interest of the County. Notification of Intent to Renew will be mailed sixty (60) calendar days in advance of expiration date of this contract. All prices, terns and conditions shall remain firm for the initial period of the contract and for any renewal period unless subject to price adjustment specified as a "special condition" hereto. in the event services are scheduled to end because of the expiration of this contract, the Contractor shall continue the service upon the request of the Director of Purchasing. The extension period shall not extend for more than ninety (90) days beyond the expiration date of the existing contract. The Contractor shall be compensated for the service at the rate In effect when this extension clause is invoked by the County. 8. FIXED CONTRACT QUANTITIES: Purchase order(s) for full quantities will be issued to successful bidder(s) after notification of award and receipt of all required documents. Fixed contract quantities up to twenty (20) percent of the originally specified quantities may be ordered prior to the expiration of one (1) year after the date of award, provided the Contractor agrees to furnish such quantities at the same prices, terms and conditions. 9. AWARDS: If a specific basis of award is not established in the special Instructions to bidders, the award shall be to the responsible bidder with the lowest responsive bld meeting the written specifications. As the best interest of the Board of County Commissioners may require, the right is reserved to make award(s) by individual commodities/ services, group of commodities/services, all or none or any combination thereof. When a group is specified, all items within the group must be bid. A bidder desiring to bid "No Charge" on an Item in a group must so indicate, otherwise the bid for the group will be construed as incomplete and may be rejected. However, if bidders do not bid all items within a group, the County reserves the right to award on an item by' item basis. When a group bid is indicated for variable quantities and the bid for the group shows evidence of unbalanced bid prices, such bid may be rejected. The Director of Purchasing, or the Board of County Commissioners, whichever is applicable reserves the right to Page 2 of 6 Pages waive technicalities and irregularities and to reject any or all bids. 10. PAYMENT: Payment will be made by the County after commodities/services have been received, accepted and properly invoiced as indicated in contract and/or order. Invoices must bear the purchase order number. 11. DELIVERY: Delivery time shall be computed in calendar days from the issuance dale of purchase order. Although, actual requested date or number of calendar days for delivery may be specified, state number of calendar days required to make delivery and installation after issuance of purchase order or request for services in space provided. Unless otherwise stipulated in the Contract, delivery shall be made between 9:00 a.m. and 4:00 p.m., Monday through Friday, except holidays, and at other lime by special arrangements. However goods required for daily consumption, or where the delivery is an emergency, a replacement, or is overdue, the convenience of the Division shall govem. If, in calculating the numberof calendar days from the order date, the delivery date falls on a Saturday, Sunday or holiday, delivery shall be made no later than next succeeding business day. Delivery time may be considered in determining award. 12. TERMINATION: (a) (b) AVAILABIUTY OF FUNDS: if the term of this contract extends beyond a single fiscal year of the County, the continuation of this Contract beyond the end of any fiscal year shall be subject to the availability of funds from the County in accordance with Chapter 129, Florida Statutes. The Broward County Board of County Commissioners shall be the final authority as to availability of funds and how such available funds are to be allotted and expended. In the event funds for this project/purchase are not made available or otherwise allocated Broward County may terminate this contract upon thirty (30) days prior written notice to the contractor. NON PERFORMANCE: The Contract may be terminated for cause by the Awarding Authority for the County or by Bidder if the party in breach has not corrected the breach within ten (10) days after written notice from the aggrieved party identifying the breach. Cause for termination shall include, but not be limited to, failure to suitably perform the work, failure to suitably deliver goods in accordance with the specifications and instructions in this Bid, failure to continuously perform the work in a manner calculated to meet or accomplish the objectives of the County as set forth in this Bid, or multiple breach of the provisions of this Bid notwithstanding whether any such breach was previously waived or cured. (c) TERMINATION FOR CONVENIENCE: The Awarding Authority may terminate the Contract for convenience upon no less than thirty (30) days written notice. In the event the Contract is terminated for convenience, Bidder shall be paid for any goods properly delivered and services properly performed to the date the Contract is terminated; however, upon being notified of County's election 10 terminate, Bidder shall cease any deliveries, shipment or carriage of goods, and refrain from performing further services or incurring additional expenses under the terms of the Contract. In no event will payment be made for lost or future profits. Bidder acknowledges and agrees that ten dollars ($10.00) of the compensation to be paid by County, the adequacy of which is hereby acknowledged by Bidder, is given as specific consideration to Bidder for the County's right to terminate this Contract. 13. CONDITIONS AND PACKAGING: Unless otherwise stated In the special instructions to bidders or the bid sheets, or specifically ordered from an accepted price list, deliveries must consist only of new and unused goods and shall be the current standards production model available at the time of the bid. The goods must be suitably packaged for shipment by common carrier. Each container or multiple units or items otherwise packaged shall bear a label, imprint, stencil or other legible markings slating name of manufacturer or supplier, purchase order number and any other markings required by specifications, or other acceptable means of identifying vendor and purchase order number. 14. SAFETY STANDARDS: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall comply with applicable requirements of Occupational Safety and Health Act and any standards thereunder. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered from a contract resulting from this bid must be accompanied by a Material Safety Data Sheet (MSDS). A Material Safety Data Sheet (MSDS) should also be submitted to the Broward County Risk Management Division, 115 South Andrews Avenue, Room 210, Fort Lauderdale, Florida 33301- 1803. The MSDS must include the following information. (a) The chemical name and the common name of the toxic substance. (b) The hazards or other risks in the use of the toxic substance, Including: 1. The potential for fire, explosion, corrosivity, and reactivity; 2. The known acute and chronic health effects of risks from exposure, including the medical conditions which are generally recognized as being aggravated by exposure to the toxic substance; and 3. The primary routes of entry and symptoms of overexposure. (c) The proper precautions, handling practices, necessary personal protective equipment, and other safety precautions in the use of or exposure to the toxic substances, Including appropriate emergency treatment in case of overexposure. (d) The emergency procedure for spills, fire, disposal, and first aid. (e) A description in lay terms of the known specific potential health risks posed by the toxic substance intended to alert any person reading this information. (f) The year and month, if available, that the information was compiled and the name, address, and emergency telephone number of the manufacturer responsible for preparing the information. 15. MANUFACTURERS NAME AND APPROVED EQUIVALENTS: Manufacturer's names, trade names, brand names, information and/or catalog numbers listed in a specification are for information and establishment of quality level desired and are not intended to limit competition unless otherwise specified in the bid, The bidder may offer any brand which meets or exceeds the specifications for any item(s). If bids are based on equivalent products, indicate on the bid form the manufacturer's name and catalog number. Bidder shall submit with the bid complete descriptive literature and/or specifications. The bidder should also explain in detail the Page 3 of 6 Pages reason(s) why and submit proof that the proposed equivalent will mect the specifications and not be considered an exception thereto. Broward County Board of County Commissioners reserves the right to be the sole judge of what is equal and acceptable. Bids which do not comply with these requirements are subject to rejection. If Bidder fails to name a substitute it will be assumed that the bidder will furnish goods identical to bid standard. 16. INTERPRETATIONS: Any questions concerning conditions and specifications of this bid shall be directed in writing to the Purchasing Division a minimum of 24 hours prior to bid opening. No interpretation(s) shall be considered binding unless provided to all Bidders in writing by the Director of Purchasing. 17. NON•CONFORMANCE TO CONTRACT CONDITIONS: The County may withhold acceptance of, or reject any items which are found, upon examination, not to meet the specification requirements. Upon written notification of rejection, items shall be removed within five (5) calendar days by the Vendor at their expense and redelivered al their expense. Rejected goods left longer than thirty (30) days will be regarded as abandoned and the Board shall have the right to dispose of them as its own property. On foodstuffs and drugs, no written notice or rejection need be given. Upon verbal notice to do so, the Vendor shall immediately remove and replace such rejected merchandise at their expense. Rejection for non- conformance, failure to provide services conforming to specifications, or failure to meet delivery schedules may result in contractor being found in default. 18. INSPECTION, ACCEPTANCE AND TITLE: Inspection and acceptance will be al destination. Title and risk of loss or damage to all items shall be the responsibility of the contractor until accepted by the County. 19. GOVERNMENTAL RESTRICTIONS: In the event any governmental restrictions may be imposed which would necessitate alteration of the material quality, workmanship or performance of the items offered on this bid prior to their delivery, it shall be the responsibility of the successful bidder to notify the County at once, indicating in their letter the specific regulation which required an alteration. The Board of County Commissioners reserves the right to accept any such alteration, including any price adjustments occasioned thereby, or to cancel the contract et no further expense to the County. 20. LEGAL REQUIREMENTS: Applicable provisions of all Federal, State of Florida. County and local laws. and of all ordinances, rules and regulations including the Procurement Code of Broward County shall govern development, submittal and evaluation of bids received in response hereto and shall govern any and all claims and disputes which may arise between person(s) submitting a bid in response hereto and Broward County by and through its officers, employees and authorized representative, or any other person natural or otherwise in addition to any resultant agreement. Lack of knowledge by any bidder shall not constitute a recognizable defense against the legal effect thereof. 21. INDEMNIFICATION: BIDDER shall al all times hereafter Indemnify, hold harmless and, defend COUNTY, its officers, agents, servants, and employees from and against any and all causes of action, demands, claims, losses, liabilities and expenditures of any kind, including attomey fees, court costs, and expenses, caused or alleged to be caused by intentional or negligent act of, or omission of, BIDDER, its employees. agents, servants, or officers, or accruing, resulting from, or related to the subject matter of this Agreement including, without limitation, any and all claims, losses, liabilities, expenditures, demands or causes of action of any nature whatsoever resulting from injuries or damages sustained by any person or properly. In the event any lawsuit or other proceeding is brought against COUNTY by reason of any such claim, cause of action or demand, BIDDER shall, upon written notice from COUNTY, resist and defend such lawsuit or proceeding by counsel satisfactory to COUNTY or, at COUNTY's option, pay for an attorney selected by County Attorney to defend COUNTY. To the extent considered necessary by the Contract Administrator and the County Attorney, any sums due BIDDER under this Agreement may be retained by COUNTY until all of COUNTY's claims for indemnification pursuant to this Agreement have been settled or otherwise resolved; and any amount withheld shall not be subject to payment of interest by COUNTY. The provisions and obligations of this section shall survive the expiration or earlier termination of this Agreement. 22. NOTICE: Written notice provided pursuant to this Contract shall be sent by certified United States Mail, postage prepaid, return receipt requested, or by hand -delivery with a request for a written receipt . of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified. The place for giving notice shall remain the same as set forth herein until changed in writing in the manner provided in this section. For the present, the County designates: Director, Broward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, FL 33301-1801 Bidder shalt identify in the Bid a designated person and address to whom notice shall be sent when required by the Contract. 23. JURISDICTION, VENUE, WAIVER OF JURY TRIAL: The Contract shall be interpreted and construed in accordance with and governed by the laws of the state of Florida. Any controversies or legal problems arising -out of the Contract and any action involving the enforcement or interpretation of any rights hereunder shall be submitted to the jurisdiction of the State courts of the Seventeenth Judicial Circuit of Broward County, Florida, the venue situs, and shall be governed by the laws of the state of Florida. By entering into this Contract. Bidder and County hereby expressly waive any rights either party may have to a trial by jury of any civil Litigation related to this Contract. 24. PATENTS AND ROYALTIES: The bidder, without exception, shall indemnify and save harmless and defend the County, its officers, agents and employees from liability of any nature or kind, including but not limited to attorneys fees, costs and expenses for or on account of any copyrighted, patented or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the County. If the bidder uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the bid prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. This provision shall survive the expiration or earlier termination of the contract. 25. ASSIGNMENT, SUBCONTRACT: Contractor shall not transfer, convey, pledge, subcontract or assign the performance required by this bid without the prior written consent of the Director of Purchasing. Any Award issued pursuant to this bid invitation and the monies which may become due hereunder are not assignable, transferrable, or otherwise disposable except with the prior written consent of the Director of Purchasing. Page 4 of 6 Pages 26. QUALIFICATIONS OF BIDDER: Bids will be considered only from firms normally engaged in providing the types of commodities/services specified herein. The Director of Purchasing or the Board of County Commissioners, reserves the right to inspect the facilities, equipment, personnel and organization or to lake any other action necessary to determine ability to perform in accordance with specifications, terms and conditions. The Director of Purchasing or the Board of County Commissioners will determine whether the evidence of ability to perform is satisfactory and reserves the right to reject bids where evidence or evaluation is determined to indicate inability to perform. The Director of Purchasing or the Board of County Commissioners reserves the right to consider a bidder's history of citations and/or violations of Environmental regulations in determining responsibility. Bidder should submit with his proposal a complete history of all citations and/or violations notices and dispositions thereof. Failure of a Bidder to submit such information may be grounds for termination of any contract awarded to successful Bidder. Bidder shall notify the County immediately of notice of any citations or violations which they may receive after the Bid or Proposal opening date and during the time of performance under any Contract awarded to them. 27. EQUAL EMPLOYMENT OPPORTUNITY: No Contractor shall discriminate against any employee or applicant for employment because of race, religion, age, color, sex or national origin, sexual orientation (including but not limited to Broward County Code, Chapter 161A), marital status, political affiliation. disability, or physical or mental handicap if qualified. Contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during their employment without regard to their race, religion, age, color, sex or national origin, sexual orientation, marital status, political affiliation, disability, or physical or mental handicap. Such actions shall include, but not be limited to the following: employment, upgrading, demotion, or transfer, recruitment or recruitment advertising, layoff or termination, rates of pay or other forms of compensation; and selection of training, including apprenticeship. The Contractor agrees to post in conspicuous places available to employees and applicants tor employment, notices setting forth the provisions of this non-discrimination clause. The contractor selected to perform work on a County project must include the foregoing or similar language in its contracts with any subcontractors or sub consultants, except that any project assisted by U.S. Department of Transportation funds shall comply with the non-discrimination requirements in Title 49 C.F.R. Parts 23 and 26, as amended. The Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. Failure to comply with above requirements is a material breach of the contract, and may result in the termination of this contract or such other remedy as the County deems appropriate. 28. MODIFICATIONS: All changes to purchase orders shall be by issuance of a change order. Any modifications or changes to any contract entered into as a result of this bid must be by written amendment with the same formality and of equal dignity prior to the initiation of any such change. 29. RESOLUTION OF PROTESTED SOLICITATIONS AND PROPOSED AWARDS: In accordance with Sections 21.118 and 21.119 of the Broward County Procurement Code, if a vendor intends to protest a solicitation or proposed award of a contract the following apply: (a) Any protest concerning the bid or other solicitation specifications, or requirements must be made and received by the County within seven (7) business days from the posting of the solicitation or addendum on the Purchasing Division's website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest bid specifications or requirements is a waiver of the ability to protest the specifications or requirements. (b) Any protest concerning a solicitation or proposed award above the authority of the Director of Purchasing, after the bid opening, shall be submitted in writing and received by the County within five (5) business days from the posting of the recommendation for award on the Purchasing Division's website. (c) Any actual or prospective bidder or offeror who has a substantial Interest in and is aggrieved in connection with proposed award of a contract which does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award on the Purchasing Division's website. (d) For purposes of this section a business day is defined as Monday through Friday between 8:30am and 5:oopm. Failure to timely file a protest within the time prescribed for a solicitation or proposed contract award shall be a waiver of the vendor's right to protest. As a condition of initiating any bid protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee. The filing fee shall be based upon the estimated contract amount. For purposes of the protest, the estimated contract amount shall be the contract bid amount submitted by the protestor. If no contract bid amount was submitted, the estimated contract amount shall be the County's estimated contract price for the project. The County may accept cash, money order, certified check, or cashier's check, payable to Broward County Board of Commissioners. The filing fees are as follows: (e) Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 -$500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million $5,000 The estimated contract amount shall be based upon the contract bid amount submitted by the protestor. If no contract bid amount was submitted, the estimated contract amount shall be the County's estimated contract price for the project. The County may accept cash, money order, certified check, or cashier's check, payable to Broward County Board of County Commissioners. 30. PUBLIC ENTITY CRIMES ACT: Bidder represents that its response to this invitation for bid will not violate the Public Entity Crimes Act, Section 287.133, Florida Statutes, which essentially provides that a person or affiliate who is a contractor, consultant or other provider who has been placed on the convicted vendor list following a conviction of a Public Entity Crime may not submit a bid on a contract 10 provide any goods or services to the County, may not submit a bid on a contract with the County for the construction or repair of a public building or public work, may not submit bids on leases of real property to the County, may not be awarded or Page 5 of 6 Pages J perform work as a contractor, supplier, subcontractor. or consultant under a contract with the County, and may not transact any business with the County in excess of the threshold amount provided In Section 287.017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor Ilst. Bidder represents that its response to this Invitation For Bid is not a violation of Section 287.134, Florida Statues, which essentially states that the County. as a public entity, cannot do business with an entity that is on the "discriminatory vendor list" I:e., has been found by a court to have discriminated as defined therein. Violation of This section shall result in cancellation of the County purchase and may result in debarment 31. RECYCLED CONTENT INFORMATION: In support of the Florida Waste Management Law, bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The County is particularly interested in the type of recycled material used (such . as paper, plastic, glass, metal, etc.); and the percentage of recycled material contained in the product. The County also requests information regarding any known or potential material content in the product that may be extracted and recycled after the product has served its intended purpose. 32. PURCHASE BY OTHER GOVERNMENTAL AGENCIES: Each Governmental unit which avails itself of this contract will establish its own contract, place its own orders, issue its own purchase orders, be invoiced therefrom and make its own payments end issue its own exemption certificates as required by the bidder. It Is understood and agreed that Broward County is not a legally bound party to any contractual agreement made between any other governmental unit and the bidder as a result of this bid. 33. PUBLIC RECORDS: Any material submitted 1n response to this Invitation For Bid will become a public document pursuant to Section 119.071, Florida Statutes. This includes material which the responding bidder might consider to be confidential or a Trade secret Any claim of confidentially is waived upon submisslon, effective after opening pursuant to Section 119.071, Florida Statutes. 34. AUDIT RIGHT AND RETENTION OF RECORDS; County shall have the right to audit the books, records, and accounts of contractor that are related 10 this project. Contractor shall keep such books, records, and accounts as may be necessary in order to record complete and correct entries to the project. Contractor shall preserve and make available, at reasonable times for examination and audit by County, all financial records, supporting documents, statistical records, and any other documents pertinent to this agreement for the required retention period of the Florida Public Records Act (Chapter 119, Florida Statutes), If applicable, or if the Florida Public Records Act is not applicable, for a minimum period of three (3) years after termination of this Agreement. If any audit has been iniUated and audit findings have not been resolved at the end of the retention period or (3) years, whichever is longer, the books, records and accounts shall be retained until resolution of the audit findings. If the Florida Public Records Act is determined by County to be applicable to contractor's records, contractor shall comply with all requirements thereof; however, no confidentiality or nondisclosure requirement of either federal or state law shall be violated by contractor. Any Incomplete or incorrect entry in such books, records, and accounts shall be a basis for County's disallowance and recovery of any payment upon such entry. The entire chapter of the Broward County Procurement Code describing the aforementioned subject matter can be obtained from the Purchasing Division's Website at www.broward.org/purchasing. 35. STATE OF FLORIDA DIVISION OF CORPORATIONS REQUIREMENTS: II is the vendor's responsibility to comply with all state and local business requirements. All vendors located within Broward County and/or providing a service within the County must have a current Broward County Local Business Tax Receipt (formerly known as an Occupational License Tax). All corporations and partnerships must have the authority to transact business in the Slate of Florida and be in good standing with the Florida Secretary of Slate. For further information, contact Broward County Records, Taxes and Treasury Division and the Florida Department of State, Division of Corporations. The County will review the vendor's business status based on the Information provided In response to this solicitation. If the vendor is an out-of-state or foreign corporation or partnership, the vendor must obtain the authority to conduct business in the Stale of Florida. Corporations or partnerships that are not in good standing with the Florida Secretary of State at the time or a submission to this solicitation may be deemed non - responsible. If successful in obtaining a contract award under this solicitation, the vendor must remain in good standing throughout the contractual period of performance. Page 6 of 6 Pages PREVIOUS CONTRACT NO. N/A BID NO. G0924908B PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Bid Submittal Summary Sheet for Public Reading The purpose of this page is to facilitate the efficient and accurate reading of your bid submittal at the Bid Opening. Your cooperation is appreciated in completing the following information and ensuring that it is placed as the first page of your bid submittal. The information on this page does not take the place of the bid documents or the bid sheet. In the event that there is a discrepancy between the information on this page and the information in the bid sheet, the information on the bid sheet will prevail. BID NUMBER: G0924908B1 BID TITLE: Solid Waste and Recycling Services For Unincorporated Broward County/ (Non -Sheltered Marked NAME OF COMPANY:`..:1 E'[h�.is .',tit CA "t.tLLIr l t.� :(e`, C: TOTAL SECTIONS 1 THROUGH 6 PRICE: TOTAL SECTION 7 PRICE: Pagel OF 64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA SPECIAL INSTRUCTIONS TO BIDDERS (IN ADDITION TO GENERAL CONDITIONS) SOLID WASTE AND RECYCLING SERVICES FOR UNINCORPORATED BROWARD COUNTY (NON-Sf;-OELTE ED MARKET) LIVING WAGE SERVICE CONT ,.CT SUBMISSION OF SEALED BIDS: The Invitation for Bid form must be executed and submitted with all bid sheets and should be in a sealed envelope. The original should be signed in blue ink. Both the original bid and one (1) photocopy of your bid should be included In a single envelope. Bid submittals should not be professionally bound using metal fasteners except for stapling. The Bidder is responsible for retaining a copy of all submittals for their own records. The face of the envelope should contain the company name, address, date and time of bid opening, bid number and bid title. Bids not submitted on bid sheets may be rejected. Bidder should not submit blds on their own form or any other form other than Broward County Bid Sheet. All bids are subject to the conditions specified herein. Bids which do not comply with these conditions are subject to rejection. 1. SCOPE: Bids are hereby invited on an open-end basis for SOLID WASTE AND RECYCLING SERVICES FOR UNINCORPORATED BROWARD COUNTY for the Waste and Recycling Services Division. The initial contract period shall start on date of award, or January 1, 2012, whichever is later and shall terminate five (5) years from that date. The Contractor will complete delivery and the County will receive delivery on any orders mailed to the contractor prior to the date of expiration. All prices, terms and conditions shall remain fixed for the initial one-year anniversary of the contract. Following the initial one-year anniversary, price increases may be accepted by the Director of Purchasing in accordance with the procedure described in Section 17, Price Adjustment Clauses. There will be no allowable price escalations for fuel costs throughout any contract period(s), unless otherwise specified in this document. The Director of Purchasing may renew this contract for an additional two, one-year periods subject to vendor acceptance, satisfactory performance and determination that renewal will be in the best interest of the County. Notification of Intent to Renew will be mailed one hundred and eighty (180) calendar days in advance of expiration date of this contract. No guarantee is expressed or implied as to the total quantity of commodities/services to be purchased under any open end contract. Estimated quantities will be used for bid comparison purposes only. The County, through the Contract Administrator, reserves the right to add and delete locations. The County intends to award Sections 1 through 6 of the Bid Sheet to the single lowest responsive, responsible bidder. Section 7 of the Bid Sheet will be awarded if determined to be in the best interest of the County, to the awarded vendor of Sections 1 through 6. Should the prices offered show evidence of an unbalanced bid price, such bid may be rejected. Page 2 OF 64 PREVIOUS CONTRACT NO. N/A BID NO. G0924908B1 2. SPECIFICATIONS AND REQUIREMENTS: The specifications, requirements and services to be provided are stated in Attachment "A" attached hereto and made a part hereof. 3. CONTINGENCY FEES: By submission of this offer, contractor certifies that no contingency fees (sometimes known as a finder's fee) has been paid to any person or organization other than a bona -fide employee working solely for the vendor to secure a contract made pursuant to this solicitation. Violation of this policy may result in termination of any resultant contract and/or possible debarment of the contractor. 4. FURTHER INFORMATION: Bidders requiring additional information regarding any of the bid terms, conditions or administrative requirements should contact John Torrenga, Purchasing Agent at (954) 357-6081. Bidders requiring technical clarifications should contact John Benton at (954) 474-1880 or Peter Foye at 954-577-2395. No change(s) and no interpretation(s) shall be considered binding unless provided to all bidders in writing by the Director of the Purchasing Division. 5. SECURITY REQUIREMENTS: Not applicable to this bid (if not applicable remove this section) 6. SPECIAL NOTICE: IN ACCORDANCE WITH OSHA REGULATION 29 CFR 1926.1101(K) (2), BIDDERS ARE NOTIFIED OF THE PRESENCE OF ASBESTOS CONTAINING MATERIAL AND/OR PRESUMED ASBESTOS CONTAINING MATERIAL AT SOME BROWARD COUNTY LOCATIONS. 7. PRE -BID CONFERENCE: Attendance at the site visit/pre-bid conference is optional. This information session presents an opportunity for bidders to clarify any concems regarding the bid requirements. The bidder is cautioned that, although the site visits/Pre-Bid Conference is optional, no modification or any changes will be allowed in the pricing because of the failure of the bidder(s) to have visited the site or to have attended the conference. Pre -Bid Conference Date: April 19, 2011 Time: 10:00am Location: West Governmental Center 2nd Floor Hearing Room One North University Drive Plantation, FL 33324 If you require any auxiliary aids for communication, please call 357-6065 so that arrangements can be made in advance. Page 3 of 64 PREVIOUS CONTRACT NO. NIA BID NO. G092490881 8. DELIVERY AND ACCEPTANCE: Delivery time shall be computed in calendar days from the issuance date of purchase order. Although, actual requested date or number of calendar days for delivery may be specified, state on the Bid Sheet the number of calendar days required to make delivery and/or installation after issuance of purchase order or request for services. However, goods required for daily consumption, or where the delivery is an emergency, a replacement, or overdue, the convenience of the Division shall govern. If, in calculating the number of calendar days from the order date, the delivery date falls on a Saturday, Sunday or holiday, delivery shall be made not later than next succeeding business day. Delivery is FOB destination, freight included and is to be made to the following site(s): Various residential and commercial locations within Unincorporated Broward County 9. SAMPLES, PRODUCT LITERATURE AND DESCRIPTIVE CATALOGUES: Not applicable for this bid. 10. INSURANCE REQUIREMENTS:(SAMPLE INSURANCE CERTIFICATE ATTACHED)(Attachment "E") The following Insurance Requirements for Automobile Liability are not applicable where delivery will be made by a third party carrier. All vendors that will be making deliveries in their own vehicles are required to provide proof of insurance for Automobile Liability and other pertinent coverage as indicated below prior to award. If deliveries are being made by a third party carrier, other pertinent coverage listed on the certificate is still required. The Contractor should provide proper insurance, or a notarized letter of verification by the bidder's insurance provider which states the ability of the vendor in obtaining the required insurance, to the Purchasing Division within five (5) business days after request by the Purchasing Agent but prior to award by the Director of Purchasing or recommendation of award to the Board of County Commissioners, whichever is applicable. Final award shall be subject to receipt and acceptance by the County of proof of meeting all insurance requirements of the bid. The Insurance Requirements contained in this Bid represent the minimal protection necessary for the County as determined by the Risk Management Division. Further modifications of the requirements may be made at the sole discretion of the Risk Management Division upon a material change in scope at any time during the term of the contract or at time of contract renewal upon mutual agreement of the parties. No award will be recommended until a written determination is made by Risk Management Division that the County is adequately protected. The low bidder should provide proper insurance, or a notarized letter of verification by the bidder's insurance provider which states the ability of the vendor in obtaining the required insurance, to the Purchasing Division within five (5) business days after request by the Purchasing Agent but prior to award by the Director of Purchasing or recommendation of award to the Board of County Commissioners, whichever is applicable. Final award shall be subject to receipt and acceptance by the County of proof of meeting all insurance requirements of the bid. Without limiting any of the other obligations or liabilities of CONTRACTOR, CONTRACTOR shall provide, pay for, and maintain in force until all of its work to be performed under this Contract has been completed and accepted by the COUNTY (or for such duration as is otherwise specified hereinafter), the insurance coverage set forth in this Section. Page 4 OF 64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 10.1 Workers' Compensation Insurance to apply for all employees in compliance with the "Workers Compensation Law" of the State of Florida and all applicable Federal laws. In addition, the policy(ies) must include: 10.1.1 Employers' Liability with minimum limits of One Hundred Thousand Dollars ($100.000.00) each accident. 10.1.2 Notice of Cancellation and/or Restriction -- The policy(ies) must be endorsed to provide Broward County with thirty 30) clays notice of cancellation and/or restriction. 10.1.3 If any operations are to be undertaken on or about navigable waters, coverage must be included for the U.S. Longshoremen and Harbor Workers Act and Jones Act. 10.2 Comprehensive General Liability with minimum limits of One Million Dollars ($1,000.000.00) per occurrence and One Million Dollars ($1,000.000.00) aggregate, combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office and must include: 10.2.1 Premises -Operations. 10.2.2 Products/Completed Operations Hazard. 10.2.3 Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless and/or indemnification agreement. 10.2.4 Broad Form Property Damage. 10.2.5 Independent Contractors. 10.2.6 Personal Injury Coverage with Employee and Contractual Exclusions removed with minimum limits of coverage equal to those/required for Bodily Injury Liability and Property Damage Liability. 10.2.7 COUNTY is to be included as an "Additional Insured" in the name of "Broward County Board of Commissioners" with respect to liability arising out of operations performed for COUNTY in connection with general supervision of such operation. 10.2.8 Notice of Cancellation and/or Restriction — The policy(ies) must be endorsed to provide Broward County with thirty (30) days notice of cancellation and/or restriction. 10.3 Business Automobile Liability with minimum limits of One Million Dollars ($1.000.000) per occurrence combined single limit for Bodily Injury Liability and Property policy, without restrictive endorsements, as filed by the Insurance Services Office and must include: 10.3.1 Comprehensive Form. 10.3.2 Owned Vehicles. 10.3.3 Hired Vehicles. Page 5 of 64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 10.3.4 Non -Owned Vehicles. 10.3.5 Any auto, if applicable. 10.3.6 Notice of Cancellation and/or Restriction — The policy(ies) must be endorsed to provide Broward County with thirty (30) days notice of cancellation and/or restrictions. 10.5 The CONTRACTOR shall be required to provide to the COUNTY Certificates of Insurance evidencing the insurance coverage specified in 10.1, 10.2, 10.3 and 10.4 above. The Contractor should provide these Certificates within five (5) business days after request by the Purchasing Agent but prior to award by the Director of Purchasing or recommendation of award to the Board of County Commissioners, whichever is applicable. The required Certificates of Insurance shall not only name the types of policies provided, but also shall refer specifically to this Contract and section and the above paragraphs in accordance as required by such paragraphs of this Contract. If the initial insurance expires prior to the completion of the work, renewal Certificates of Insurance shall be furnished thirty (30) days prior to the date of their expiration. 10.6 Certificates of insurance shall be provided as specified in sub -section 10.5 above unless any of these coverages are, for just cause, inapplicable, and upon specific request by the vendor are excepted by written determination of Risk Management and approved by the Director of Purchasing. If an exception is requested, the bidder should indicate in the appropriate area on the bid sheet any such request including reason(s) thereto for exemption from insurance - requirements as specified in this section of this invitation for bid/quotation request. 11. WARRANTY: The bidder should specify any warranty applicable to the items bid. 12. LOCAL BUSINESS TAX RECEIPT REQUIREMENTS: All vendors maintaining a business address within Broward County must have a current Broward County Local Business Tax Receipt prior to contract award. The Contractor should provide a copy of its Local Business Tax Receipt within five (5) business days after request by the Purchasing Agent but prior to award by the Director of Purchasing or recommendation of award to the Board of County Commissioners, whichever is applicable. Failure to do so may result in your bid being deemed non- responsive. Local Business Tax Receipts will be required pursuant to Chapter 205.065, Florida Statutes. For further information on obtaining or renewing your firm's Local Business Tax Receipt, contact the Records, Taxes and Treasury Division at (954) 357-6200. 13. CONTRACTOR RESPONSIBILITIES: The CONTRACTOR will be responsible for the provision, installation and performance of all equipment, materials, services, etc. offered in his or her Bid. The CONTRACTOR is in no way relieved of the responsibility for the performance of all equipment fumished, or of assuring the timely delivery of materials, equipment, etc. even though it is not of his or her own manufacture. Page 6 of 64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 14. NONDISCRIMINATION, EQUAL EMPLOYMENT OPPORTUNITY, AND AMERICANS WITH DISABILITIES ACT: CONTRACTOR shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. CONTRACTOR shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by COUNTY, including Titles 1 and II of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, CONTRACTOR shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. CONTRACTOR decisions regarding the delivery of services under this Agreement shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation (Broward County Code, Chapter 16 1/2) in performing any services pursuant to this Agreement. 15. LIVING WAGE ORDINANCE: (Vendor Questionnaire - Item No. 9 applies) Bidders are advised that the provisions of the Broward County Ordinance 2008-45, as amended ("Living Wage Ordinance") will apply to this contract, if the open-end contract award value exceeds $100,000 per year or the individual project value exceeds $100,000 under a fixed term contract. In accordance with the Living Wage Ordinance, the bidder agrees to pay the minimum hourly wage rates to employees covered by the Living Wage Ordinance, as adjusted. There will be no increase in contract prices paid by Broward County to the Bidder due to any increase in wages required to be paid to employees covered by the Living Wage Ordinance. Explanation of Living Wage contract requirements is included in Attachment "C". The Living Wage Ordinance Compliance Affidavit, Exhibit 1, included in Attachment "C", should be fumished within five (5) business days after request by the Purchasing Agent but must be submitted prior to award by the Director of Purchasing or recommendation for award to the Board of County Commissioners. 16. CONE OF SILENCE ORDINANCE: 16.1 The County's Cone of Silence Ordinance prohibits certain communications among vendors, county staff, -selection committee members, Commissioners and their staff. Any violations of this ordinance by any members of the responding firm or its joint venture(s) may be reported to the County's Office of Professional Standards. For invitations for Bids the Cone of Silence shall be in effect for staff involved in the award decision process at the time of the solicitation advertisement. The Cone of Silence shall be in effect for the Board of County Commissioners upon bid opening for the solicitation. Pursuant to Section 1-266, Broward County Code of Ordinances, as amended, the Cone of Silence Ordinance provides that after the advertisement of the bid solicitation, potential vendors and their representatives are substantially restricted from communicating regarding the Bid with the County Administrator, Deputy County Administrator, Assistant County Administrator, Assistants to the County Administrator, their respective support staff, or any or any staff person that is to evaluate or recommend selection in this bid process. The Cone of Silence Ordinance further provides that after the bid opening for this solicitation, potential vendors and their representatives are substantially restricted from communicating regarding this Bid with the County Commissioners and their staff. Page 7 of 64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 16.2 This County's Ordinance prohibits certain communications among vendors, county staff, and selection committee members. Any violations of this ordinance by any members of the responding firm or its joint venturers may be reported to the County's Office of Professional Standards. 16.3 The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation. 17. PRICE ADJUSTMENT CLAUSES: 17.1 The rates as set forth in the Bid Sheet and Attachment "A", Segment 8, may be adjusted annually on the anniversary of the effective date of this contract, based on eighty percent (80%) of the Consumer Price Index (Miami -Fort Lauderdale Consumer Price Index for all Urban Consumers), using October 2011 as the base year. However, there shall be no increase in excess of three percent (3%) in any one (1) year period. A written request must be submitted to the Director of Purchasing for approval of any increase 60 days prior to the annual anniversary or renewal date, accompanied by vendor's documentation to substantiate need for price increase. Written notification will be sent to the Contractor by the Purchasing Director of the decision to accept or not accept the price increase. In the event of non -acceptance of such revision, the Contract will be deemed terminated as of the close of business the day prior to effective date of change as stated in Contractor's submission. If a price increase is accepted, the new prices will apply only to the orders placed after the acceptance by the County. Example as follows (Assuming contract started January 2010): Consumer Price index - All Urban Consumers Series Id: CUUAA320SA0 Not Seasonally Adjusted Area: Miami -Fort Lauderdale, it Item: A11 items Base Period: 19e2-E4=10 Download: CAI. l Year ]an I Feb Mar' Apr May! Sun 'Jul. Aug '. See : Oct nay i Dec Annual ItALF1 1 HAiF2. i 20081 1 219 .082 221.324 1 225.0791 225.473 223.699 ' 218.324 223.119 221.180 223.059 , ' 2009 I ' 220.589 220.7401 221.465 , 221.306 222.416 222.943 221.387 220.674 222.100 I2010 222.505 222.625 777 190I 1222.803 1223.631 1 224.907 223.062 222.553 223.570 I, 2011] 227.451 J I I I L __ l.. J o Refer to CPI Index o Contract start date: January 1, 2010; Anniversary Date: January 1, 2011 o Three (3) months prior to anniversary date: October 1, 2010 o Original CPI: 222.416 (October 2009) Three months prior to start date. New CPI: 223.631 (October 2010- Three months prior to anniversary date) New/Current CPI Tess the original CPI divided by original CPI multiplied by 100, equals CPI increase. (New CP1=223.631) — (Original CPI= 222.416) / (Original CPI 222.416) x 100.0 = 0.55% CPI increase. o CPI increase (0.55%) x 80% (.80) = 0.44% price increase to contract. 17.2 If during the period described above, the total CPI decreases the vendor is required to extend to the County a price decrease based on eighty percent (80%) of the Consumer Price Index (Miami -Fort Lauderdale Consumer Price Index for all Urban Consumers), using October 2011 as the base year. However, there shall be no decrease in excess of three percent (3%) in any one (1) year period. Page 8 OF 64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 17.3 The Disposal costs for residential and commercial solid waste shall be adjusted for any changes in the tipping fees at the Designated Disposal Facilities, in accordance with the factors delineated within this Bid, including: 17.3.1 Residential rates would be recalculated for actual rates relative to municipal solid waste disposal (Bid Item 2) at the prescribed tonnages monthly rates would be adjusted by $0.11 for each dollar increase or decrease in tipping fee plus the applicable franchise fee; and 17.3.2 Residential rates would be recalculated for actual rates relative to bulk waste disposal (Bid Item 3) at the prescribed tonnages monthly rates would be adjusted by $0.0283 for each dollar increase or decrease in tipping fee plus the applicable franchise fee; and 17.3.3 Commercial disposal costs based on revised municipal solid waste disposal Bid items 6, 9, 12, 15 and 18 at the prescribed density conversions listed for each item plus the applicable franchise fee 18. PREFERENCES: No contractor shall receive more than one county -authorized preference for the same procurement. If a contractor is eligible for more than one County -authorized bid preference for a particular procurement, the contractor shall be eligible to receive only the bid preference that Is most favorable to the contractor. If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the County's Local Vendor Ordinance, Domestic Partnership Ordinance and Procurement Code will not be applied in the procurement process. 18.1 DOMESTIC PARTNER CLAUSE: (Attachment "D") Preference for county contractors providing for nondiscrimination of benefits for domestic partners. (Reference Ordinance No. 1999-18, as amended) In accordance with Broward County Code, Chapter 16'/ , section 16 %2 -157 and the Broward County Administrative Code, Subsections 21.31.a.,6.,7.,8., the Broward County Board of County Commissioners reserves the right to apply a preference in the award of a contract to those Contractors providing for nondiscrimination of benefits for domestic partners. This preference may be applied to all awards of $250,000 per annum or more. The determination to apply this preference shall be made by the Board of County Commissioners. To be eligible for the domestic partnership preference, a contractor's program eligibility criteria must be substantially equivalent to those established in Section 16'/ -153 (b), Broward County Code. A contractor will be deemed ineligible for the domestic partnership preference if its benefits program discriminates against employees in violation of the Broward County Human Rights Act. Page 9 OF 64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 18.2 LOCAL PREFERENCE CLAUSE: In accordance with Broward County Ordinance No. 2004-29, the Broward County Board of County Commissioners provides a local preference. This preference includes any county with which the Broward County Board of County Commissioners has entered into an inter -local agreement of reciprocity. Except where otherwise provided by federal or state law or other funding source restrictions, an apparent low bidder outside the preference area and a local bidder whose submittal is within 10% of the apparent low bid will be given the opportunity to submit a best and final offer. Award will then be to the low responsive, responsible bid. Local business means the vendor has a valid occupational license issued by the county within which the vendor conducts their business at least one year prior to bid or proposal opening, that authorizes the business to provide the goods, services or construction to be purchased and a physical address located within the limits of said county, in an area zoned for the conduct of such business, from which the vendor operates or performs business on a day-to-day basis that is a substantial component of the goods or services being offered: Post Office Boxes are not verifiable and shall not be used for the purpose of establishing a physical address. 19. DRUG -FREE WORKPLACE CERTIFICATION: Broward County Procurement Code Chapter 21.31.a. requires awards of competitive sealed bids and sealed proposals requiring Board Award be made only to firms certifying the establishment of a drug free workplace. The Drug Free Workplace Certification (Attachment "B") should be fumished within five (5) business days after request by the Purchasing Agent but prior to recommendation of award to the Board of County Commissioners. Failure to provide this certification will render your office unqualified and ineligible for award. 20. DUN & BRADSTREET REPORT REQUIREMENT The submittal of a Dun & Bradstreet Report (s) (D&B Report) may be necessary for this bid as a condition for award. If required, the Contractor should have the D&B Report submitted to the County within ten (10) days of the County's request. The Contract Administrator for this project will determine the need for and the type(s) of D&B Report as soon as possible after bid opening. If implemented, the cost for the D&B Report will be paid for by the County as a pass-thru cost (no mark up will allowed and invoice verification of cost will be required) For any further information you require, please contact Dun & Bradstreet at: Phone Number: Fax Number: (800) 234-3867 (610) 807-1075 NOTE: The County may elect to utilize a report submitted by the bidder if issued within the previous six (6) months. 21. COUNTY BUSINESS ENTERPRISE (CBE): The Broward County Business Enterprise Program (CBE Program) shall not apply to this contract. There is no CBE participation goal assigned to this contract. Although no CBE goal has been established for this contract, the County encourages contractors to give full consideration to the use of CBE firms to perform work under the contract. Page 10 of 64 PREVIOUS CONTRACT NO. WA BID NO. G0924908B1 22. NON -COLLUSION STATEMENT: By signing this offer, the vendor certifies that this offer is made independently and free from collusion. Vendor shall disclose below, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Fla. Slat. (1989), who is an officer or director of, or has a material interest in, the vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any Input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. For purposes hereof, a person has a material interest if they directly or indirectly own more than 5 percent of the total assets or capital stock of any business entity, or if they otherwise stand to personally gain if the contract is awarded to this vendor. Failure of a vendor to disclose any relationship .described .herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code. NAME RELATIONSHIPS .K k LCcL 1 ` �;�� ,,4pettcbW In the event the vendor does not indicate any names, the County shall Interpret this to mean that the vendor has indicated that no such relationships exist. Page 11 of 64 PREVIOUS CONTRACT NO. BID NO. G0924908131 23. DOCUMENT CHECKLIST: THE FOLLOWING ITEMS MAY BE REQUIRED TO DETERMINE BID RESPONSIVENESS. PLEASE ENSURE THAT ALL APPLICABLE ITEMS ARE COMPLETED AND SUBMITTED WITH YOUR BID. FAILURE TO MEET THE APPLICABLE REQUIREMENTS MAY RENDER YOUR BID NON- RESPONSIVE. ADDITIONAL INFORMATION FOR THESE ITEMS CAN BE FOUND THROUGHOUT THIS BID DOCUMENT. A. BId/Addendum ISD The Invitation for Bid muss be signed in ink. [] If a MUST Addendum is required, it must be acknowledged on the Bid sheet or returned with your (` Bid. [5. If a revised Bid sheet is required, It must be retumed with the Addendum. • B. Group Items La If a "Group" is specified, you must bid all items within each Group and Indicate "No Charge" for those items that are included at no additional charge. C. Licensing [j? Attach Copy of specified contractor license(s) L For items that require a licensed Contractor, your firm must possess a current State or County license, held by a qualifier registered with the State. Lib If you hold a County license, and State registration is required, your License must be registered with the State. 24. ADDITIONAL ITEMS: THE FOLLOWING DOCUMENTS SHOULD BE SUBMITTED WITH YOUR BID, BUT NO LATER THAN FIVE (5) BUSINESS DAYS FROM REQUEST OF THE PURCHASING AGENT. A. Supplements/Attachments Copy of Broward County Local Business Tax Receipt (For Broward County Vendors) The Non -Collusion Statement The Vendor Questionnaire VENDOR'S LIST (Non -Certified Sub-contractors/Suppliers) Drug Free Workplace Certification — Attachment "B" Living Wage Ordinance Compliance Affidavit (Exhibit 1) & Application for Exemption (Exhibit 2) - Attachment "C" Domestic Partner Certification - Attachment "D" . Certificate of Insurance, per sample attached - Attachment "E" The Florida Department of State Certificate of Proof of application (see: sunbiz.org) * All original Bids must be received in the Purchasing Division no later than 2:00 p.rn. on the opening date specified. Late Bids will not be accepted. Please allow additional time for traffic and parking. This Checklist Is for informational purposes only, it is not necessary to return. Page 12 of 64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 25. PROJECT SUMMARY 25.1 RESIDENTIAL COLLECTIONS: Presently, there are 4,060 residential units within the Central County of unincorporated Broward County requiring solid waste collection services. A unit consists of a single family home, duplex, triplex and multifamily buildings with Tess than 10 units. The Property Appraiser's Office (PAO) codes these properties as "01 ", "08". Unit counts are reviewed annually by the PAO. Any changes in the number of units are noticed to the exclusive service provider to commence at the beginning of the calendar year. Any other codes are considered commercial accounts requiring containerized service from the exclusive service provider. Maps of the central county service areas are included as Attachment "A", Segment 11. The unit price for each line item will be requested in cubic yards, per unit, per empty, per collection or per haul depending on the type of service. No spaces are to be left blank, and should be marked as follows: N/B = No Bid. N/A = Not applicable N/C = No charge. Spaces marked with a zero (0) will be considered a no charge item. Proposals with blanks will be rejected from further consideration. Franchise fees should be considered in the following manner: Residential Franchise Fee: 10%. Commercial Franchise fee: 15%. The residential franchise fee will be assessed on the total amount and deducted from the monthly payment. The commercial franchise fee will be assessed and collected by the exclusive hauler and remitted to the County monthly. Residential collection services component will be considered in the following manner: o Residential solid waste collection, twice per week by nominal 95 gallon cart o Recycling collection, once per week by nominal 65 gallon cart o Bulk waste collection, monthly, altemative disposal element o Periodic community cleanups o Periodic cleanup of illegally dump materials o Litter containers with collection service Optional pricing component: o Recycling cart collection- twice per month -price reduction o Recycling cart collection- rewards program o Yard waste collection service, weekly o Additional cart service, garbage/recycling, billed to resident by service provider Page 13 of 64 • PREVIOUS CONTRACT NO. folk BID NO. 00924908B1 The exclusive service provider will also include within their pricing for residential collection services, costs to provide assistance with periodic community clean ups using roll -off containers and clam/claw trucks for the collection of debris. Historical statistics for FY2010 shows 12 cleanup events with 69 tons of material collected and disposed of by the present service providers. Additionally, at the request of the Contract Administrator, the exclusive service provider shall collect and dispose up to 30 tons of illegally dumped material annually. Any requests by the Contract Administrator for additional collections above 30 tons, shall be collected by the exclusive service provider, with the Contract Administrator providing for the disposal cost. The Contract Administrator will provide the exclusive service provider with a disposal authorization form showing the appropriate disposal/recycling facility for any materials over 30 tons which will be at the County's expense. Broward County reserves the right to direct any solid waste materials to approved disposal/recycling facilities within the Resource Recovery System's Plan of Operations in order to improve diversion and recycling of solid waste materials from the unincorporated service areas. The exclusive service provider will also provide litter containers and collection services at 24 bus stops and highly littered sites located within the unincorporated service areas, Attachment "A", Segment 12. The exclusive service provider, to procure at its own expense, automated litter containers or similar litter containers for bus stops and litter control sites. Collection services should be consistent with residential service days. The exclusive service provider will also provide rear door solid waste and recycling services at $1.75 per unit per month for those customers that are disabled and unable to transport their carts to the street. Carts requested in this IFB shall be provided by the exclusive service provider, who is responsible for delivery, maintenance and replacement over the term of the agreement. Ownership of the carts shall transfer to the County by the exclusive service provider after the entire term of this agreement including any extensions. Cart specifications for this project are included in Attachment "A", Segment 10. The exclusive service provider will provide residential collection reports on a monthly basis detailing the total tonnage of solid waste materials collected, contamination reports for residential single stream recycling, reports for total tonnage of bulky wastes collected and total tonnage of recyclables collected from commercial container accounts. 25.2 COMMERCIAL CONTAINER SERVICES: There are approximately 250 commercial accounts, including multi -family buildings with 10 units or more, within the central county residential service areas. The exclusive service provider will provide collection service to these accounts at the rates provided in this IFB. The service provider will also provide a monthly report on any changes by the commercial container accounts, i.e. service upgrades/downgrades, business account opening/closures, changes to recovered materials providers. Included with this report is the remittance of commercial franchise fees. The commercial franchise fee (CFF) payment shall be accompanied by a report for solid waste customers showing the account name, account number, account address, size container, frequency of service, monthly collection rate and assessment of the 15% CFF, including any extra collections. The report shall include the monthly total gross receipts of all such solid waste accounts. Page 14 of 64 PREVIOUS CONTRACT NO. NN/k. BID NO. G0924908B1 The CFF must be assessed on all commercial collection services including cart accounts, commercial container accounts, both FEL and REL and permanent roll -off accounts, both open tops and compactors. Any roll off container service on site for less than 30 days is considered a temporary account and is exempt from CFF. Any and all roll off accounts with a roll off container on site beyond 30 days must be transported to a designated facility in the Plan of Operations and be considered for assessment and remittance of CFF. Only those commodity items delineated in F.S 403.703 as recovered materials, which have a known recycling potential, can be feasibly recycled and have been diverted and source separated are exempt from the assessment of CFF. The exclusive service provider shall assess and collect the commercial franchise fee from all commercial collection accounts being serviced under this exclusive franchise agreement. The exclusive service provider shall remit fees collected on those accounts to the County equal to 15 percent of its monthly total gross receipts for all of its accounts which are located in the exclusive service areas. The CFF shall be remitted to the County by the exclusive service provider on a monthly basis. CFF payments are due to the County on the 15th of the month following service month on gross revenue collected for each account. If the CFF is not received by the 15t of the month from the exclusive service provider, an additional monthly surcharge, equal to 1.5% per month, or.18% per annum of the CFF for the preceding month, shall be payable to the County for each month the payment is delinquent. Additionally, the exclusive service provider shall pay all the collection expenses, including court costs and reasonable attorneys fees in the event that the County must employ these efforts to collect outstanding CFF. HOW TO CALCULATE A MONTHLY DUMPSTER INVOICE MONTHLY COLLECTION COSTS SIZE OF DUMPSTER TIMES #I OF COLLECTIONS PER WEEK TIMES 4.33 (AVE WKS/MOITIMES THE COLLECTION RATE/CUBIC YARD MONTHLY DISPOSAL COSTS SIZE OF DUMPSTER TIMES # OF COLLECTIONS PER WEEK TIMES 4.33 (AVE WKS/MO) TIMES THE DISPOSAL RATE/ CUBIC YARD TOTAL DUMPSTER INVOICE COLLECTION COST + DISPOSAL COST + OTHER SPECIAL SERVICES TIMES 1.15% COMMERCIAL FRANCISE FEE = TOTAL INVOICE OTHER SPECIAL CONTAINER SERVICES AVAILAB Rolling out commercial cart Rolling out commercial container Opening/Closing gates or doors Container locking mechanism (one-time fee) Unlocking containers Supply/retrofitting locking mechanism Adding/Changing wheels on containers Adding/changing lids on containers Moving Container location, per customer request Changing out sizes (above 2x per year) E ESTABLISHED RATES $1.00 per collection $2.70 per collection No Charge $9.00 one-time fee $1.35 per collection/event $55.00 each, per request No Charge No Charge No Charge $25.00 Add 15% for commerclal franchise fees to the figures listed above Rates for these services will be held firm for the full term of the agreement Page 15 0E64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 25.3 RESPSONSIBILITY REVIEW CRITERIA The Bidder shall demonstrate to the satisfaction of the County that it has the experience; equipment and financial strength to satisfactorily perform the services required under this contract by providing the following: 25.3.1 Upon request, Bidder shall provide three (3) references from municipal contracts which have a minimum term of three years in which the Bidder is providing similar residential collection services with a minimum of 5,000 residential units. 25.3.2 Bidder shall provide to the satisfaction of the County the proper equipment, staffing, and resources to satisfactorily perform under this contract, including: • At least one clam shell/claw truck available to collect bulk trash and vegetation in unincorporated service areas. • At least one compaction collection vehicle necessary to complete daily recycling collection routes as scheduled for nominal 65 gallon recycling carts. At least two compaction collection vehicles necessary to complete daily solid waste and bulk collection routes as scheduled. • At least one compaction collection vehicle necessary to collect commercial container accounts in unincorporated Broward County. c Vendor to have at their disposal the requisite back up equipment necessary to collect residential and commercial solid waste and recyclables from nominal 65 or 95 gallon carts and commercial containers. The County's Contract Administrator may conduct a site visit. • Vendor shall have customer service staff in place to receive telephone calls from the County's Customer Service Center, a computer tracking system for service requests, provide a Route Supervisor to respond to service related issues and possess a communication system to conduct dispatching services. 25.3.3 Upon request, Bidder shall demonstrate sufficient financial resources to successfully perform under this contract. Upon request, the Bidder agrees to supply the County for review (in Broward County) financial records for the last two (2) years to determine financial strength and stability to provide service and sustain a contract of this magnitude for the term of the contract. 25.3.4 Bidders shall be in full compliance with all Broward County laws, regulations, ordinances and franchise arrangements to be considered as a responsible Bidder. 25.3.5 Upon award of franchise, designated county staff and representatives of the awarded franchisee will meet and develop a transitional plan for uninterrupted solid waste and recycling collections in the unincorporated service areas of Broward County. This plan would include alternative plans in the event carts or other collection equipment is not available at the start of this agreement. Page 16 of 64 PREVIOUS CONTRACT NO. N/A BID SHEE1 BID NO. G0924908B i SOLID WASTE AND RECYCLING SERVICES FOR UNINCORPORATED BROWARL COUN11' NON. -SHELTERED MARKET1 TO: BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA All blanks have been filled in, BID SHEET is attached to the completed "Invitation For Bid" and returned herewith. In accordance with all terms, conditions, specifications and requirements, the bidder offers the following: SEC1ION 1 (ITEMS RESIDENTIAL COLLECTION SERVICES Item No. Description Unit Price Units Monthly Cost Annual Cost 1 Residential Collection Services $ ! - 1 `'1 4,060 $ : .. - $ 11 .7 ='. 'i `1 ) •(.- r (Unit Price x 4,060) (Monthly Cost x 12) 2 MSW Disposal Allowance per unit Pre -established Price $ i 0.91 * 4,060 $ 44,294.60 $531,535.20 JUnit Price x 4,060) (Monthly Cost x 12) 3 Bulk Disposal Allowance per unit' Pre -established Price $1 21 * 4,060 $ 4,912.60 $58,951.20 (Unit Price x 4,060) (Monthly Cost x 12) SUBTOTAL (ITEMS 1-3) $ IA, ¢. 4,060 $ (.-•- 1 _=/•,(.-f. • $ '.:.:) `'0 3.c P 4 . )f (Unit Price x 4,060) (Monthly'Cost x 12) 4 Residential Franchise Fee @ 10% $ t� 4,060 ,. $ t.;:1 t_ :.:1 - i I:o $ 71': ..:2, `i 1"."1 10% of • subtotal amount (Unit Price x 4,060) _ (Monthly Cost x 12) TOTAL SECTION 1 PRICE (ITEMS 1-4) $16,, 35. 4,060 $ i.: i.i,-= ( f $ 11(,, 3 -1-T, i.,� (Unit Price x 4,060) (Monthly Cost x 12) The County, through the Contract Administrator, reserves the right to add and/or delete locations. *Residential Waste Generation Factor is 1.66 Ions. The MSW (Municipal Solid Waste) portion is estimated at 1.32 tons per unit per year with a disposal factor of $99.20 per ton. Bulk waste materials are estimated at .34 Ions per unit per year with a disposal factor of $43.00 per ton. Disposal fees are limited 10 the disposal allowance. The disposal fee shall not be subject to any CPI adjustment, but shall be adjusted if the disposal site adjusts the hp fee or an alternative disposal facility is designated by the County. The County reserves the right to conduct annual waste generation studies to accurately determine the quantity of waste generated by unincorporated residents and will revise the residential waste generation factor accordingly. r'• ; NAME OF COMPANY: L 11 C 1( tt r •_i t )1k i t lri tilt.i�'ii•I').��./t.( - r Page 17 of 64 PREVIOUS CONTRACT NO. NIA BID NO. G092490881 BID SHEET (Continued) SECT ON 2 (ITEMS 5.7) COMMERCIAL CART COLLECTION: UNINCORPORATED CENTRAL BROWARD COUNTY. NOMINAL 65-GALLON CART item No. • Description Per Collection Collections Monthly Cost Annual Cost Comrercial Collection Services (Nominal 65-gallon Cart) $• 50 $ ire 5 ` $ I. C) St:? -• c (Unit Price x 50) (Monthly Cost x 12) 6 Disposal Cost (Nominal 65-gallon . Cart)* Pre -established Price $3.32*. 50 • $166.00 . $1,992.00 (_Unit Price x 50) (Monthly Cost x 12) • SUBTOTAL (ITEMS 5-6) $3. tr' i • 50 $ 35 ): )' $ 3. til aCC. • .(Unit Price x 4,060) (Monthly Cost x 12) 7 Commercial Franchise Fee @ 15% $ is t re-:, 50 _. $3`y y 6 3 $ 45c.. 30 15%of subtotal amount (Unit Price x 50) (Monthly Cost x 12) TOTAL SECTION 2 PRICE (ITEMS 5.7) ; 50 $ 3:s i i 53 (Unit Price x4,060) _ (Mon 1 Iy Cost x 12) The County, through the Contract Administrator, reserves the right to add andfor delete locations. *The Disposal factor is calculated at .0496 cents per pound estimating 67 pounds for'/ cubic yard per cart, each collection. NAME OF COMPANY: C. IleN i C e fr r ; v t i"t7, r ;n' .;r i ct.\ S° 1Vtt' E .S :- i e ci+Ct Page 18 of 64 PREVIOUS COb!TEtACT NO. N BID SHEET (Continued) BID NO. G0924908B1 SECTION 3 (ITEMS 8-10) COMMERCIAL CART COLLECTION: UNINCORPORATED CENTRAL BROWARD COUNTY. NOMINAL 95-GALLON CART Item No. Description Per Collection Collections Monthly Cost Annual Cost 8 Commercial Collection Services (Nominal 95-gallon Cart) • $ r ; •• 50 S ? fin` $ l C S �+ : 6, C (Unit Price x 50) (Monthly Cost x 12) 9 Disposal Cost (Nominal 95-gallon Cart)' Pre -established Price $3.32` 50 $166.00 $1,992.00 (Unit Price x 50) (Monthly Cost x 12) SUBTOTAL (ITEMS 8-9) $ : ( r- 50 S.-`7 �_*$ t✓' � £�ci $ 7 . D, C.C.; (Unit Price x 50) (Monthly Cost x 12) 10 Commercial Franchise Fee @ 15% 50 $ '' ?. (:`3 `7 56, (; 15% of subtotal amount (Unit Price x 50) (Monthly Cost x 12) TOTAL SECTION 3 PRICE (ITEMS 8.10) $`. , 3 •) 50 $' q J 63 11 $3• 40 , 3 £ (Unit Price x 50) (Monthly Cost x 12) The County, through the Contract Administrator, reserves the right to add and/or delete locations. `The Disposal factor is calculated at .0496 cents per pound estimating 67 pounds for % cubic yard per cart, each collection. NAME OF COMPANY: �� ilr'• i t: c i- itivt ir �`� iK-i— tc1\ Page 19 of 64 PREVIOUS CONTRACT NO. N/A BID SHEET (Continued) BID NO. G0924908B1 SECT ON 4 (ITEMS 11.13) COMMERCIAL CONTAINER COLLECTION: UNINCORPORATED CENTRAL BROWARD COUNTY Item No. Description Per Cubic Yard Cubic Yards Monthly Cost Annual Cost 11 Collection- per cubic yard - ?. ! ,.,a 4,400 ' � r� $ ' ���`o r£ C $ t. ?� :, "f _ (Per cubic Yard Price x 4,400) {Monthly Cost xt12) 12 Disposal Cost - per cubic yard* Pre -established Price $6.66"` 4,400 $29,260.00 $351,120.00 (Per Cubic Yard Price x 4,4)00) (Monthly Cost x 12) SUBTOTAL (ITEMS 11-12) $ • . 1 ;11.. 4,400 $ '-''' `, ``i�`i!'. (.t_I (Per Cubic Yard Price x 4,400) (Monthly Cost x 12) 13 Commercial Franchise Fee a@ 15% • t ; $ t . 4.1 4,400 e $ r I • k:.:. `` .. r%' t �' ' L 15% of amount subtotal (Per Cubic Yard C Price x 4,400) (Monthly Cost x 12) TOTAL SECTION 4 PRICE (ITEMS 11-13) $ { n .�::t •.'E'" 4,400 $4 5go, e) $ fit . 55v.`•,C0 (Unit Price x 4,400) (Monthly Cost x 12) The County, through the Contract Administrator, reserves the right to add and/or delete locations. *The Disposal factor is calculated at $.0496 per pound estimating 134 pounds for 1 cubic yard. .•. NAME OF COMPANY:.. !1i.sC C. i 1.. ''' ' -� , �4�� ,rfl Page 20 of 64 PREVIOUS CONTRACT WO. N/A BID SKEET (Continued) BID NO, G0924208B1 SECTION 5 (ITEMS 14-16) ROLL-OPP CONTAINER SERVICE; OPEN TOP; NON -COMPACTING; PERMANENT/OVER 30-DAYS [tem No. Description Unit Price Units Total Monthly Cost Annual Cost 14 Haul Rate: per haul • ::A.,--) g",...' $ ... 60 Estimated Hauls : ' $ 1! , -.).f. .1. , ( ' t. • - (Unit Price x 60) Per Haul 15 Disposal Cost: per cubic yard' Pre -established Price .* $1505 1800 Estimated Annual Cu. Yards 1. -: •- . . $27,090.00 (Unit Price x 180) SUBTOTAL (ITEMS 14-15) Z.:); , 1'' , (Items 14-15) 16 Commercial Franchise fee © 15% : . • .• '' . , . . ' $ %-..7:--)/ :::..:::.i. (15% of subtotal amount) TOTAL SECTION 5 PRICE (ITEMS 14-16) stC The County, through the Contract Administrator, reserves the right to add and/or delete locations. 'Disposal factor is calculated using* 4.55 tons © $99.20 = $451.36/ 30 cubic yard container = $15.05 per cubic yard. Bidder must incorporate any fees for delivery charges and rental charges into a flat hauling rate for each container. , • '"'" • _ A NAME' OF COMPANY:' L._ fC.. 1.7.; i iC:t t_) (CV* , Page 21 OF 64 PREVIOUS CONTRACT NO. N/A. BID SHEET (Continued) SECT ON 6 (ITEMS 17-19) COMPACTOR CONTAINER SERVICE • BID NO, G0924.908B1 Item No. Description Unit Price Units Total Months Cost Annual Cost 17 Haul Rate: per haul ; , 4 f . $ } L jk- Z 24 Estimated Annual Hauls .. • $A EC L Cif,) (Unit Price x 24) Per Haul 18 Disposal Cost: per cubic yard' Pre -established Price $24 g7* 720 Estimated Annual Cubic Yards • $17 378 4d (Unit Price x 720) SUBTOTAL (ITEMS 17.18) $ C4 1, J ..' jC ' (Items 17-18) 19 Commercial Franchise fee 15% i • • i s' F' :. (15°Io of subtotal amount) TOTAL SECTION 6 PRICE (ITEMS 17-19) $ Sit el. 3(c ).1(: . The County, through the Contract Administrator, reserves the right to add and/or delete locations. 'The disposal factor is calculated using *7.55 tons @99.20 = 748.96/ 30 cubic yard compactor = $24.97 per cubic yard. Bidders must incorporate any fees for delivery charges or rental charges into the flat hauling rate per container. This does not include equipment rental charges for compactors and waste reduction equipment. NAME OF COMPANY: r..;1Ct?t=-ri tc'r"ticn Ii`�Ct..\S .rt.SI!'Ct.4cti`f•t,�-NC.'. Page 22oF64 PREVIOUS CONTRACT NO. NIA SECTION 7 (ITEMS 20-241 OPTtO BID SHEET (Continued) AL RESIDENTIAL SERVICES* BID FIO. G0924908B1 Item No. Description Unit Price Units Monthly Cost Annual Cost 20 Recycling Collection; twice per month; RATE REDUCTION from Item No. 1, -$..Z - 4,060 - t ($,'. J. :.. • C) (S.i • 3.4;4� ,. •', ) Rate reduction from Rem No.1 per month per month (Unit Price x 4,060) (Monthly Cost x 12) 21 Recycling Collection, rewards program $ (,'- ,; i' 4,060 $`). . I it ,61. $1i is 'IT. , {i'i (Unit Puce x 4,060) (Monthly Cost x 12) 22 Additional cart rental per month- garbage (billed by the contractor per Attachment "A" Segment 8.7) $ i a .; `•. 200 ,, . $•.-.( •t : i_ ; . $ -1, E cr. i.° , ( t (Unit Price x 200) (Monthly Cost x 12) 23 Additional cart rental per month- recycling (billed by the contractor per Attachment "A" Segment 8.7) =- -' $ : _ ' ' `' 400 ` (' r $ "l . (.' < <.. L. $.. f)t ( (.i . , ; r 7 (Unit Price x 400) (Mont)Cost x 12) SUBTOTAL (ITEMS 21 + 22 + 23 - 20) = $ ..j %' 4,060 c_ $ ..+i `, I{;., : t t • i �'• $ ' , I (f-1, i :" I (Unit Price x 4,060) {Monthly Cost x 12) 24 Residential Franchise fee @ 10% 4,060 _ $1 ' , to $ :, 6`i : ''.'; : '4. 10% of subtotal amount (Unit rice e x 4,060) (Monthly Cost x 12) TOTAL ANNUAL PRICE (SUBTOTAL AMOUNT + ITEM 24) ;" ' , "' ~ ., *The County intends to award SECTIONS 1, 2, 3, 4, 5 and 6 to the single lowest responsive, responsible bidder. SECTION 7 will be awarded if determined to be in the best interest of the County, to the awarded vendor of SECTIONS 1, 2, 3, 4, 5 and 6. Should the prices offered show evidence of an unbalanced bid price, such bid may be rejected. NAME OF COMPANY: ,t ir• ri•' r t(A AUTHORIZED SIGNATURE: .,1 / - 1 By signing this bid sht your firm is agreeing to the terms and conditions of the Invitation for Bid. Page 23 of 64 PREVIOUS CONTRACT NO. N/A BID NO. G0924908B1 BID SHEET (Continued) SOLID WASTE AND RECYCLING SERVICES FOR UNINCORPORATED BROWARD COUNTY (E ON.SMELT EKED MARKET) Vendor represents that its business Is regufari ngaged in and routinely sells the product(s) offered within this bid. YES NO 0 Vendor affirms that it is an authorized dealer/seller of the product(s) offered herein on or before the opening date, and warranty offered is the manuf, ayturer's warranty with Broward County recorded as the original purchaser. YES , NO ❑ Broward•County reserves the right to request proof thereof prior to award. Bid results will be posted to the Broward County Purchasing website at htto:/lbroward.oralPurchasing/Pages/SolicitationResult ,asox, INSURANCE EXCEPTION REQUESTS: In accordance with Paragraph 10.6 of "Special Instructions to Bidder" Indicate if an exception to Insurance requirements is being requested. Be specific and state reason: • Ll ACCEPTANCE OF CREDIT CARDS: The County is considering making faster payments to our vendor community, in doing so we would prefer to make payment using Visa credit card. Would your company accept Visa credit card as payment from Broward County? YES*0 !O 0 PREFERENCES: DO YOU QUALIFY FOR THE LOCAL PREFERENCE CLAUSE? YES 'qi NO 0 DO YOU QUALIFY FOR THE DOMESTIC PARTNER CLAUSE? YES NO 0 NAME OF COMPANY: C W C�` �--{� t . ::`'l l91e.nit ::';eta' i (f'.0 oc-f3 I i.t. k Qk Page 24 of 64 PREVIOUS CONTRACT NO. WA BID NO. G0924908B1 OTHER GOVERNMENT ENTITIES: THE UNDERSIGNED BIDDER WILLEXTEND THE SAME PRICE, TERMS AND CONDITIONS TO OTHER GOVERNMENTS LOCATED IN BROWARD COUNTY DURING THE PERIOD COVERED BY THIS CONTRACT, IF REQUESTED. O YES 1. VENDOR FAX # 4 I -1 N0 WILL THIS PRICING BE EXTENDED TO OTHER GOVERNMENTS LOCATED IN DADE OR PALM BEACH COUNTIES? O YES XNO OTHER GOVERNMENTS LOCATED WITHIN THE STATE OF FLORIDA? O YES WO ADDENDA: LIST BELOW ALL ADDENDA (IDENTIFIED BY NUMBER) THAT YOUR COMPANY HAS RECEIVED MD HEREBY ACKNOWLEDGES SINCE ISSUANCE OF THIS BID: NOTICES TO BIDDER: 1. PLEASE COMPLETE APPLICABLE INFORMATION ON THE FACE OF THE INVITATION FOR BID/BIDDER ACKNOWLEDGMENT FORM (IFB). IF THE COUNTY DOES NOT HAVE THE CORRECT INFORMATION, PAYMENTS CANNOT BE MADE TO YOUR FIRM. 2. BE SURE TO HAVE THE INVITATION FOR BID, [BIDDER ACKNOWLEDGMENT FORM) SIGNED BY AN AUTHORIZED REPRESENTATIVE OF YOUR FIRM OR YOUR BID WILL NOT BE CONSIDERED RESPONSIVE. NAME OF COMPANY: C_.\16 C'EL CC. /3 rie kS rOckl Calk j Page 25 OF 64 JUJIU Wilble ifU i yG1111g JCCVIGCS IUI WIII1i Ui}IUIQWLL I)J1.011,OI4 wwn� List of Addenda Acknowledged by Choice and included as part of the bid Addendum Number Date Issued 1 April 22, 2011 2 April 26, 2011 2 PREVIOUS CONTRACT NO.14/A BID NO. G0924908Bf VENDOR QUESTIONNAIRE -SUPPLEMENT TO BID SHEET INFORMATION CONTAINED IN THIS DOCUMENT WILL BE USED BY THE COUNTY IN DETERMINING 1 HE RESPONSIBILITY OF A BUDDER. THERE MUST BE A RESPONSE TO ALL QUESTIONS IN THIS DOCUMENT. INFORMATIONS MUST EITHER BE PROVIDED OR AN INDICATION OF "NONE" OF APPROPRIATE). DO NOT USE "NIA" AS A RESPONSE TO ANY QUESTION. THIS COMPLETED FORM, INCLUDING A RESPONSE TO ALL QUESTIONS, SHOULD BE SUBMITTED WITH THE BID; HOWEVER, IT MUST BE SUBMITTED WITHIN FIVE (5) WORKING DAYS OF THE COUNTY'S REQUEST. FAILURE TO PROVIDE THE COMPLETED FORM MAY RESULT IN THE BID BEING DEEMED NON -RESPONSIVE. The undersigned authorized representative of the Bidder certifies the truth and accuracy of all statements and the answers contained herein. 1. How many years has your organization been in business? IA. What type of service/commodity does your company offer?' 1 becf . 1'.i. 9./ '+i.. ! t' t�..fit! �v t l?o 1 f Y C 4rp_ ft l 1:/CS a jj i�t ( 1 Q J `.' �. �....f\/ ! f r c {iAyi !,r i�.'i f 1 � w .. ii r! 2. What is the last project of this nature that you have completed? (' c``; \ a t~ U Cot of -t-- 3. Have you ever failed to complete any work or not timely shipped commodities awarded to you? If yes, when and why? NAME OF COMPANY: h('ICe ;f`f-trac,vl ak . N e.s o vicLLpa p:k -T.-4 K Page 26 of 64 PREVIOUS C©NTE"s.A.CT NO. NIA BID NO. G0924908E1 VENDOR QUESTIONNAIRE -SUPPLEMENT TO BID SHEET (Continued) 3A. Give owner names, addresses and telephone numbers, and surety and project names, for all projects for which you have performed work, where your surety has intervened to assist in completion of the project, whether or not a claim was made. 4. Give names, addresses and telephone numbers of three individuals, corporations, agencies, or • institutions for which you•have•performed work or sold pimil r commodities to: , y iti... , , 4,1. t._.. 'e t-•.€ i A t.- . -:" 1-('.d i(i'= : (c k': 6 r.% F-- t: Lit i (.ii*? i i ct t , t— .-.i :-.;..%i iC L` i-5.; 3 S':. t. ' 5C .5 1(Name) (Address) , (Phone No.) ,i ,:;;a i,...i t IU.$"�,. i a_LI 4 := .. -jiiitt .'�. ;.).'',: 4.2.(.t`tt;i:c�( r'";;j41 �VJZL' �� aw,I)1'S 5; %'R‘`$81` 4 ' s=o)t� T:..),_.� 8j.'(..:i (Name) (Address) (Phone No.) 140 ,{ Or-liCUEiI$l t:k.Ct,Fr:.33ieta (c;5) - , 3- =-C:C"C, J (Address) (Phone No.) 4.3. 111 jiiC)1 t T5fC'C �1 (Name) 5. List the following information concerning all contracts in progress as of the date of submission of this bid. (In case of co -venture, list the information for all co -venturers.) TOTAL DATE OF % OF NAME OF OWNER & CONTRACT COMPLETION COMPLETION PROJECT PHONE NO. • VALUE PER CONTRACT TO DATE i4 zL G(r' i'L r't t' -,tL� C�; k` kxt r.,`; '" J c 1"i - [ t: attar ((.' s (' ` CL t [LLC tit: - AG j F S ..o (Continue Liston insert sheet, if necessary.) A-ta.��i irer'1Ct .i t okJ 'kecG�f Vic' 1 6. Has a representative of the Bidder completely inspected the proposed project site and does the Bidder have a complete plan for its performance? ,,. 1 r. NAME OF COMPANYf: {_ i" '„1'{:.3 '=- ,� tt• C-�' t �, ; Y.a"i?, a.t�; ,� � c { : r (_. i" f [:J 4 : �: t+: F S �. S • 1., � F j � 1. t . � {r L . Page 27 of 64 Vendor Questionnaire Response to Item #5 Name of Project Owner & Phone Total Contract Value Date of Completion % of Completion City of Fort Lauderdale— Recycle City of Fort Lauderdale (954) 828-5054 $14,929,611 +/- 06/2011 90% City of Fort Lauderdale —Solid Waste City of Fort Lauderdale (954) 828-5452 $10,241,877 +/- Contract Complete 2001 Renewal 03/2011 45% PREVIOUS CONTRACT NO. MIA BID NO. G0924908B1 VENDOR QUESTIONNAIRE - SUPPLEMENT TO BID SHEET (Continued) 7. State the name of your proposed project manager and superintendent and give details of his or her qualifications and experience in managing similar work. 8. State the true, exact, correct and complete name of the partnership, corporation or trade name under which you do business and the address of the place of business. (If a corporation, state the name of the president and secretary. If a partnership, state the names of all partners. If a trade name, state the names of the individuals who do business under the trade name). 8.1 The correct name of the Bidder: (..' h6t i (' y4 ; ; Cw ,', tilia '‘; ; C_ t s 8.2 The business is a (Sole Proprietorship) (Partnership) (Corporation) ,P principal place•-r �- 8.3 The address of rinci al of business: = >� !_ - � ,�t.� t�-l� lf�• f r- � � C.{ 8.4 The names of the corporate officers, or partners, or individuals doing business under a trade name, are as follows: tri 4 • Stv 'e V 1 C car; t) l (i (-' k-i t o` •tcCc:' ( (t: t' ,•1CL``fiei''SIdCdit e rfs;C..'ten T- (! i•i� r 19,+1(=_ Pr -es idenl' St•Y' 641 `." Cq cV 1 / Sec rejci r�/ 8.5 List all organizations which were predecessors to Bidder or in which the principals or officers of the Bidder w re principals or officers. NAME OF COMPANY: Chi �i�t tU�'t C tA`:►iliCiTte \ C l t (eS (f 1310coa ktrz iJ-LA1C: , Page 28 of 64 PREVIOUS COHI"AGT NO. N/A BID NO. G0924908B1 VENDOR QUESTIONt'!AtRE - SUPPLEMENT TO BM SHEET (Continued) 8.6 Lisi and describe all bankruptcy petitions (voluntary or involuntary) which have been filed by or against the Bidder, its parent or subsidiaries or predecessor organizations during the past three (3) years. Include in the description the disposition of each such petition. a 8.7 List and describe all successful Performance or Payment Bond claims made to your surety(ies) during the last three (3) years. The list and descriptions should include claims against the bond of the Bidder and its predecessor organization(s). 8.8 List all claims, arbitrations, administrative hearings and lawsuits, including presently active, brought by or against the Bidder or its predecessor organization(s) during the last three (3) years. The list shall include all case names; case, arbitration or hearing identification numbers; the name of the project over which the dispute arose; a description of the subject matter of the dispute; and the final outcome of the claim. Broward County uses the Clerk of the Courts website for Miami -Dade, Broward and Palm Beach Counties and the Regional Resource Database: PACER (Federal). �..i • 8.9 List and describe all criminal proceedings or hearings concerning business related offenses in which the Bidder, its principals or officers or predecessor organization(s) were defendants. - .) 4 -411 LA I. .f NAME OFCOMPANY:(1)r;i ti'Ic= t'r-'5'f B; t[;i,f 1jul. Page29oF64 The following is in response to No. 8.8 and 8.9 of the Vendor Questionnaire: This bid requests that we identify all litigation in which the company has been named as a party for the past three (3) years. Please be advised that the Company is not and has not, for the last three (3) years, been named as a party in any substantive litigation that has had, or is likely to have, a material effect on its financial condition, the conduct of its business or its operations. 3101 NW 16th Terrace, Pompano Beach, FL 33064 • Tel: 954-3494735 • Fax: 934-349-9483 fs:% www.cholcewaste.com PREVIOUS CONTRACT NO. W/A BID NO. G0924908B1 VENDOR QUESTIONNAIRE - SUPPLEMENT To BID SHEET (Continued) 8.10 Has the Bidder, its principals, officers or predecessor organization(s) been debarred or suspended from bidding by any government during the last three (3) years? If yes, provide details. Onlv Applicable to Living Wage Contracts In the interest of determining what, if any, fiscal impact(s) are a result of complying with the living wage requirements for this bid, please provide the following data for informational purposes only. The response shall not be considered in determining the award of this Contract. The living wage requirements have: (Check one) X. Had no effect on the total price of this bid. ❑ Increased the total price of this bid by %. D Decreased the total price of this bid by %. VENDOR REMINDER: For those vendors activated in Vendor Self -Service (VSS), it is extremely important that you review/update your vendor profile at https://bcvss.broward.org on a regular basis. To properly inactivate or add an address, please use the instructions at: http://www. broward. orq/Purchasing/Documentsfaddressupdate.pd f. For VSS assistance or for instructions on how to create a VSS account, please email bcvss r(i.broward.orq. NAME OF COMPANY: C._'N/tcc' rJt t'ill M'er'ii' (li'tt;. S C%r13re.)tcarci, Page 30 OF 64 PREVIOUS CONTRACT NO. N/A `-'-� COUNTY BID ISO. G092490BB1 FINANCE AND ADMINISTRATIVE SERVICES DEPARTMENT PURCHASING DIVISION 115 S. Andrews Avenue, Room 212 ' Fort Lauderdale, Florida 33301 i 954-357-6065 FAX 954-357-8535 VENDOR'S LtST(NON-CERTIFIED SUBCONTRACTORS AND SUPPLIERS INFORMATION1 THIS FORM SHOULD SE SUBMITTED WITH THE BID; HOWEVER, IT MUST BE SUBMITTED WITHIN 5 CALENDAR DAYS OF COUNTY'S REQUEST. 4 pF{' j 7r Provide this Information for any sub vendorts) who will provide a service to the County for this solicitation. Thls Includes major suppliers as well. 1. Firm's Name: 2. Firm's Address: 3. Firm's Telephone Number: 4. Contact Name and Position: Firm Email Address: 5. Alternate Contact Name and Position: 6. Alternate Contact Telephone Number: 7. Bid/Proposal Number: Email Address: Contracted Amount: 8. Type of Work/Supplies Bid: Award Date: 1. Firm's Name: 2. Firm's Address: 3. Firm's Telephone Number: Firm Email Address: 4. Contact Name and Position: 5. Alternate Contact Name and Position: 6. Alternate Contact Telephone Number: 7. Bid/Proposal Number: 8. Type of Work/Supplies Bid: Email Address: Contracted Amount: Award Date: I certimiffed In this report Is in fact true and correct to the best of my knowledge 0411VgV/ ►VW(1(t✓�( tI�c� eI. Secr.' 't\l y 2 6- (� Title Date Note: the information provided herein is subject to verification by the Purchasing Division. Use additional sheets for more subcontractors or suppliers as necessary. rj� 1 ty SCik( 6gTr.)_24-C-1 LiSea pk.R_C-0111 i... 61 i -.J c- 1 fr) 1 . FY -b T'CJ.I d41 O B Page 31 of 64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 ATTACHMENT "A" SPECIFICATIONS ITEM DESCRIPTION & SPECIFICATIONS VENDORS SHOULD SHOW WHAT IS OFFERED INCLUDING ANY DEVIATIONS FROM THE DESCRIPTION AND SPECIFICATIONS. THE PRODUCT OFFERED BY THE BIDDER MUST ON AN OVERALL BASIS BE EQUAL OR GREATER IN QUALITY OR PERFORMANCE THAN THE BID SPECIFICATIONS. BROWARD COUNTY RESERVES THE RIGHT TO BE THE SOLE JUDGE OF WHAT IS EQUAL AND ACCEPTABLE. BIDS WHICH DO NOT COMPLY WITH THESE REQUIREMENTS ARE SUBJECT TO REJECTION. FURNISHING SOLID WASTE COLLECTION SERVICES — Central County SEGMENT 1 DEFINITIONS 1.1 Biomedical Waste - shall have the meaning set forth in Section 403.703, Florida Statutes, and applicable regulations under the Florida Administrative Code. 1.2 Bulky Waste - shall mean "White Goods and Furniture" and other large items that exceed regular weight (fifty pounds) or size restrictions (four feet in length). "Bulky Waste" does not include any excessive form of matter or debris resulting from land clearing, land development, or major building demolition debris. "Bulky Waste" does not include automobiles and automotive components, boats, intemal combustion engines, "Hazardous Waste" or "Biomedical Waste" 1.3 Commercial Collection Service - shall mean all collection and disposal of "Commercial Solid Waste" from commercial and industrial establishments, "Multifamily Dwellings," "Condominiums," and mobile home parks, as designated by the Broward County Property Appraiser, and all roll -off container service, including such service provided to construction sites. 1.4 Commercial Container - shall mean all roll -off containers and any commercial container of one (1) cubic yard or more designed or intended to be mechanically dumped into a loader packer type garbage truck. It also includes carts in various sizes whether collected with a semi automated or automated collection vehicle. 1.5 Commercial Solid Waste - shall mean Garbage, Trash, and other discarded items resulting from the activities of commercial and industrial establishments, "Multifamily Dwellings," "Condominiums," and mobile homes located in mobile home parks, excluding "Hazardous Waste," and "Biomedical Waste." 1.6 Condominium - shall mean multifamily residential apartment buildings that are on the Broward County tax rolls as condominium ownership and assessment (Land "User Code" 04). 1.7 Contract Administrator - The Broward County Administrator, the Director of the Broward County Recycling and Contract Administration Division, or the designee of such County Administrator or Director. The primary responsibilities of the Contract Administrator are to coordinate and communicate with SECOND PARTY and to manage and supervise execution and completion of the Scope of Services and the terms and conditions of this Agreement as set forth herein. In the administration of this Agreement, as contrasted with matters of policy, all parties may rely on the instructions or determinations made by the Contract Administrator; provided, however, that such instructions and determinations do not change the Scope of Services. 1.8 Contract (or Agreement or Bid) - means this document. 1.9 Contractor - shall mean company awarded Contract by the County, including its employees, servants, partners, principals, and agents. Page 32 4F 64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 ATTACHMENT "A" (Continued) 1.10 County - shall mean the Board of County Commissioners of Broward County. 1.11 County Holidays - for the purposes of this agreement shall mean Thanksgiving Day and Christmas Day or when the Designated Disposal Facility is closed. 1.12 Designated Disposal Facility - shall mean the place or places in Broward County specifically designated in writing by the Contract Administrator for the disposal of "Residential Solid Waste", and "Commercial Solid Waste." 1.13 Designated Recovery Facility - shall mean the recycling/ processing center(s) designated by the Contract Administrator for the recovery of Recyclable Materials. Each facility(s) shall be equipped to receive all Recyclable Material and shall be located in Broward County 1.14 Garbage - shall mean all kitchen and table food waste, animal, or vegetative waste that is attendant with or results from the storage, preparation, cooking, or handling of food, materials, excluding "Hazardous Waste" and "Biomedical Waste." 1.15 Garbage Receptacle - shall mean a durable 95-gallon wheeled cart with tight fitting lid that is mechanically dumped into the collection vehicle. All Garbage Receptacles shall be marked in a manner approved by the Contract Administrator and include RFID or other readable mechanism to track participation. Garbage Receptacles shall be purchased, delivered and maintained by the Contractor throughout the term of the agreement and any approved contract extensions. General "cart" specifications are described at Segment 10. 1.16 Hazardous Waste - shall have the meaning set forth in Section 403.703, Florida Statutes, and applicable regulations under the Florida Administrative Code. 1.17 Material Revenue — shall mean the net revenue from the sale of the Recyclable Materials after delivery by the CONTRACTOR. Net revenue shall be those funds derived from the sale of the Recyclable material less any and all contractual obligations to the Designated Recovery Facility and any and all costs as determined by the Contract Administrator 1.18 Multifamily Dwelling - shall mean a residential building, or buildings, which contain ten (10) or more Iiving units (Land "User Code" 03). 1.19 Recycling Containers shall mean a durable 64-gallon wheeled cart with tight fitting lid that is mechanically dumped into the collection vehicle. All Recycling Containers shall be marked in a manner approved by the Contract Administrator and include RFID or other readable mechanism to track participation. The Recycling Containers shall be purchased, distributed and maintained by Contractor and on behalf of the County for the intended uses as a receptacle of Recyclable Matenal. General "cart" specifications are described at Segment 10. 1.20 Recyclable Materials - shall Include newspapers and inserts; mixed paper (including, magazines, catalogs, office paper. shredded paper, envelopes, junk mail, chipboard, phonebooks and kraft bags); corrugated cardboard; glass food and beverage containers (clear, brown, green); aluminum cans; Steel and bimetal food and beverage containers; aerosol cans; PET plastic bottles; Natural HDPE plastic bottles; Colored HDPE plastic bottles; Aseptic or polycoated food and beverage containers; and other recyclables which may be designated, if mutually agreed by the COUNTY and CONTRACTOR for separation, collection and/or processing as part of the program if additional Recyclable Materials and viable markets are identified 1.21 Residential Curbside Collection refers to collection, transportation and recovery of Recyclable Materials by Contractor from participating Residential Units. Page 33 of 64 PREVIOUS CONTRACT NO. NIA. BID NO. G0924908B1 ATTACHMENT "A" (Continued) 1.22 Residential Collection Service - shall mean collection and disposal of "Residential Solid Waste" from "Residential Units." "Residential Collection Service" shall be mandatory in the "Unincorporated Area." 1.23 Residential Program Recyclables — shall mean the materials as described in Recyclable Materials which are generated and collected at Residential Units or Multifamily Dwellings. 1.24 Residential Solid Waste - shall mean "Garbage," "Trash," "Bulky Waste," and other discarded items resulting from the normal housekeeping activities of a "Residential Unit," excluding "Hazardous Waste," and "Biomedical Waste." 1.25 Residential Unit - shall mean one single family dwelling or one living unit of a "Multifamily Dwelling° with less than ten (10) living units in a single structure. "Residential Units" shall include the following types, together with the Land "User Codes" employed by the Broward County Property Appraiser: Property Type User Code Single Family 01 Multifamily (9 units or Tess) 08 "Residential Unit" shall not Include, for the purposes of this Agreement, residences which have been previously determined by the "Contract Administrator" to be exempt from the special assessment levied to pay for services provided under this agreement prior to January 1, 2012. 1.26 Service Area - shall mean that portion of the unincorporated area of the County described on Segment 11, attached hereto and incorporated herein by reference thereto. 1.27 Trash - shall mean vegetative matter resulting from yard and landscaping maintenance, including materials such as tree and shrub trimmings, grass clippings, palm fronds, and small tree branches, as well as, other miscellaneous material, excluding "Hazardous Waste," and "Biomedical Waste." 1.28 Uncontrollable Forces - shall mean any event which results in the prevention or delay of performance by a party of its obligations under this agreement and which is beyond the reasonable control of the non -performing party. It includes, but is not limited to, fire, flood, earthquakes, storms, lightning, epidemic, war, riot, civil disturbance, sabotage, and governmental actions. 1.29 Unincorporated Area - shall mean the lands within the boundaries of Broward County, Florida, which are outside of municipal limits and which are not subject to the jurisdiction of a municipality. 1.30 User Code - shall mean designations employed by the Broward County Property Appraiser's Office as defined in Chapter 12D-8.008, Florida Administrative Code. 1.31 White Goods and Furniture - shall mean discarded refrigerators, ranges, washers, water heaters, and other similar domestic appliances, and household fumiture generated by a "Residential Unit," excluding "Hazardous Waste" and "Biomedical Waste. 1.32 Yard Waste — shall mean vegetative and similar materials that are specified for special collection by the Contract Administrator. Page 34 OF 64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 ATTACHMENT "A" (Continued) SEGMENT 2 SERVICE AREA 2.1 The Unincorporated Area (less any area annexed in the future) lying in as the area described on the attached Segment 11, is established and approved by the Broward County Board of County Commissioners for Residential Collection Service and Commercial Collection Service. 2.2 The execution of this Agreement shall not constitute a waiver by the CONTRACTOR of any rights granted by Section 171.062, Florida Statutes. SEGMENT 3 CONTRACTOR OBLIGATIONS The obligations of the CONTRACTOR are as follows: 3.1 It shall be the exclusive right and obligation of the CONTRACTOR to provide Residential Collection Service to all Residential Units within Service Area. The Contractor shall also have the exclusive right to provide Commercial Collection Service within the Service Area, for the term provided in Segment 4, herein. 3.2 The Contractor shall be responsible for billing and collecting for Residential Collection Services provided to Residential Units not included on the Broward County garbage and trash assessment roll(s), subject to authorization by the Contract Administrator and in accordance with Section 30-458 (c)-(e), Broward County Code of Ordinances. 3.3 The CONTRACTOR shall be solely responsible for billing and collecting from its Commercial Collection Service Customers. 3.4 The COUNTY to the extent permitted by law shall use its best efforts to prohibit unauthorized persons from engaging in Residential Collection Service or Commercial Collection Service within Unincorporated Broward County. The determination of what shall constitute the COUNTY'S "best efforts" shall be made solely by the Contract Administrator and such determination shall be conclusive of the COUNTY's compliance or failure to comply with this Section 3.4. Any determination that the COUNTY has not complied with the requirement of this Section shall not entitle the CONTRACTOR to receive damages from the COUNTY. 3.5 All responsibilities for the safe and proper collection, transportation, and disposal of Residential Solid Waste and Residential Program Recyclables, as well as Commercial Solid Waste shall be with the CONTRACTOR while same is in the CONTRACTOR'S possession. The CONTRACTOR must deliver such solid waste or program recyclables to a Designated Disposal/Processing Facility or Facilities as directed by the Contract Administrator in writing and shall pay any fees or charges established for the use thereof. The Contract Administrator shall make its best efforts to notify the CONTRACTOR, in writing and in advance, of increases in tipping fees at Designated Disposal Facilities which COUNTY owns or which is operated pursuant to an agreement with COUNTY. 3.6 If a street or road has become impassable or is dangerous for travel by the CONTRACTOR'S vehicles, or otherwise adversely affects the CONTRACTOR'S performance of its obligations under this Agreement, the CONTRACTOR shall advise the Contract Administrator at any time for review and handling, where handling by the Contract Administrator is appropriate. The Contract Administrator, where appropriate, shall review, handle, and inform the CONTRACTOR of the results of his/her review or handling within a reasonable time. 3.7 The Contractor will provide residential collection reports on a monthly basis detailing the total tonnage of solid waste materials collected, contamination reports for residential single stream recycling, reports for total tonnage of bulky wastes collected, and total tonnage of recyclables collected from commercial container accounts, as well as other reports stipulated by the County. Page 35 of 64 PREVIOUS CONTRACT NO. N/A BID NO. G0924908131 ATTACHMENT "A" (Continued) SEGMENT 4 TERM 4.1 The initial contract period shall start on date of award, or January 1, 2012, whichever is later and shall terminate five (5) years from that date. The Contractor will complete delivery and the County will receive delivery on any orders mailed to the contractor prior to the date of expiration. 4.2 The Director of Purchasing may renew this contract for an additional two, one-year periods subject to vendor acceptance, satisfactory performance and determination that renewal will be in the best interest of the County. Notification of Intent to Renew will be mailed one hundred and eighty (180) calendar days in advance of expiration date of this contract. SEGMENT 5 FRANCHISE FEES 5.1 Residential Franchise Fee 5.1.1 The CONTRACTOR shall pay a residential franchise fee to the COUNTY for the exclusive right to furnish Residential Collection Services to Residential Units in the Service Area. The residential franchise fee shall be 10 percent (10 %) of the total fees paid to the CONTRACTOR for Residential Collection Services. The COUNTY shall waive payment of said residential franchise fee for units not included on the tax roll. 5.1.2 The COUNTY shall receive credit for the residential franchise fee on a monthly basis by a reduction to the total monthly amount of the fee due the CONTRACTOR as provided for in Segment 8 of this Agreement. 5.2 Commercial Franchise Fee 5.2.1 For the privilege of engaging in Commercial Collection Service in the Unincorporated Area of Broward County, the CONTRACTOR shall pay, no later than the fifteenth (151h) day of each month, a commercial franchise fee based upon the following formula: The commercial franchise fee payable to the COUNTY shall equal 15 percent (15%) of total monies, or equivalent value, received for all Commercial Collection Service, but excludes all container rental and temporary roll -off container services at construction sites. 5.2.2 The commercial franchise fee shall be separately delineated on the billing statement delivered to those customers receiving Commercial Collection Service who are obligated to pay the commercial franchise fee. 5.2.3 CONTRACTOR shall provide the Contract Administrator with the following Information, no later than the twentieth (20th) of each month, in order to determine the applicable franchise fee: 5.2.3.1 The total gross billings during the preceding month and the year-to-date total for Commercial Collection Service; and 5.2.3.2 The total gross amount of monies collected, or value received, during the preceding month and the year-to-date total for Commercial Collection Service. 5.2.4 Such information shall be updated on a monthly basis and acknowledged as true and correct by the CONTRACTOR in a notarized written certification on a form prescribed by the Contract Administrator as Segment 14 and Segment 15. Page 36oF64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 ATTACHMENT "A" (Continued) 5.2.5 CONTRACTOR shall provide the Contract Administrator annually a summary report of CONTRACTOR'S Commercial Collection Service Fees billed and collected by CONTRACTOR under the terms of this Agreement. The report shall be prepared by an independent Certified Public Accountant, licensed in the State of Florida, in accordance with generally accepted auditing standards. The report shall be filed with the Contract Administrator no later than one hundred twenty (120) days after the end of each CONTRACTOR' fiscal year remaining under this Agreement,- beginning with fiscal year 2012. This obligation shall survive the expiration of this Agreement. The report shall include the following: 5.2.5.1 A statement that the CONTRACTORS Commercial Collection Service customers, whom are located in unincorporated Broward County, have been included In the schedules required herein below; showing the account name, account number, account address, size container, frequency of service, monthly collection rate and assessment of the 15% CFF, including any extra collections. The report shall include the monthly total gross receipts of all such solid waste accounts. 5.2.5.2 A summary of billings subject to the commercial franchise fee under this Agreement for the year; 5.2.5.3 A summary of receipts subject to the commercial franchise fee under this Agreement for the year; 5.2.5.4 A calculation of the commercial franchise fee due to the COUNTY in accordance with this Agreement; and 5.2.5.5 A reconciliation of the calculated fee due and the amount already reported and paid to the COUNTY by CONTRACTOR. 5.2.5.6 The Contractor will also provide a monthly report on any changes by the commercial container accounts, Le. service upgrades/downgrades, business account opening/closures, changes to recovered materials providers. Included with this report is the remittance of commercial franchise fees. 5.2.6 If the CONTRACTOR owes the COUNTY additional fees, payment of the full amount shall accompany the report. If the CONTRACTOR has overpaid, an invoice for that amount shall accompany the report. COUNTY shall rebate the amount due the CONTRACTOR pursuant to the terms of the Prompt Payment Act; see Section 1-51.6, Broward County Code of Ordinances. 5.2.7 The COUNTY shall have the right to verify with the independent CPA that the report presents fairly, in all material respects, the information required. SEGMENT 6 TITLE TO WASTE The title to all Residential Solid Waste, Residential Program Recyclables and Commercial Solid Waste collected pursuant to the authority of this Agreement shall immediately vest in the COUNTY. SEGMENT 7 WASTE COLLECTION, RECYCLING AND DISPOSAL SERVICES 7.1 Residential Services — Garbage and Trash 7.1.1 CONTRACTOR shall pickup twice weekly from the curb for each Residential Unit in the Service Area, with the exception of residences using Commercial Containers, Garbage Receptacles as provided herein. 7.1.2 Such service dates shall be no less than three (3) days apart, excluding Sundays and COUNTY holidays. An existing schedule for collection services is In place, but may be adjusted with approval of the Contract Administrator. CONTRACTOR will pay for the full cost of all outreach and educational materials distributed for the change in collection days. The Contract Administrator and Contractor shall mutually determine the nature and extent of outreach and educational materials. Page 37 of 64 PREVIOUS CONTRACT NO. NA BID NO. G0924908B1 ATTACHMENT "A" (Continued) 7.1.3 The CONTRACTOR shall retum empty receptacles to their approximate location of pickup. Contractor shall ensure that no Garbage Receptacle is left in the roadway or blocking the driveway, and will remain upright with the lid closed after collection. 7.1.4 Garbage placed at the curb of each Residential Unit in Garbage Receptacles shall be collected. 7.1.5 Garbage Receptacles shall be repaired and maintained by the Contractor, who shall ensure adequate stores are maintained. 7.1.6 CONTRACTOR shall provide, distribute, and maintain 95-gallon roll -out Garbage Carts to each Residential Unit in the Service Area as required. CONTRACTOR shall maintain a reasonable inventory at its facility for new Residential Units and replacement of carts. CONTRACTOR shall maintain inventory records of Garbage Carts as required in Segment 10.15. CONTRACTOR shall distribute, with the Garbage Carts, copies of guidelines for proper use and set out Information brochures supplied by COUNTY. 7.2 Residential Services — Recycling 7.2.1 Collection and Delivery of Recyclable Materials 7.2.1.1 Recyclable Materials. CONTRACTOR shall be responsible for the collection and delivery to the Designated Recycling Facility, of the Recyclable Materials set forth in this bid. 7.2.1.2 Service Area. CONTRACTOR shall have the exclusive right and duty to collect and remove and transport all Recyclable Materials, from all Residential Units in the Service Area, as identified In Segment 2. 7.2.1.3 Type of Service. CONTRACTOR shall collect the Recyclable Materials from the curbside on public streets or alleys of the Service Area. Rear door collection from a Residential Unit shall be required if all adult occupants residing there are disabled and physically unable to place the Program Recyclables at the curb, a request for rear door service has been made, and the Residential Unit is receiving rear door solid waste collection services. 7.2.1.4 Commingling. CONTRACTOR shall collect the Recyclable Materials as follows: All Recyclable Materials may be commingled and placed in the Recycling Containers. 7.2.1.5 Required Days of Collection. CONTRACTOR shall provide one (1) Residential Curbside Collection per Residential Unit per calendar week, on regularly scheduled days and routes. CONTRACTOR shall coordinate collection to coincide with the regularly scheduled solid waste collection services of the Service Area. CONTRACTOR shall provide recycling route maps to the Contract Administrator. If CONTRACTOR desires to change the schedule, amended route maps indicating changes in the recycling routes shall be submitted to the Contract Administrator for approval. After the approval of the Contract Administrator, CONTRACTOR shall notify each affected Residential Unit of the change per Segment 7.12. The Contract Administrator may supplement the notice. Where it is possible and, In the opinion of the Contract Administrator, expedient to do so, the additional information or notification may be coordinated with local residents' groups. Page 38 of 64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 ATTACHMENT "A" (Continued) 7.2.1.6 Containers. CONTRACTOR shall provide, distribute, and maintain 65-gallon roll -out Recycling Containers to each Residential Unit in the Service Area as required. CONTRACTOR shall maintain a reasonable inventory at its facility for new Residential Units and replacement of containers. CONTRACTOR shall maintain inventory records of Recycling Carts as required in Segment 10.15. CONTRACTOR shall distribute, with the Recycling Carts, copies of recycling information brochures supplied by COUNTY. In the event that the County reimburses the Contractor for the costs related to Recycling Containers, an equivalent credit will be recognized through the service invoice process. 7.2.1.7 Contaminated Materials. CONTRACTOR shall notify the resident using a correction sticker of any contamination or unacceptable materials. The correction sticker shall include the Contractor's phone number and reason for non -collection. The CONTRACTOR shall be responsible for any rejected materials at the Designated Recovery Facility. However, CONTRACTOR shall not have a duty to collect a Recycling Container which contains non - designated or contaminated Recyclable Materials, so long as a correction sticker is placed on the container by CONTRACTOR. 7.2.1.8 Ownership of Recyclable Materials. The ownership of all Recyclable Materials shall immediately vest with COUNTY upon collection by CONTRACTOR. However, CONTRACTOR shall be responsible for the safe and proper delivery of the Recyclable Materials to the Designated Recovery Facility. 7.2.1.9 Container Ownership and Maintenance. The ownership of the Recycling Containers purchased by CONTRACTOR and distributed on behalf of COUNTY by CONTRACTOR shall be and remain with COUNTY. After the initial distribution of Recycling Containers is completed, additional purchases of containers shall be by CONTRACTOR. CONTRACTOR shall handle Recycling Containers with reasonable care and retum them to the approximate curbside location from which they were collected. After collection, Recycling Containers should be left upright with lids closed and not blocking roadways or driveways. The CONTRACTOR shall clean up all wastes spilled resulting from the collection operations. 7.2.1.10 Collection Vehicles. COTNRACTOR shall, at its own expense, provide and operate specialized collection vehicles to accommodate the Recyclable Materials collected. The number andsize of collection vehicles shall be of sufficient capacity to adequately and efficiently service all Residential Units in one (1) week. In addition, the recycling collection vehicles shall be capable of being enclosed or covered to eliminate the loss of any Recyclable Materials collected. Furthermore, it shall be the responsibility of CONTRACTOR to provide backup equipment to ensure regular and timely collection. 7.2.1.11 Collection Personnel and Cost. CONTRACTOR shall, at Its sole cost and expense, furnish all labor and equipment required to perform its duties hereunder, including but not limited to, Residential Collection of Recyclable Materials in the Service Area. CONTRACTOR shall provide a sufficient number of collection personnel to satisfy the collection schedule provided hereunder. 7.3 Residential Rear Door Rear door collection from a Residential Unit shall be required if all adult occupants residing therein are disabled and physically unable to place Garbage Receptacle and Recycling Containers at the curb and if a request for rear door service and payment to the COUNTY of the additional fee set forth in Segment 8 herein has been made. Page 39 of 64 PREVIOUS CONTRACT NO. N/A BID NO. G0924908B9 ATTACHMENT "A" (Continued) 7.4 Residential Services — Bulky Waste 7.4.1 The CONTRACTOR shall make one Bulky Waste collection for all Residential Units in Service Area on the same designated day each month of every year of this Agreement, except for operational reasons as mutually agreed upon by the CONTRACTOR and Contract Administrator. The designated day shall be established annually as provided in Subsection 7.4.3 herein and as may be changed only as provided for in Segment 7.12 herein. These collections are not intended to, and the CONTRACTOR shall not be required to, collect Hazardous Waste, large automobile parts, major construction debris or cuttings, clippings or other trash resulting from or produced by any commercial venture. 7.4.2 If any Bulky Waste item requires special handling because of govemmentally imposed constraints, the CONTRACTOR shall so notify the Contract Administrator in writing. The CONTRACTOR may charge the resident an additional handling fee based upon the estimated increased cost of providing the service. This includes, but is not limited to, the inability to dispose of an item at the Designated Disposal Facility in the same condition as the item is placed by the Residential Unit for pickup. 7.4.3 The CONTRACTOR shall notify the Contract Administrator in writing of its scheduled days of Bulky Waste collection for the next calendar year by September 30th in order to allow the Contract Administrator to provide an annual notice to residents. 7.4.4 After allowing the CONTRACTOR an opportunity to review and comment on the notice to be given, the Contract Administrator shall provide an annual notice of all scheduled days of Bulky Waste collection for the next calendar year to each Residential Unit within the CONTRACTOR'S District. 7.4.5 The Contract Administrator may supplement the annual notice by providing additional information or notification of Bulky Waste collection days. Where 11 is possible, and in the opinion of the Contract Administrator, expedient to do so, the additional information or notification may be coordinated with local residents' groups and CONTRACTOR. 7.4.6 In order that the COUNTY may be fully and completely informed as to collection issues, CONTRACTOR shall notify the Contract Administrator of all Residential Units where Bulky Waste was placed out for pickup but was not collected and the reason why, within one business day after scheduled collections. 7.5 Hours of Collection Collection of Residential Solid Waste and Recyclables shall be made in residential areas, on the day scheduled, no earlier than 7:00 a.m. and no later than 7:00 p.m. with no service on Sunday, and COUNTY holidays provided, however, that if the CONTRACTOR has an equipment breakdown, or other operational problem, the CONTRACTOR shall make all reasonable efforts to complete the route that day, or no later than 12:00 p.m. the next business day. The CONTRACTOR shall not be required to provide Residential Collection Service on Thanksgiving Day and Christmas Day ("County Holidays"), or when the Designated Disposal Facility is closed. 7.6 Spillage and Litter 7.6.1 CONTRACTOR shall make every effort to properly collect and empty all receptacles during collections. 7.6.2 CONTRACTOR shall take reasonable care not to litter premises or public right-of-way in making collections or hauling solid waste materials after they are collected. 7.6.3 In the event of spillage by the CONTRACTOR, the CONTRACTOR shall promptly cleanup all such litter from such spillage. 7.6.4 CONTRACTOR shall maintain equipment in a manner that prevents the spilling of liquids, excluding rain water. Should accidental liquid spillage occur, the CONTRACTOR shall clean up same. Page 40 OF 64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 ATTACHMENT "A" (Continued) 7.65 CONTRACTOR shall remove any solid waste and recycling collection equipment from active service at the request of the Contract Administrator. 7.7 Collection Equipment Generally 7.7.1 The CONTRACTOR shall have on hand at all times, in good working order, such necessary and appropriate equipment for CONTRACTOR to adequately and efficiently perform all of the services required to be performed by this Agreement. 7.7.2 Equipment shall be purchased from industry accepted manufacturers of garbage collection equipment 7.7.3 Garbage collection equipment shall be of Industry standard collection vehicles for solid waste, bulk and recycling collection, and all equipment shall meet existing ANSI standards in construction, operation and maintenance. All equipment will be kept in good repair and appearance by the CONTRACTOR. 7.7.4 Vehicles shall be cleaned on a routine schedule, at least once per week. 7.7.5 The CONTRACTOR shall have available, at all times, reserve equipment which can be put into service and operation within two (2) hours of any breakdown. Such reserve equipment shall substantially correspond, in size and capability, to the equipment used by the CONTRACTOR to perform the service required under this Agreement. 7.8 Disaster Collection Procedure 7.8.1 In the case of storrn or other disaster, the Contract Administrator may grant the CONTRACTOR reasonable variance from regular schedules and routes. 7.8.2 Within twenty-four (24) hours after such storm or disaster, the CONTRACTOR shall advise the Contract Administrator, or COUNTY'S Emergency Operations Center, of the estimated time required before regular schedules and routes can be resumed. 7.8.3 The Contract Administrator will determine whether or not the CONTRACTOR shall require additional equipment and hire extra crews to clean the Service Area of debris and refuse resulting from the storm or disaster. 7.8.4 When it is determined by the Contract Administrator that the CONTRACTOR shall require additional equipment and hire extra crews to clean the Unincorporated Area of debris and refuse resulting from the storm or disaster, the CONTRACTOR shall work with the Contract Administrator in all reasonable ways for the efficient and rapid cleanup of debris and refuse. 7.8.5 CONTRACTOR shalt receive extra compensation, above the Agreement amount, for additional labor, equipment, and applicable disposal costs, in accordance with Segment 13, provided CONTRACTOR has first secured prior written authorization from the Contract Administrator. Segment 13 shall be updated annually by March 315' in writing by the CONTRACTOR and Contract Administrator to reflect changes in labor and equipment rates consistent with other municipal contracts. 7.8.6 The COUNTY reserves the right to hire additional Contractors for debris removal operations within the Unincorporated Area, after notice to the CONTRACTOR. Page 41 or 64 PREVIOUS CONTRACT NO. N/A BID NO. G0924908B1 ATTACHMENT "A" (Continued) 7.9 Contractor's Office Hours and Location 7.9.1 The CONTRACTOR shall maintain an office within the local telephone service area. 7.9.2 The CONTRACTOR'S office shall remain open Monday through Friday, from 8:00 a.m. to 5:00 p.m. and Saturday from 8:00 a.m. to 12:00 p.m. During normal business hours, there shall be a responsible person present and in charge of the office to answer telephone calls and record complaints. 7.9.3 Contractor shall maintain a telephone answering service or machine to receive incoming calls and complaints during non -business hours. 7.10 Complaints 7.10.1 CONTRACTOR shall have an established complaint resolution procedure. 7.10.2 All complaints shall be resolved within twenty-four (24) hours of notice to CONTRACTOR. 7.10.3 All complaints shall be noted and logged by the CONTRACTOR, and the disposition of complaints shall be fumished to the Contract Administrator upon request. 7.10.4 When a complaint is received on the day preceding a holiday or on a Saturday after 12:00 p.m. (noon), it shall be resolved on the next regular working day. 7.10.5 For valid complaints not corrected within twenty-four (24) hours after notification to CONTRACTOR by the Contract Administrator, CONTRACTOR may be assessed a twenty-five dollar ($25) penalty per twenty- four (24) hour period until said complaint is corrected, only after written notice to the CONTRACTOR and a hearing before the Director, Public Works Department or his/her designee, and a receipt of a written ruling by the hearing officer. Such assessments shall be deducted from hauler payments. 7.10.6 The complaint resolution procedure for property damage shall be as per Segment 7.11 herein. 7.11 Property Damage 7.11.1 The CONTRACTOR shall address all complaints of property damage within one (1) week of written notice to CONTRACTOR. 7.11.2 After such written notice, the CONTRACTOR shall provide the Contract Administrator with a full written explanation of the disposition of any complaint involving a claim of damage to private or public property as a result of actions of the CONTRACTOR'S employees, agents, or sub -contractors. 7.11.3 Failure to resolve a complaint and/or provide a full written explanation within one (1) week may result in financial penalties as defined in Segment 7.10.5 herein. 7.12 Routes and Schedules 7.12.1 The Contractor shall periodically provide the Contract Administrator with days of collection of residential collection routes and keep such information current at all times. 7.12.2 In the event the CONTRACTOR changes routes or schedules after September 30Ih of each year that will alter the day of pickup, the CONTRACTOR shall notify each Residential Unit affected, by a door hanger which the Contract Administrator expressly approves for such purpose. 7.12.3 Such door hanger shall be provided to resident with fourteen (14) days prior to the change in routes or schedules that will alter the day of pickup. Page 42 of 64 PREVIOUS CONTRACT NO. id1A BID NO. G0924908B1 ATTACHMENT "A" (Continued) 7.13 Community Cleanup and Litter Abatement 7.13.1 The CONTRACTOR shall voluntarily participate in twelve community cleanup projects when organized by the Contract Administrator by providing collection vehicles and transportation to a Designated Disposal Facility. 7.13.2 Should the CONTRACTOR participate in a community cleanup project, it shall provide transportation services and equipment in connection with the community cleanup project. 7.13.3 Such transportation services shall be at the expense of the CONTRACTOR except that the COUNTY shall pay all tipping fee or disposal costs for Garbage, Trash, debris, and similar items, which are collected in furtherance of the community cleanup project, disposed of at the designated disposal/processing facility. 7.13.4 The Contract Administrator and CONTRACTOR agree to work to coordinate their efforts with interested residents in an effort to facilitate convenient implementation of the community cleanup project for the participants. 7.13.5 The CONTRACTOR shall provide and service litter receptacles at designated bus stops and other locations. 7.13.6 At the request of the Contract Administrator, the exclusive service provider shall collect and dispose up to 30 tons of illegally dumped material annually. Any requests by the Contract Administrator for additional collections above 30 tons, shall be collected by the exclusive service provider, with the Contract Administrator providing for the disposal cost. The Contract Administrator will provide the exclusive service provider with a disposal authorization form showing the appropriate disposaUrecycling facility for any materials over 30 tons which will be at the County's expense. 7.14 Commercial Services — Garbage and Trash The CONTRACTOR shall provide Commercial Collection Service in the Service Area. Such Commercial Collection Service shall be govemed by the following material terms: 7.14.1 Conditions and Frequency of Service 7.14.1.1 A minimum of once a week service is required of all customers; however, where Garbage, as defined herein, is generated, a minimum collection of twice per week is required. 7.14.1.2 Such service shall be provided by Commercial Container as defined herein. However, where a customer generates one (1) cubic yard or less per week of waste, a wheeled cart may be used as an alternative collection container. 7.14.1.3 Subject to the minimums set forth above, the size of the container and the frequency of collection shall be determined between the customer and the CONTRACTOR; however, no Commercial Solid Waste shall be placed outside the container. Storage capacity shall be suitable for the amount of Commercial Solid Waste generated by the customer. Page 43OF64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 ATTACHMENT "A" (Continued) 7.14.2 Containers 7.14.2.1 The CONTRACTOR shall provide containers as necessary; however, customers may acquire their containers from any source provided that the source or customer is completely responsible for its proper maintenance. Such containers shall be of a type that can be serviced by the CONTRACTOR'S equipment. 7.14.2.2 Where altemative commercial containers are used, they shall be placed at the roadside or at such other single collection point as may be agreed upon between the CONTRACTOR and the customer. 7.14.2.3 All containers shall be kept in a safe, accessible location as designated or approved by the responsible Broward County Divisions or the Broward County Health Department, and as agreed upon between the CONTRACTOR and the customer. 7.14.2.4 Any container damaged by the CONTRACTOR shall be repaired or replaced by the CONTRACTOR, ordinary wear and tear of customer -owned containers excepted. 7.14.3 Level and Type of Service for Commercial Collection and Other Services 7.14.3.1 For Commercial Collection Service, the CONTRACTOR and the customer shall enter into a written agreement regarding the level and type of service to be provided and the manner of collection of charges. Contract for service between CONTRACTOR and customer shall only be for the term of this Agreement with renewal options when exercised by the COUNTY. CONTRACTOR's exclusive right to any customers under this Agreement ends upon expiration of said agreement between the COUNTY and the CONTRACTOR. 7.14.3.2 The CONTRACTOR shall be responsible for billing and collecting charges for Commercial Collection Service. Contractor rates shall be in accordance with bid prices as adjusted for applicable tipping fee changes. 7.14.3.3 Payment of the commercial franchise fee is expressly determined by monies collected, not billed, exclusive of container rental and temporary roll -off collection and disposal services to construction sites notwithstanding anything to the contrary. 7.14.3.4 All construction and demolition materials shall be preprocessed prior to final disposal, andmonthly reports regarding cubic yards collected and the processing or disposal locations shall be submitted to the Contract Administrator. 7.15 Multifamily Services — Recycling 7.15.1 Collection and Delivery of Recyclable Materials — Multi Family Units 7.15.1.1 Recyclable Materials. CONTRACTOR shall be responsible for the collection and delivery to the Designated Recycling Facility of the Recyclable Materials set forth in this bid. 7.15.1.2 Service Area. CONTRACTOR shall have the duty to collect and remove all designated recyclable materials from the Multi Family Units to which it provides solid waste collection service and deliver them to the Designated Recovery Facility, unless the Multi Family Unit has a Recycling Agreement with another Hauler. 7.15.1.3 Type of Service. The Recycling Containers shall be located either in the refuse storage common areas of the Multi Family Units or as mutually agreed to by the CONTRACTOR and owner or goveming body of the Multi Family Unit. CONTRACTOR may collect Multi Family Units with Residential Collection. Page44OF64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 ATTACHMENT "A" (Continued) 7.15.1.4 Commingled (Single -Stream). CONTRACTOR shall collect the Recyclable Materials as follows: All Recyclable Materials may be commingled and placed in the Recycling Containers. 7.15.1.5 _Required Days of Collection. CONTRACTOR shall provide one (1) Multi Family collection per Multi Family Unit per calendar week, on regularly scheduled days and routes. Thereafter, If there are any changes in the recycling schedules, the CONTRACTOR shall notify the Multi Family Units affected and the Contract Administrator. The CONTRACTOR and the Multi Family Unit may arrange for additional collections as required. 7.15.1.6 Additional Materials. CONTRACTOR may add other materials as accepted by the Designated Recovery Facility and adjust the cost as mutually agreed upon with the Multi Family Unit. 7.15.1.7 Containers. As applicable, the CONTRACTOR shall distribute Recycling Containers to each Multi Family Unit serviced by the CONTRACTOR as required, but not to exceed one (1) container for every ten (10) Multi Family Residential Units, unless approved by the Contract Administrator, which will not be unreasonably withheld. CONTRACTOR shall distribute, with the Recycling Containers, copies of recycling information brochures supplied by COUNTY. CONTRACTOR shall replace any containers damaged through its negligence. (Provision of Containers included in cost of service as determined by CONTRACTOR and owner, or goveming body of Multi Family Unit. The CONTRACTOR may use front loading or other standard industry containers with approval of the Contract Administrator. 7.15.2 Contaminated Material 7.15.2.1 CONTRACTOR shall provide notice to the Multi Family Units of unacceptable and contaminated materials. The notice will contain the Contractor's phone number and reason for non -collection. CONTRACTOR shall ensure that this notice is affixed to every Multi Family Unit Recycling Container that is not collected due to contamination. CONTRACTOR shall have no duty to collect non -designated or contaminated Recyclable Materials. 7.15.2.2 CONTRACTOR shall notify the Director of Waste and Recycling Services no later than the next business day of any notice issued. 7.15.2.3 CONTRACTOR shall be responsible for the costs associated with any contaminated materials rejected by the Designated Recovery Facility. Page 45oF64 PREVIOUS CONTRACT NO. N/A BID NO. G0924908B1 ATTACHMENT "A" (Continued) 7.15.3 Non -Service Days 7.15.3.1 COUNTY agrees to exempt collection services on Thanksgiving Day, and Christmas Day. If the CONTRACTOR will be collecting on the exempted holidays, it shall provide the Contract Administrator with notice thereof and the schedule to be followed in adequate time for notice to the Residential Units. If the day of regular collections falls on one of the exempted holidays and the CONTRACTOR does not perform collection services, the CONTRACTOR shall reschedule the collection to the next regularly scheduled collection day for those effected units. The CONTRACTOR shall not be required to perform collection services when countywide natural or civil emergency conditions are imminent and have been publicly announced by the Broward County Administrator. In the event that the Designated Recovery Facility is closed, the Contract Administrator has the discretion and authority to designate another facility within Broward County to which the CONTRACTOR will be obligated 10 deliver the Recyclable Materials. When disruption beyond CONTRACTOR'S control prevents collection on the scheduled day, CONTRACTOR shall make collection on the next regularly scheduled collection day. 7.15.4 Time of Collection 7.15.4.1 Collection Service shall be made only between 7:00 a.m. and 6:00 p.m., Monday through Saturday. Upon the approval of the Contract Administrator, the CONTRACTOR may, in the event of equipment failure or other emergency, provide services after 6:00 p.rn. so long as the services do not conflict with the laws of the state, or ordinances, rules or regulations of the COUNTY. 7.15.5 Ownership of Recyclable Materials 7.15.5.1 . The Ownership of all Recyclable Materials collected shall immediately vest with COUNTY upon collection by CONTRACTOR. However, CONTRACTOR shall be responsible for the safe and proper delivery of the Recyclable Materials to the Designated Recovery Facility or other Facility. 7.16 Commercial Services — Recycling 7.16.1 Collection and Delivery of Recyclable Materials — Commercial Units 7.16.1.1 General Conditions. The Contractor shall provide Commercial Recycling Services to all businesses or commercial properties requesting such service. This provision does not exclude other private enterprises from conducting commercial recycling collection service in the Service Area. The Contractor shall not interfere with other private commercial recycling haulers providing services to customers in the Service Area. The Contractor may retain any revenues or net revenues related to materials collected at Commercial Units 7.16.1.2 Service Area. CONTRACTOR shall have the duty to collect and remove all designated recyclable materials from the Commercial Units to which it provides solid waste collection service and deliver them to the Designated Recovery Facility, unless the Commercial Unit has a Recycling Agreement with another Hauler. Collection of Recyclable Materials from a business is an option of the customer and should be established based on the needs of the commercial customer. Within thirty (30) days of establishing a new commercial recycling account, the Contractor will review the solid waste container size and service needed by the recycling customer. The Contract Administrator or designee will assist the Contractor and customers in determining the optimum recycling methods. Page 46oF64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 ATTACHMENT "A" (Continued) 7.16.1.3 Type of Service. The Recycling Containers shall be located either in the refuse storage common areas of the Commercial Units or as mutually agreed to by the CONTRACTOR and owner or goveming body of the Unit. CONTRACTOR may not collect from Commercial Units with Residential Collection, unless specifically authorized by the Contract Administrator. 7.16.1.4 Required Days of Collection. CONTRACTOR shall provide one (1) Commercial collection per calendar week, on regularly scheduled days and routes. Thereafter, if there are any changes in the recycling schedules, the CONTRACTOR shall notify the Units affected and the Contract Administrator. The CONTRACTOR and the Commercial Unit may arrange for additional collections as required. 7.16.1.5 Additional Materials. CONTRACTOR may add other materials as accepted by the Designated Recovery Facility and adjust the cost as mutually agreed upon with the Commercial Unit. 7.16.1.6 CONTRACTOR shall distribute Recycling Containers to each Commercial Unit serviced by the CONTRACTOR as deemed appropriate. CONTRACTOR shall distribute, with the Recycling Containers, copies of recycling information brochures supplied by COUNTY. CONTRACTOR shall replace any containers damaged through its negligence. 7.16.2 Contaminated Material 7.16.2.1 CONTRACTOR shall provide notice to the Commercial Units of unacceptable and contaminated materials. CONTRACTOR shall ensure that this notice is affixed to every Commercial Unit Recycling Container that is not collected due to contamination. The notice will contain the Contractor's phone number and reason for non -collection. CONTRACTOR shall have no duty to collect non -designated or contaminated Recyclable Materials. 7.16.2.2 CONTRACTOR shall notify the Director of Waste and Recycling Services no later than the next business day of any notice issued. 7.16.2.3 CONTRACTOR shall be responsible for the costs associated with any contaminated materials rejected by the processing facility. 7.16.3 Non -Service Days 7.16.3.1 COUNTY agrees to exempt collection services on Thanksgiving Day and Christmas Day. If the CONTRACTOR will be collecting on the exempted holidays, It shall provide the Contract Administrator with notice thereof and the schedule to be followed in adequate time for notice to the Commercial Units. If the day of regular collections falls on one of the exempted holidays and the CONTRACTOR does not perform collection services, the CONTRACTOR shall reschedule the collection to the next regularly scheduled collection day for those effected units. The CONTRACTOR shall not be required 10 perform collection services when countywide natural or civil emergency conditions are imminent and have been publicly announced by the Broward County Administrator. When disruption beyond CONTRACTOR'S control prevents collection on the scheduled day, CONTRACTOR shall make collection on the next regularly scheduled collection day. Page 47 OF 64 PREVIOUS CONTRACT NO. N/A BID NO. G0924908B1 ATTACHMENT "A" (Continued) 7.16.4 Time of Collection 7.16.4.1 Collection Service shall be made only between 7:00 a.m. and 6:00 p.m., Monday through Saturday. Upon the approval of the Contract Administrator, the CONTRACTOR may, in the event of equipment failure or other emergency, provide services after 6:00 p.m. so long as the services do not conflict with the laws of the state, or ordinances, rules or regulations of the COUNTY. 7.16.5 Ownership of Recyclable Materials 7.16.5.1 The Ownership of all Commercial Recyclable Materials collected and any net revenues shall immediately vest with Contractor; however Ownership and net revenues would be retained by County if after Contract Administrator approval the Commercial Recyclable Materials are collected with Residential Recyclable Material. 7.16.5.2 Not withstanding any other provisions of this Agreement, a commercial generator of Recyclable Materials retains ownership of those materials until he or she donates or sells, or contracts for the donation or sale of those materials to another person or entity. Nothing in this Agreement shall prevent a person or entity engaged in the business of recycling, whether for profit or nonprofit, from accepting and transporting commercially generated, source -separated Recyclable Materials from such commercial generator. Provided however, that such activities are subject to applicable state and local public health and safety laws, and provided that the transporter must report such Information to the County as may be necessary for the documentation of state mandated recycling or reduction goals 7.17 Optional Services 7.17.1 CONTRACTOR agrees to modify service at the written request of the Contract Administrator in any or all of the manners described herein. 7.17.1.1 Twice monthly collection of Residential Program Recyclables under the same general conditions stated above. 7.17.1.2 Weekly collection of segregated Yard Waste and delivery to a designated facility in Broward County. At the County's option the CONTRACTOR will debag materials and dispose of bags separately. The County would be responsible for the processing costs and the CONTRACTOR will afford the County an avoided disposal costs within the monthly invoices. Tonnage would be based on actual scale records and avoided costs based on prevailing Processable Waste tipping fees. 7.17.1.3 Contractor will participate in a recycling incentives / rewards program in accordance with their business plan submittal and captures actual participation, whether individual or collective, or as mutually agreed by the Contractor and Contract Administrator. 7.17.2 CONTRACTOR agrees to modify associated costs for optional services at or below the prices listed in this bid. Applicable prices will be subject to annual CPI adjustment in accordance with general conditions. 7.17.3 CONTRACTOR and Contract Administrator will establish mutually acceptable start dates for any optional service. 7.17.4 The Contract Administrator retains the sole right to terminate and / or restart an optional service deemed in the best Interest of the County. Page 48 OF 64 PREVIOUS CONTRACT NO. N/A BID NO. G0924908131 ATTACHMENT "A" (Continued) SEGMENT 8 COMPENSATION 8.1 As provided for in Segment 7 above, the CONTRACTOR shall perform the required services within the Service Area for all Residential Units entitled to Residential Collection Service at the rates established within this bid. 8.2 CONTRACTOR shall receive monthly compensation for each such Residential Unit assessed on the Broward County garbage and trash assessment rolls(s). For disabled occupants who have requested and are receiving rear door collection service, the CONTRACTOR shall be paid an additional fee of one and 75/100 dollars ($1.75) per month. Payments are due to the CONTRACTOR on or before the fifteenth (15t) day of the month In which the service is provided. 8.3 It is understood that the number of such Residential Units attributed to the Service Area is derived as a result of the most recent Broward County garbage and trash assessment roll(s) as adjusted by the Broward County Property Appraiser and as updated at least annually by the Broward County Waste and Recycling Services, Recycling and Contract Administration Division: 8.4 An adjustment will be made to the number of Residential Units and to the monthly payment to the CONTRACTOR as of January 1$' of each year, beginning January 151, 2012. Such adjustment shall be made within sixty (60) days of the date the Contract Administrator receives the applicable year's January 161 assessment roll information. 8.5 Should Service Area change, whether through municipal annexation or otherwise, as of the date the COUNTY becomes responsible, or is no longer responsible, for providing Residential Collection Services, the payment to the CONTRACTOR shall be adjusted based upon the number of Residential Units added to or deleted from the District. The Contract Administrator will give written notice of change. 8.6 Monthly compensation for each Residential Unit shall be adjusted per bid Section 17. 8.7 The Contractor may collect a supplemental payment directly from any residential unit that requests an additional Garbage Receptacle, Recycling Container or an on -call Bulky Waste collection. 8.7.1 Applicable charges shall conform to the prices included in the Contractor's Bid. 8.7.2 Contractor shall notify the Contract Administrator of any additional services provided. 8.7.3 Residential Franchise Fees are not applicable to the payments for these services. SEGMENT 9 RECORDS AND REPORTS 9.1 The CONTRACTOR shall keep financial records to properly reflect its financial operations and financial condition. 9.2 The CONTRACTOR shall specifically maintain original or legible copies of all disposal tickets applicable to this Agreement for a minimum of six (6) months which shall, at a minimum, reflect the net weight, or, If not available, the volume of waste, place, and date of disposal. 9.3 CONTRACTOR shall provide quarterly reports to the Contract Administrator explaining any difficulties experienced in street and roadway accessibility. 9.4 The COUNTY reserves the right to examine, audit, and review any and all records relating to this Agreement at any time during the normal business hours upon giving reasonable notice. 9.5 All records and or reports established and/or maintained pursuant to the provision of service as per this Agreement shall be retained in accordance with all applicable State and Local laws. Page49oF64 PREVIOUS CO TRACT NO. N/A BID NO. G092490813i ATTACHMENT "A" (Continued) SEGMENT 10 CONTAINER REQUIREMENTS 10.1 Container sizes used below are not indicative of the minimum or maximum size cart. The use of 95 gallon and 65 gallon are nominal sizes for bidding purposes + or — 2 gallons. 10.2 The universal roll out carts must be compatible with standard American semi -automated bar -locking lifters (ANSI type. B) as well as automated arm lifters (ANSI type G) and function as follows: 10.3 ANSI CONFORMANCE: Containers proposed herein must meet the requirements of ANSI Z245.30 and ANSI Z245.60 standards for "Type BIG" containers. 10.4 Each container shall be equipped with attachment points, which make it compatible with standard American semi -automated bar -locking lifters and fully -automated arm lifters. 10.5 The lid shall be of one piece construction, injection molded of high density polyethylene resin (HOPE) and black in color. The lid shall be configured to ensure that it will not warp, bend, slump, or distort to such an extent that it no longer fits the container properly or becomes otherwise unserviceable. The lid must be crowned in shape and designed to disallow entry of rain when in the closed position. 10.6 Containers must be a distinctive color impregnated into the plastic. Painted universal refuse carts are unacceptable. Broward County has designated BLUE as the color for the 65 gallon recycling cart and GREEN as the color for the 95 gallon garbage cart. 10.7 Cart maintenance will be the sole responsibility of the Vendor with each cart being properly maintained and kept in working order. Vendor will be responsible for the replacement and repair of damaged carts and their component that are covered under warranty. 10.8 The 95-Gallon container must be designed to regularly receive and dump the following pounds of waste materials, excluding the weight of the container, without permanent damage or deformation. The Toad rating must conform to ANSI Standard Z245.30. 95-Gallon — minimum 300 pounds 10.9 . The 65-Gallon. container must be designed to regularly receive and dump the following pounds of recycled materials, excluding the weight of the container, without permanent damage or deformation. The load rating must conform to ANSI Standard Z245.30. 65-Gallon — minimum 200 pounds 10.10 Each container must have a serial number hot stamped in white on the front face of its body. Serial numbers shall be in sequence beginning with the year of manufacture. The bidder will maintain a file that will identify the date of manufacture by the serial number. 10.11 The Broward County logo shall be affixed by hot stamp onto both sides of the cart body for the GREEN 95-gallon cart. The BLUE 65-gallon cart shall be affixed with a hot stamp of the County logo on one side and "RECYCLING" on the other side. 10.12 The County's Public Education Coordinator has a design of an in -molded label that must be affixed to the lid portion of the container that will Identify instructions for recycling to the Broward County residents. 10.13 Each container must be equipped with an RFID tag that is installed into the cart body (with no exposure to the outside elements) along with a 9 digit Serial Number (3 digit prefix followed by 6 digit serial number). Page 50 OF 64 PREVIOUS CONTRACT NO. NIA BID NO. G092490881 ATTACHMENT "A" (Continued) 10.14 An association between each container's RFID Tag and Serial Number must be recorded at the manufacturing facility. The data base must include each container RFID Tag, Serial Number, Date of Manufacture, Location of Manufacture, Cart size and Cart Type. 10.15 The Contractor will record the container serial number and RFID tag with a hand held scanner for each and every address where a container is delivered. The handhelds must have the ability to add any addresses. The cumulative delivery report must be kept in an electronic file of the address assignments for each container by serial and RFID tag number. The report must then be presented to the CONTRACT ADMINISTRATOR in an acceptable MS Excel format upon completion of the delivery. 10.16 Contractor to provide asset tracking handheld scanners (for County use) in order to manage the cart data base for repairs, deliveries, pickups, and other service requests In the field. These handhelds would sync with the MS ' Excel data base In order to maintain an accurate inventory/account database. Page 51 OF64 PREVIOUS CONTRACT NO. N/A BID NO. G0924908B1 ATTACHMENT "A" (Continued) SEGMENT 11 MAPS WARD it)221.9ere Mt TIM • • Set?.,. yrs it -Quay. ummallpiourri •ar utz taternty County TM mop lax =owe purposes ay sal dfl ewe Ly legal bouncer/ Cal orrrtnnilseut BK.C.WW\RD Reiland Sy P,...tLik I Unincorporated County Boundaries rint N I seam* t====== War:iv .1 Redowt,pnwi rivtirn &yin:on:ma Protection and GoeVe lArtmernott 2 in 1804 Idaho vitdat-.d 0%7010 Page 52 OF 64 PREVIOUS CONTRACT NO. NIA ATTACHMENT "A" (Continued) BID NO. G0924908B1 Page 53 OF 64 PREVIOUS CONTRACT NO. NM BID NO. G0924908B1 ATTACHMENT "A" (Continued) SEGMENT 12 LITTER CONTAINER LOCATIONS WASTE AND RECYCLING SERVICES- UNINCORPORATED LITTER CONTAINER LOCATIONS Location Direction Cross Street Street Side location Area NW 15th Ct. East of NW 27th Ave. on South side of 15th Ct. 4 NW 27th Ave. North of NW 11th St. on West side of NW 27th Ave. 4 NW 27th Ave. South of NW 14th St. on West side of NW 27th Ave. 4 NW 27th Ave. North of NW 14th St. on East side of NW 27th Ave. 4 NW 31st. Ave. North of NW 1st St On East side of NW 31st Ave 5 W. Sistrunk Blvd. East of NW 31st Ave. On South side of W. Sistrunk 5 NW 1st St West of NW 27th Ave. on North side of NW 1st St. 5 NW 1st St East of NW 28th Way. on North side of NW 1st St. 5 NW 4th St. East of NW 29th Ave. on North side of NW 4st St. 5 NW 4th St. East of NW 28th Way. on North side of NW4st St. 5 NW 22nd Road North of NW 8th St. on South side of NW 22nd Rd. 5 NW 24th Ave. South of NW 9th PI. on West side of NW 24th Ave. 5 NW 24th Ave. South of NW 9th PI. on West side of NW 24th Ave. 5 NW 24th Ave. South of NW 9th St. on West side of NW 24th Ave. 5 NW 8th St. West of NW 27th Ave. on North side of NW 8th St. 5 NW 4th St. East of NW 30th Ave. on North side of NW 4th St. 5 NW 27th Terr. South of NW 4th St. on West side of NW 27th Terr. 5 NW 1st St. East of NW 30th Ave. on North side of NW 1st. St. 5 2099 S. St. Rd. 7 North of SW 21nd St. on West side of SR 7 6 SW 21st St. West of SW 42nd Ave. on North side of SW 21st St. 6 SW 40th Terr. North of SW 18th St. on North side of SW 18th St. 6 SW 44th Ave North of SW 13th Ave. on East side of SW 44th Ave. 6 SW 25th St. West of SW 42 Ave. on North side of SW 25th St. 6 SW 25th St. East of SW 42 Ave. on North side of SW 25th St. 6 Page 54 OF 64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 Boom Truck (Clam Shell) (with driver/operated Dump Truck (with driver/operator) Roll Off Truck (with driver/operator) Rear Loader Truck (with driver plus two (21 helpers ATTACHMENT "A" (Continued) SEGMENT 13 CPI CALCULATIONS FOR STORM RATE SERVICES AGREEMENT CPI Calculations for Storm Rate Services Agreement Period of March 31, 2011 thru February 28, 2012 CPI June 2010 222.390 CPI June 2009 221.485 Difference 0.905 Percentage Increase 0.4086% 0,003269 CPI Increase Rate as of : 3/311201 x CPI Increase` Old Rate New Rate as of : 313112011 x 0.327% = 0.00 + 0.00 123.01 x 0.327% 124A2 x 0.327% 144.75 x 0.327% 159.20 x 0.327% 0.40 + 123.01 = 123.41 = 0.41 + 124.42 124.83 0.47 + 144.75 - 145.22 0.52 + 159.20 - 159.72 NOTE: 'Maximum increase of 5% Used Consumer Price Index -All Urban Consumers Series ID: cuura320sa0 Not Seasonally Adjusted Area: Miami•Fort Lauderdale, FL Item: All items Base Period: 1982-84=100 Value: MOB Page 55 OF 64 PREVIOUS CONTRACT NO, NIA BID NO. G0924908B1 CCS.1b1ERCl'.L ATTACHMENT "A" (Continued) SEGMENT 14 COMMERCIAL FRANCHISE FEE SCHEDULE RDLLC.FF ,tl «I ;cl {aL ;i!> Fret:Yu:. Fres:aLs7 Fes TtTJ. Crsh TOTAL Ct.: ;; T:ts %et{uh I:ma:Vs: Fee Rste Due Fsei:nise Fees 25__ Re:eTrts Receipts R±x?ats FeeFe:t:r Pei t_ticic.at:• 5 L.13 135: 5 3 5 1.13 135: 5 • S Qt•1 5 3 5 k« 3 115 155: 5 5 '.1t: 3 _ - 5 113 139: 5 5 .5 5 1.13 15h 5 5 ._ _ 3_ 1.13 i35 5 _ f:Fs: 3 115 155e it • 5 $1:t:-__ 5 - 1.13 1535 5 Qt•3 S. S - 5 - 5 5 et:._ 5 5 5 • 1.13 153: 5 3 :te.err.:_ • $ 5 - 113 155i 5 5 Ze mse• 5 5. c 113 15ii 5 5 :':cs. t:: Qt,4 ast: E RecjainStreixs S Uni,•sz:t{D- 3uit2LC F.:-'ds 3332:. Att:: A=unQStct::n Page 56 oP 64 PREVIOUS CONTRACT NO. NMI. BID NO. G0924908B1 ATTACHMENT "A" (Continued) SEGMENT 15 COMMERCIAL FRANCHISE FEE STATEMENT SAMPLE CCmmential Franchise r-ea Statement Franchised Neuter In accordance with Article 5.Z., Commercial Franchise ate, of the Agreement between 6rovward County and for furnishing Solid t9raste Collecttissrb Services, the fofloaving statement is submitted: Billings: The total gross billies during, the preceding month and Otte year-to-date total for commercial collection services: Month ...._ . Year to Cate Collections: The total gross anoint¢ of rnonrys collected or value received during the Preceding month and the year-to-date total for commercial collection sevvioe : Month _ (sett ti Month Year to Date brand efr15%) ttivvi=0 Year to Gate Q4rar r Pre 3550 Attached is a check in the amount of. $ which represents the commercial franchise fees due to Froward County for the month anti year of State of Florida County of Sroward } 5S mule/ SIgnaturr The foregoing was acknowledged to be true and correct before me by Signed and dated this . of , 20 Page 57 of 64 PREVIOUS CONTRACT NO. N/A' BID NO. G0924908B1 ATTACHMENT "B" DRUG FREE WORKPLACE CERTIFICATION The undersigned vendor hereby certifies that it will provide a drug -free workplace program by: (1) Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offerors workplace, and specifying the actions that will be taken against employees for violations of such prohibition: (2) Establishing a continuing drug -free awareness program to inform its employees about: (I) The dangers of drug abuse in the workplace: (ii) The offerors policy of maintaining a drug -free workplace; (iii) Any available drug counseling, rehabilitation, and employee assistance programs; and (iv) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace; (3) Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph (1); (4) Notifying all employees, in writing, of the statement required by subparagraph (1), that as a condition of employment on a covered contract, the employee shall: (I) Abide by the terms of the statement; and (ii) Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction. (5) Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision (4) (ii) above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee; (6) Within 30 calendar days after receiving notice under subparagraph (4) of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: (I) Taking appropriate personnel action against such employee, up to and including termination; or (ii) Requiring such employee to participate satisfactorily in a drug abuse assistance cr rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and (7) Making a good faith effort to maintain a drug -free workplace progra of subparagraphs (1) through (6). STATE OF C101trt COUNTY OFOLOo-d The foregoing instrument was acknowledged before me this day of t , 20 by \Q (�+-(\ 1 ��++ (Name of person who's signature is being notarized) C (� as t�,2f e..�`Cl- t Q rN e t j tcark-43 if �.}l 1Vt�.. i� �l� t e a r\ CAJUN.* Gi.. (Title) } (Name of Corporation/Company) Print endor Name)), '(A. (. ttt. r t"j �: t: k �•.‘.1!' C Cnown to m)o be the person described herein, or who produced (Type of Identification) as identification, and who did/did not take an oath. TARYPUB1. : (Signatyre).rNYsjekYtt� (Print Name) My commission expires: t ' twV-iff) O 2Dt NOTARY PCBL(C•ST; TE OF FLORIDA Rosie Marie Richardson =Commission # EE070099 -•,,'` s Expires: MAR. 03, 2015 BateDTHRUATLA flCAOAbLVGCo.,INC. Page 58 OF 64 PREVIOUS CONTRACT NO. NIA BID NO. G0924908B1 ATTACHMENT "C" INVITATION FOR BID SUPPLEMENTAL SPECIAL INSTRUCTIONS TO BIDDERS LIVING WAGE ORDINANCE The following is a summary of requirements contained within Broward County Ordinance 2008-45, as amended ("Living Wage Ordinance"). This summary is not all-inclusive of the requirements of the Living Wage Ordinance. If there is any conflict between the following summary and the language in the Living Wage Ordinance, the language in the Living Wage Ordinance shall prevail. These terms may supplement the specific requirements of the Living Wage Ordinance in order to effectuate its intent. For further information about bidder's obligations under the Living Wage Ordinance, an electronic version of the full Living Wage Ordinance may be obtained from the Purchasing Division's website at htto://www.broward.orgfourchasinq/ by clicking on "Living Wage Information" or by going to http://www.broward.orq/Purchasing/DocumentslLivingWageOrd inance. The Bidder, under the terms of a contract awarded subject to the Living Wage Ordinance must comply with the following requirements. By submitting a bid pursuant to these procurement specifications, a bidder is hereby agreeing to comply with the provisions of the Living Wage Ordinance and acknowledges awareness of the penalties for non-compliance. I, LIVING WAGE REQUIREMENT: A. All covered employees, including those of the Bidder's subcontractors, providing services pursuant to the Bidder's contract, shall be paid wage rates in accordance with the Living Wage Ordinance, as adjusted. The Bidder and covered subcontractors, hereinafter referred to as "covered employer" may comply with this living wage provision by choosing to pay no less than the lower specified hourly wage rate when said employer also provides health benefits to its covered employees. Proof of the provision of health care benefits must be submitted to the County to qualify for the living wage rate for employees with health care benefits. To comply with this requirement, the notarized compliance affidavit, Living Wage Ordinance Compliance Affidavit, Exhibit 1 of this bid attachment, should be returned with the bid but must be received prior to award. B. Covered employees shall be paid not less than bi-weekly and without subsequent deduction or rebate. The covered employer shall pay living wage rates in accordance with federal and all other applicable laws such as overtime and similar wage laws. C. The covered employer must post in a prominent place at the site of the work and where paychecks are distributed, a notice (Living Wage rates poster) specifying the wages/benefits to be paid under the Living Wage Ordinance. This poster will be made available by the County. Bidders shall provide a copy of the requirements of the Living Wage Ordinance to any subcontractor submitting a bid for a subcontract under this contract, prior to their submitting a bid to the Bidder. D. The covered employer shall provide the three -language statement to each covered employee with the employee's first paycheck and every six (6) months thereafter in the manner set forth by the Living Wage Ordinance. 11. LIVING WAGE - INDEXING: The living wage rate and the health benefits payment shall be annually indexed to inflation consistent with indexing methodology set forth in the Living Wage Ordinance. The living wage rates will be published by the County on an annual basis. Page59oF64 PREVIOUS CONTRACT NO. N/A BID NO. G0924908B1 ATTACHMENT "C" (Continued) INVITATION FOR BID SUPPLEMENTAL SPECIAL INSTRUCTIONS TO BIDDERS LIVING WAGE ORDINANCE III. SANCTIONS FOR UNPAID WAGES: In the event of any underpayment of required wage rates by the covered employer, civil and/or administrative penalties may be assessed to include sanctioning a service contractor by requiring the service contractor to pay wage restitution to the affected employee or subcontractor or by other means of sanctioning in accordance with the Living Wage Ordinance. IV. PAYROLL; BASIC RECORDS; REPORTING: A. Each covered employer shall maintain payroll records for all covered employees and basic records relating thereto and shall preserve them for a period of three (3) years beyond the termination or expiration of this contract. The covered employer shall make the covered employees' payroll records required available for inspection, copying or transcription by authorized representatives of the County for a period of three years from the termination date of any County Service Contract, and shall permit such representative to interview employees during working hours. Failure to submit the required reports upon request or to make records available may be grounds for termination of the contract. The service contractor is responsible for the submission of the information required by the Living Wage Ordinance and for the maintenance of records and provision of access to same by all covered subcontractors. B. The covered employer shall submit the payroll information required every six months, to the applicable agency's Contract Administrator, including a copy of the complete payroll for one payroll period showing employer's payroll records for each covered employee working on the contract for covered services. G. Exemption: The covered employer may request and obtain an exemption from the requirement to report and file payroll records every six (6) months from the Director of Purchasing under the conditions set forth in the Application for Exemption, Exhibit 2 of this bid attachment. V. SUBCONTRACTS: Covered employees of Bidder's subcontractors, providing covered services pursuant to the Bidder's contract, shall be paid wage rates, as adjusted, in accordance with the Living Wage Ordinance. The Bidder shall insert in any subcontracts the applicable clauses as required by the Living Wage Ordinance and also a clause requiring the sub -contractors to include these clauses in all other subcontracts. The Bidder shall be responsible for compliance by any subcontractor with the Living Wage Ordinance as it applies to their subcontract. VI. COMPLAINTS AND HEARINGS; TERMINATION AND DEBARMENT: If a covered employee believes that he or she is not being paid in accordance with the Living Wage Ordinance the employee may file a complaint with the Professional Standards Section of the Internal Investigations and Oversight Division in accordance with the County's Living Wage Complaint Procedures. Complaints will be investigated, determinations issued, and hearings afforded to the effected parties in accordance with the County's Living Wage Complaint Procedures. Covered employers found to have violated the Living Wage Ordinance may suffer any or all sanctions provided for in the Living Wage Ordinance, including wage restitution, damages, termination or suspension of payment under the contract, termination of the contract, and debarment. The Living Wage Ordinance also provides employees with a private right of action in court. Page 60 OF 64 PREVIOUS CONTRACT iJO. N/A BID NO. GO92490$B7 ATTACHMENT "C" EXHIBIT 1 (continued) BROWARD COUNTY LIVING WAGE ORDINANCE COMPLIANCE AFFIDAVIT is certification must be provided prior to award of the contract Covered Employer: r•• `.1411 1 C. t,:, E NI .J 1 & U N 7-1(= ►.P1;1t>~. S Ett't c.EU f (S R-o ► AJ A, 1,1.4. Address' 3 \V k kJ W \ () 1 nt.. ,, Pc)-AP4>✓� Gcpc.N , F �- 33 0(nti Phone Number: 1 5 r f_ S I- 11 O O I -1 b 1 Local Contact: es, .1 ` C-(" ,ckC013, Bid/Contract Number: c., o c a tiGlo g 6, Address: Contract Amount: t r ti • I ` �_- 3 g Phone Number: cis q -. Z _ y 300 1 Department Served: ASTL ,I kEc_-t-L.tlJir7 Str(LUKL'j W Brief Description of SemviS PQ tit 1sWkS -r i-etY c-u N C, `. c.,:Stv1 C. (s:S f ti R 0.) 1 tJ C Q R P d [Z.N.114) 3 I '„✓rm LO Please check ong: health benefits valued at $ i • 4'; per hour. By signing below I hereby certify thal the covered employees listed below: A. r't Receive a minimum pay of S .i., • 17: per hour and are provided B. `•' Receive a minimum pay of S 1' ..S 1 per hour and are not provided health benefits. Provide names of employees and job classifications providing covered services for the above referenced contract' Name Job Class A or B Name Job Class A or B ' n _.--- __- O 0. G`jrJL�"S lots)✓er- - ►® 3 o t= is t1 " -CoRkv �r1 ✓ t 0 i r-�, I111 ❑ offs kfI6A,nf 1rrr.cr ■ addiiionafsheets in II the format above. If needed _-.____ __ I, 4,1 v C_ a.lrIrr''J of Cho,ce c',.✓,.74ate,f h.7a& sits,") rf.6',,4'hrl;i.✓ el l ery attest that (Name) (Title) (Company) (1) 1 have the authority to sign this notarized compliance affidavit, (2) the following Information Is true, complete and correct and (3) the Company certifies that it shall: Pay all employees working on This conlractproject, who are covered by the Broward County Living Wage Ordinance, as amended, In accordance with wage rates and provisions of the Living Wage Ordinance; Provide the applicable living wage statement regarding wage rates with the employee's.first paycheck or direct deposit receipt as required by the Living Wage Ordinance, as amended; and (IF APPLICABLE) If health care benefits are pr vided under'A above, the health care benefit meets the standard health benefit plan as described In Section 627.6699 (12)(b)(4), Florida Statut amended. As a principle officer of the covered employer, the undersigned affirms that the referenced Florida Statute has been revi d,tll aa employer's health plan meets all the elements required by the statute, as amended. r i -�„ C. ro Smgnalu ry 'y TO AND SUBSCRIBED1 BEFORE MEthis`( dayof20 /L. Title P _ -. STATE OF -'- COUNTY OF ,.) GPAHT I. r. , ! : 1. k. i My commission expires: n' )s(I d t3 Im Notary Public i (Print, type or stamp commissioned Personally Known or Produced Identification aa7 , tiE ty name o1 Notary . , wodatiathitkOn _.f __ _ Type of Identification Produced: ftemewasan Page 61 or 64 PREVIOUS CONTRACT NO. N/A BID NO. G0924908B1 ATTACHMENT"C" BROWARD COUNTY LIVING WAGE ORDINANCE COMPLIANCE AFFIDAVIT (This certification must be provided prior to award of the contract) EXHIBIT 2 (continued) • APPLICATION FOR EXEMPTION FROM LIVING WAGE ORDINANCE REPORTING REQUIREMENTS In accordance with Broward County Ordinance No. 2008-45, as amended. "Living Wage Ordinance" (LWO), 011 covered employers we subject to the LWO requirement for payroll reporting unless an exemption applies and has been granted. Covered employers may submit This affidavit with their bid or proposal to apply for an exemption from these reporting requirements. Exemptions based on the categories listed below may be granted by the Director of Purchasing prior to contract award; however, an exemption may be canceled at any time by written notice to the covered employer. To request an exemption, the covered employer must complete and submit this exemption application prior to award. SECTION 1: COVERED EMPLOYER INFORMATION (SERVICE CONTRACTOR) c f i�iLilV O Company Name: C IC t EN V tit 0 IV M t m. S et2.vr UA Contact Person: Company Address: ) \ 0 \ \A) \ l E «G( (. City: -\..) 0 I'4 of O j6t lstN State: F t... Zip: SS 064 Phone: CISN - T10 0 SECTION 2: USING AGENCY AND BID/CONTRACT INFORMATION (' Using Agency: LAg'S '.C-Vb 11�C G 1N S BidlContract#: " I r` l `�} o 1 Bid/ContractTitle: SOLI A) UJPrSi1 4r 9-el-YCLAN to 5I?R.\)1(.Cs Cc, R t��VtULa)P-AiNtil-11) 6anta;flay Name of Agency Contact: 3O 1"t N \ 0 QQS-e L) (7 4 Agency Contact's Phone: `1.04 —3 Slcr —COW' GL t j rl Bid/Contracl Amount: S ! r ti l a 3 i\ J• 3 Zo\Ack Lea ct Lc.; 1:.; SECTION 3: EXEMPTION BASIS (Check ono of the options below and submit supporting documentation as requested) (LWO 26.103(e)(1); Wage History: Covered employer demonstrates to the satisfaction of the Director of Purchasing thal its covered employees have been continuously paid the applicable living wage rates or higher wages for at (east ene (1) year prior to entering into the service contract. Required documentation • Provide or attach prior payroll records or pay scale records (by job classifications) confirming This basis for exemption. C (LWO 26.103(e)(2): Contractual: Covered employer demonstrates to the satisfaction of the Dieclor of Purchasing that the amounts paid to its covered employees are required by taw or are required pursuant to a contractual obligation, such as a Collective Bargaining Agreement (CBA), union scale, etc Required documentation: A copy oI the CBA or other contractual agreement must be submitted with thls application with the controlling language clearly marked. or a letter from the union slating that the union contract requires the CBA to supersede the LWO or other recognized company pay schedule as the basis for compensation provided that it exceeds the LWO wage rale amounts. SECTION 4; CERTIFICATION AND NOTARIZED COMPLIANCE AFFIDAVIT r &tale. (Name) (Title) of / 'rs:.:' `:.: •:vim: / 5e:e✓cii F! �.6^, hereby ahest that (Company) (1) I have the authority to sign this notarized compliance affidavit, (2) the following information is true, complete and correct and (3) the Company certifies thal its wages paid to employees providing covered services under this contract/project are al least equal to or greater than the living wage per the exemption basis selected above and in accordance with age r tes 'pcovr/ ons of the Living Wage Ordinance. as amended. Signature SWORN TO ANO.SUBSCRIBED BEFORE ME this / Y "lay of .%'.G STATED •'1'�" `(� ? . •' ` � • ` COUNTY OF [:' r My commission expires* (Print. type or stamp commissioned name of No 1 Notart Ptrbtie '( tr, i 4�S Personalty Known , I cr Produced Identification Type of Identification Produced: ,20Jj Page 62OF64 a• PREVIOUS CONTRACT NO. Dill. ATTACHMENT "C" BID NO. G09249088I EXHIBITS (continued) BROWARD COUNTY LIVING WAGE ORDINANCE COMPLIANCE AFFIDAVIT This certification must be provided prior to award of the contract ^Covered Employer , I _. i r, r E r �.i �)c',I1je1Ii:1-..•�$�.:•l•'(jt•.,(ri,. • :.t. Address: l '; r •; ( , L. .t! i ` fC ,i • .•� e.i I (• !, ram; I .. Phone Number: Local Contact: • BidlContract Number. Address: Contract Amount: Phone Number: Department Served: Brief Description of Service Provided: please check one: health benefits valued al 5 per hour. By signing below I hereby certify that Ilie covered employees listed below: A. Receive a minimum pay of $ per hour and are provided _ B. Receive a minimum pay of $ per hour and are not provided health benefits. _ Provide names of employees and job classifications providing covered services for the above referenced contract: Name Job Class A or B Name Job Class A or B a 0 ❑ 0 ❑ ❑ ❑ 0 (Attach addition?sheets in the format above, if needed) ❑ of hereby attest that (Name) (Title) (Company) (1) I have the authority to sign This notarized compliance affidavit, (2) the following Information is True, complete and correct and (3) the Company certifies that i1 shall: Pay all employees working on this contract/project, who are covered by the Broward County Living Wage Ordinance, as amended, in accordance with wage rases and provisions of the Living Wage Ordinance; Provide the applicable living wage statement regarding wage rates with the employee's first paycheck or direct deposit receipt as required by the Living Wage Ordinance, as amended; and (IF APPLICABLE) If health care benefits are provided under "A" above, the health care benefit meets the standard health benefit plan as described In Section 627.6699 (12)(b)(4), Florida Statutes, as amended. As a principle officer of the covered employer, the undersigned affirms that the referenced ' Florida Statute has been reviewed and the covered employer's health plan meets all the elements required by the statute, as amended. Signature. SWORN TO AND SUBSCRIBED BEFORE ME this day of 20` Title STATE OF COUNTY OF My commission expires: Notary Public (Print, type or stamp commissioned Personally Known or Produced Identification name of Notary Public) Type of Identification Produced: • (•. i.1fi IC_ t i , 1k (c.r;'it)\ Page 61 of 64 PREVIOUS CONTRACT ISO. N/A BID NO. G092490881 ATTACHMENT "C" FROWARD COUNTY LIVING WAGE ORDINANCE COMPLIANCE AFFIDAVIT (This certification must be provided prior to award of the contract) EXHIBI1 2 (continued) APPLICATION FOR EXEMPTION FROM LIMING WAGE ORDINANCE REPORTING REQUIREMENTS In accordance with Broward County Ordinance No. 2008-45, as amended, 'Living Wage Ordinance' (LWO), all covered employers are subject to the LWO requirement for payroll reporting unless an exemption applies and has been granted. Covered employers may submit Ihis affidavit with their bid or proposal to apply for an exemption from these reporting requirements. Exemptions based on the categories listed below may be granted by the Director of Purchasing prior to contract award; however, an exemption may be canceled at any time by written notice to the covered employer. To request an exemption, the covered employer must complete and submit this exemption application prior to award. SECTION 1: COVERED EMPLOYER INFORMATION (SERVICE CONTRACTORS ;•t- I 1 )• •• '^ ' ) ; \ t '' f s `` t 's` Company Name: Contact (_-L, ,�J Person: Company Address: City: _ State: Zip: Phone: SECTION 2: USING AGENCY AND B1DJCONTRACT INFORMATION Using Agency: Bid/Contract Title: Bid/Contract ff: Name of Agency Contact: Bid/Contract Amount: $ Agency Contact's Phone: SECTION 3: EXEMPTION BASIS (Check one of the options below and submit supporting documentation as requested) ❑ (LWO 26.103(e)(1); Wage History: Covered employer demonstrates to the satisfaction of the Director of Purchasing That its Covered employees have been continuously paid the applicable living wage rates or higher wages for at least one (1) year prior to entering into the service contract. Required documentation: Provide or attach prior payroll records or pay scale records (by job classifications) confirming this basis for exemption. ❑ (LWO 26.103(e)(2): Contractual: Covered employer demonstrates 10 the satisfaction of the Director of Purchasing that the amounts paid to its covered employees are required by law or are required pursuant to a contractual obligation, such as a Collective Bargaining Agreement (CBA), union scale. etc. Required documentation: A copy of the CBA or other contractual agreement must be submitted with this application with the controlling language clearly marked. or a letter from the union stating that the union contract requires the CBA to supersede the LWO or other recognized company pay schedule as the basis for compensation provided that it exceeds the LWO wage rale amounts. SECTION 4: CERTIFICATION AND NOTARIZED COMPLIANCE AFFIDAVIT I of hereby attest that (Name) (Title) (Company) (1) I have the authority to sign this notarized compliance affidavit, (2) the following information is true, complete and correct and (3) the Company certifies that its wages paid to employees providing covered services under this contract/project are at least equal to or greater Than the living wage per the exemption basis selected above and in accordance with wage rates and provisions of the Living Wage Ordinance. as amended. Signature SWORN TO AND SUBSCRIBED BEFORE ME this day of 20 STATE OF COUNTY OF My commission expires: (SEAL) (Print, type or stamp commissioned name of Notary Public) Notary Public Personally Known or Produced Identification Type of Identification Produced: •—( %>#` . L hGI ,; �,. i )l C t, r? 1pj i~'1 c.-111 ('C L i c t I) I &, Tt s •4lt r` 1,1 v' t1t:.1 I't..G-:_,t t','(-k1 fiC01t:•t' Page 62 OF 64 PREVIOUS C OK T R.&C T itO. L4 BID WO. G0924908B1 ATTACHMENT "D" CERTIFICATION OF VENDORS PROVIDING BENEFITS FOR DOMESTIC PARTNERS The undersigned vendor hereby certifies that its employee benefits policies are in compliance with Broward County Ordinance #1999- 03. as amended by Broward County Ordinance #1999-18, as follows: A. Vendor's employee benefits program includes the following minimum standards: 1. Any vendor's employee who is a party to a domestic partnership relationship is entitled to elect insurance coverage for his or her domestic partner or a dependent of such domestic partner on the same basis in which any other vendor's employee may elect insurance coverage for his or her spouse or dependents. A vendor's employee's right to elect insurance coverage for his or her domestic partner, or the partner's dependent, extends to all forms of insurance provided by the vendor to the spouses and dependents of vendor's employees. 2. Any vendor's employee who is a party to a domestic partnership relationship is entitled to use all forms of leave provided by the vendor including, but not limited to sick leave and annual leave to care for his or her domestic partner or the dependent of the domestic partner as applicable. 3. All other benefits available to the spouses and dependents of vendor's employees are made available on the same basis to the domestic partner, or dependent of such domestic partner, of a vendor's employee who is party to a domestic partnership relationship. 4. It is within the vendor's discretion as to what benefits are provided to its employees and whether vendor's employees who are party to a domestic partnership relationship must be registered in accordance with Broward County Ordinance No. 1999-03, as amended, in order to be eligible for access to employee benefits. B. The vendor's domestic partnership eligibility criteria are substantially equivalent to the following: 1. Each domestic partner is al least 18 years old and competent to contract. 2. Neither domestic partner is married nor a partner to another domestic partnership relationship. 3. The domestic partners are not related by blood. 4. Consent of either domestic partner to the domestic partnership relationship has not been obtained by force, duress, or fraud. 5. Each domestic partner agrees to be jointly responsible for ea ► of " i .�y helter. STATE OF V' 1.c C O\ Q. COUNTY OF "1710WRi`C4 The foregoing,yrsttruum� was agn�owle}Bed before me this J,tt _ day of byLL 11 YN of �(Name of pe s whose signature is bei g notarized) ©1c_e_ n'4too re me(-1 (Name of corporation/entity) herein, or who produced (Type of identification) N c,S?' RY PUB nazi f i chaeasz (Print name) State of ' l ac-, a tatLarge (SEAL) r� My commission expires: MOMI CZ, AD 15 (Print endor name) ; as Gener' (.known to me (Title) be the person described as identification, and who did/did not take an oath. NOTARY PW3WC•STATE OF FLORIDA Rosie Marie Richardson s Commission # EE070099 Expires: MAR. 03, 2015 BONDED TRRD AM\TfC BONDING CO, INC. Page 63 of 64 CERT[FECATE' OF Lt J3tL[TY" INSURANCE DATE IMMI/ODIYYYY) /9/2010 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR 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 PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions 011ie policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lleu of such endorsement(s). PRODUCER Willis of New Jersey, Inc. 1015 Briggs Road. Suite 100 PO Bo:: 5005 Mt. Laurel NJ 08054 :NSUREO Choice Environmental Service Inc. 2860 State Road 84 Suite 103 Ft. Lauderdale FL 35312 NAME: Joan Williams 1AtC.NNEg.Eu):E56-919-5611 lam No1:856-914-1883 ADDRESS: ;oan.williamsWwillis.com peocucee f chris Stafford - CHOIENV INSURERIS) AFFORDING COVERAGE NAM C INSuriana:N,tl Union Fire Ins Co of Pittsburg 19445 INsunens:Everest Indemnity_Insurance Co 10851 INSURERC:Interstate Fire and Casualty Cc. 22829 INSURERD: _ INSURER E t COVERAGES CERTIFICATE NUMBER:1397358335 REVISION NUMBER: THIS IS PERIOD WHICH 70 ALL OISR I LTR ,IRSR TO CERTIFY THAT THE POLICIES OF INSURANCE INDICATED. NOTWITHSTANDING ANY REQUIREMENT. THIS CERTIFICATE MAY BE ISSUED OR MAY THE TERMS. EXCLUSIONS AND CONDITIONS PERTAIN, OF SUER• WW1; LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE ADOL POLICY NUMBER POLICY EFr— IIIW0n/Y rejje POLICY E10' WDOIYYYf — _ ULIIS A i OEUERALLm81LIrf X I COMMERCIAL GEIERALLUuI LITY OCCUR IGtA572060 ) 12/10/20,0 12/10/2011 , EAUiCX:CURRENCE 31.000,000 LO P RESESIEn�00oarere) $100,000 _ _. CLAMS -MADE J ME0EXP era $5,000 PERSONAL aADV INJURY 31,000.000 GENEPALAGGREGATE 52.000,000 GEM. AGGREGATE LIMIT APPLIES PER 1 POLICY I�IABIF r• 1I LOC PRODUCTS . COMP/OP AGO 1 52, 000. 000 i 5 ' AUTOMOBILELUTY X _..— ,; I% ANY AUTO ALL 0N9tiED AUTOS SCNED'.AED AUTOS HIRED Aiiros N0N0YNEDAUTOS r CA1469961 i 12/10/2010 12/10/201t COMBINEDSINGLE UMGT 51,000,00D (Ea elide/CI _ — BODILY INAJRY (Pm penan) 5 BODILY INJURY (Per acadortl) 3 PROPERTY DAMAGE O'er accident) 5 3 -- .-- 5 C _ X UMBREJ.LAUAB. !X EXCESS LIAR OCCUR - cu.IMSVADEI . Ut•100004840.6260 .. ... 12/.30/2010. 12/10/2011 EACHOCCURRENCE $5,000,000 AGGREGATE 5 .000,000 -- X DEDUCTIBLE RETENTION 55.000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNERsEi(ECUTIVE Y1M OFFICE RJMIEMBEREXCLUDED? I I (Mandatory In NH) N yes, describe under DESCRIPTION OFOPERATIONSbelow NIA 'ADSTORyAMI75I O�TRH E.L EACH ACC TENT E l DISEASE • EA EMPLOYEi fL E.L DISEASE -POLICY LIMIT --T- - 5 B Umbrella I7101000237-101 _2/10/2CL0 12/00/2011 510 million each occurrenee/ aggregate DESCRIPTION OF OPERATONS (LOCATIONS I VEHICLES (Attach AC DEW 10'1. Additional Ramarka Senedoia, Ir mart apart Is mgJreen Named Insured includes: Choice Environmental Services, Inc. Choice Environmental Services of Miami, Inc. See Attached... CERTIFICATE HOLDER CANCELLATION aroward County Board of County Commissions Risk Management 115 South Andrews Avenue Fort Lauderdale FL 33301 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 tf l' ,114.0. 0. yxat. O 1988-2009 ACORD CORPORATION. Ail rights reserved. ACORD 25 (2009/09) The ACORD name and Logo are registered marks of ACORD ACORD AGENCYCUSTOMERID: Chris Stafford - CHOIENV LOC V: ADDITIONAL REMARKS SCHEDULE Page 3 of 1 AGP:CY Willis of New Zersey, Inc. NAMED INSURED • Choice Environmental Service Inc. 2860 State Road 84 . Suite 103 Ft. Lauderdale FL 35312 PQUCYGUHaER ' CARRIER TWO CODE EFFECTIVE DATE: ADDITIONAL REMA THIS ADDITIONAL REMARKS FORM 1S A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Choice Environmental Services of Collier, Inc. Choice Environmental Services of Ft. Pierce Choice Environmental Services of St. Lucie, Inc. American Waste LLC Choice Environmental Services of Broward, Inc. Choice Environmental Services of Miami -Dade, Inc. Choice Recycling Services of Broward, Inc. Choice Recycling Services of Miami, Inc. choice Recycling, Inc. Choice Sanitary Services of Florida Inc. Choice Sanitation Inc. Earthcare Resource Management of South Florida Inc. Eco Waste Gulfstream Holdings LP Immokalee Disposal Corp. Mac Pac Waste and Recycling Public Waste united Environmental Services of South Florida Choice Environmental Services of Highlands County, Inc. Choice Environmental Services of Lee County Auto - Additional Insured subject to form 87950 (10/05) General Liability - Additional Insured subject to form 61712 (08/07) Waiver of Subrogation subject to form CG2402 (10/931 Certificate )colder Additional Insured as per forms referenced BID NO. G0723504131 ACORD 101 (2008101) ® 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORD CEr TDG UCA B OF UUGABt T Ir NSUR ANCE DATE (MMIDDIYYYY) 5/28/2010 PRODUCER (407) 833-0300 FAX: (407) 333-3277 Breen Ragland Group 255 Primera Blvd. Suite 434 Lake Mary FL 32746 INSURED Choice Environmental Services, Inc. 2860 SR 84 Ft Lauderdale FL 33312 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER. A Zenith Insurance Company 13269 INSURER B INSURER C: INSURER D: INSURER E NAIC COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO 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, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. DISK ADO'l' - POLICY EFFECTIVE POLICY EXPIRATION LTR INSRD TYPE OF INSURANCE POLICY NUMBER DATE IMMIDD/YYYYI DOTE1MM(DDWYYYI LIMIT$ GENERAL LIABILITY EACH OCCURRENCE S DAMAGE TO RENTED COMMERCIAL GENERAL LIABILITY PREMISES (Ee occurrence) S CLAMS MADE OCCUR MED EXP (Any one person) 5 PERSONAL & AOV INJURY ' $ GENERAL AGGREGATE 5 GENT. AGGREGATE LIMIT APPUES PER: PRODUCTS • COMP/OP AGG $ POLICY JFa LOC AUTOMOBILE LIASIUTY COMBINED SINGLE LIMB ANY AUTO (Ea ocu0enl) $ ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) HIRED AUTOS BOOLLYINJURY S NON•OWNED AUTOS (PR, accden1) PROPERTY DAMAGE S- (Per arca:enl) GARAGE LIABILITY AUTO ONLY - EA ACCIDENT S ANY AUTO OTHER THAN ---_EA ACC . S AUTO ONLY: AG; 5 - EXCESS /UMBRELLA LIABILITY EACH OCCURRENCE 5 OCCUR 1 CLAIMS MADE AGGREGATE 5 - .. DEDUCTIBLE -S - .. I RETENTION 5 _ -5 . - - -- A WORKERS COMPENSATION - WC STATU• :OTH- 'AHD EMPLOYERS' LIABILITY YIN I. .: TORYUIHILS_. i ER . ' - . _ _. _ .. 1,000 000 1 r QQQ „pop 1 000 000 ANY PROPRIETOR/PARTNER/EXECUTIVE❑ E.L. EACH ACCIDENT ' E OFFICER/MEMBER EXCLUDED? . (Mandatory In NH! 2069830803 . 6/1/2010 6/ 1 /2011 E.L. DISEASE • EA EMPLOYEES 11 yes, destADe under•- — -'—' ' SPECIAL PROVISIONS below : E.L. DISEASE • POLICY LIMIT 5 OTHER . DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Re: Haste 6 Recycling Services *Except 10 day notice when due to non payment premium. CERTIFICATE HOLDER CANCELLATION (954)577-2391 Broward County Board of County Commission Risk Management Division WRS or David Becker 115 South Andrews Avenue Ft Lauderdale, FL 33301 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO NWL 30* DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABIUTY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE James Dzeen/BEKAH ACORD 25 (2009101) INS025 (200901) ©1988.2009 ACORD CORPORATION. All righ The ACORD name and logo are registered marks of ACORD eserved. N tMPORTAfT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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 lieu of such endorsement(s). DISCLAIMER This Certificate of Insurance does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2009/01) INS025 (20o901) 4 Additional Named Insureds Other Named Insureds Choice Environmental Services of eroward, Inc Choice Environmental Services of Collier, Inc Choice Environmental Services of Lee County Inc Choice Environmental Services of Miami Inc Choice Recycling Services of Broward, Inc Choice Recycling Services of Miami, Inc Public Waste Services Waste Holdings Inc. Corporation, Insured Multiple Names Corporation, Insured Multiple Names Corporation, Insured Multiple Names Corporation, Insured Multiple Names Corporation, Insured Multiple Names Corporation, Insured Multiple Names Doing Business As Corporation, Insured Multiple Names OFAPPINF (02/2007) COPYRIGHT 2007, ANTS SERVICES INC Bid Ho. G09249GEB'( ATTACHMENT "F" EMPLOYMENT ELIGIBILITY VERIFICATION PROGRAM CONTRACTOR CERTIFICATION On January 4, 2011, Governor Scott issued Executive Order 11-02 which requires Broward County as a party to any State funded contracts to participate in the Employment Eligibility Verification Program ("E-Verify Program") administered by the U.S. Department of Homeland Security ("DHS"). The E-Verify Program can be found at www.uscis.00v, and click on the E: Verify Homepage Link on the right side of the page. The County has entered into a "Memorandum of Understanding" with DHS goveming the E-Verify Program. As a result of the adoption of the terms and conditions of the "Memorandum of Understanding" with DHS and Executive Order 11-02, any Contractor performing work pursuant to the State funded contract issued by the County is required to use the E-Verify Program to confirm employment eligibility of its current and prospective employees. The undersigned contractor hereby certifies that it will enroll and participate in the E-Verify Program, in accordance with the terms and conditions governing the use of the program by: (1) Verifying the employment eligibility of all persons employed during the contract term by the contractor to perform the work under this contract. (2) Enrolling in the E-Verify Program within thirty (30) days of the effective date of this contract by obtaining a copy of the "Edit Company Profile" page and make such record available to Broward County within seven days of request from the County. (3) Requiring all persons, including subcontractors, assigned by the Contractor to perform work under this contract to enroll and participate in the E-Verify Program within ninety (90) days of the effective date of this contract or within ninety (90) days of the effective date of the contract between the Contractor and the subcontractor, whichever is later. The Contractor shall obtain from the subcontractor a copy of the "Edit Company Profile" screen indicating enrollment in the E-Verify Program and make such record available to the County within seven calendar days from the County's request. (4) Displaying the notices supplied by DHS in a prominent place that is clearly visible to prospective employees and all employees who are to be verified through the system. (5) Initiate E-Verify verification procedures for new employees within 3 business days after the actual work start date of each new hire and thereafter shall respond appropriately to any additional requests from DHS or Social Security Administration (SSA). (6) Maintain records of its participation and compliance with the provisions of the F,.-V dfy Prograin and make such records available to the County within seven days of County's request. ) • 6 ) i // 1f' f. (4CoAtracror's SigAature) I. • j . ; . (P nt Vpndor Name) } STATE OF i e. ; is i�:ti. `, CF k t'Ctev L.LLi'.L c 1 i t l �_1.6!►;y COUNTY OF (..• _ e The foregoing instrument was acknowledged before me this 2 7day of A � By -�ft -cl i. W\ ` (Name of person who's signature is being notarized) , 20j1, As 1P ex -al C.oun5e. S' o C.Anoi -n\J trcme n. c 1 (Name of Corporation/Company) (Title) known to me to be the person described herein... who produced as identification, and who did/did not take an oath. OB110/2010 NOTARY PUBLIC•STATE OF FLORIDA rRorie Marie Richardson ;Commission # EE010099 -„, ,,,d. Expires: MAR. 03, 2015 BofkD®c uaavric co., arc. (Type of Identification) n ex i eD t `S' Commissia ps BROWARICOUNTY LOCAL BUSINESS TAX RECEIPT 115 S. Andrews Ave., Rm. A-100, Ft. Lauderdale, F L .33301-1895 — 954-831-4000 VALID OCTOBER 1, 2010 THROUGH SEPTEMBER 30, 2O11 DBA: Business Name: Owner Name: Business Location: Business Phone: Rooms PUBLIC WASTE SERVICES LLC PUBLIC WASTE SERVICES LLC 3101 NW 16 TERR Business Opened: 10/01/1999 POMPANO BEACH State/County/CertlReg: 954-349-4735 Exemption Code:NONEXEMPT Seats Employees 1 Receipt #: 329-30763 Business Type: ALL OTHERS (SOLID WASTE/RECYCLING COLLECT) Machines Professionals For Vending Business Only Plumber of Machines: Vending Type: Tax Amount Transfer Fee NSF Fee Penalty - . Prior Years Collection Cost Total Paid 33.00 0.00 0.00 0.00 0.00 0.00 33.00 THIS RECEIPT MUST BE POSTED CONSPICUOUSLY IN YOUR PLACE OF BUSINESS THIS BECOMES A TAX RECEIPT WHEN VALIDATED Maillng.Address: PUBLIC WASTE SERVICES LLC 3101 NW 16 TERR POMPANO BEACH, FL 33064 This lax is levied for the privilege of doing business within Broward County and is non -regulatory in nature. You must meet all County and/oi Municipality planning and zoning requirements. This Business Tax Receipt must be transferred when the business is sold, business name has changed or you have moved the business location. This receipt does not indicate that the business is legal or that it is in compliance with State or local laws and regulations. Receipt ftWWW-09-00422624 Paid 07/01/2010 33.00 • OS Op Toe A A P4 P•a1V+000 0 00.9, 0 0006 A 0. .. Dray 0Pk 00£ 'II e•l. p-• 'P n r n.du11V1/..V18 - L1/C11 UU►.111 VI JIM A. 1 QbC 1 VI .: r 7, f151 i .f tl+LOIRtU+A >i�['A1;1 litLN l UE ��1tl�rf i J IViStt} ♦eCSe a. r rM1.t'574 I.L-1 x y' Home Contact us E-Filing Services Document Searches Forms Help Previous onList Events Next on Lisl Namc History Return To Lisl Detail by Entity Gloms Florida Profit Corporation CHOICE ENVIRONMENTAL SERVICES OF BROWARD, INC. Filing Information Document Number P98000070460 FEUEIN Number 593524544 Date Filed 08/10/1998 State FL Status ACTIVE Last Event CANCEL ADM DISS/REV Event Date Flied 09/27/2007 Event Effective Date NONE Principal Address 3101 NW 16TH TERRACE POMPANO BEACH FL 33064 Changed 02/12/2009 Mailing Address 2860 SA. 84 STE 103 FORT LAUDERDALE FL 33312 Changed 01/29/2008 Registered Agent Name & Address SWANK, KENNETH R 2860 S.R. 84 STE 103 FORT LAUDERDALE FL 33312 US Name Changed: 01292008 Address Changed: 0129/2008 Officer/Director Detail Name & Address Title P&D BERRARD, STEVE R 2860 S.R. 84 STE 103 FORT LAUDERDALE FL 33312 Title CEO MILLER. GLEN 2860 S.R. 84 STE 103 FORT LAUDERDALE FL 33312 Title EVP AUCAMP. THOMAS 2860 S.R. 84 STE 103 FORT LAUDERDALE FL 33312 Title EVP Entity Name Search Submit http://www.sunbiz.orgiscripts/cordet.exe?action=DETFIL&inq_doc_number=P980000704... 4/27/2011 rr a-ww.sunbu.org - Department of State Page 2 of BYRNE. THOMAS 2860 S.R. 84 STE 103 FORT LAUDERDALE FL 33312 Title EVP RODRIGUE. NEAL 2860 S.R. 84 STE 103 FORT LAUDERDALE FL 33312 Title SECY SMITH, GRANT 2860 S.R. 84 STE 103 FORT LAUDERDALE FL 33312 Annual Reports Report Year Filed Date 2009 02/12/2009 2010 01/19/2010 2011 03/25/2011 Document Images 03/25/2011 •- ANNUAL REPORT I View image in PDF format 01/19/2010 -- ANNUAL REPORT I View image in PDF format 1 QVi2/2005 - ANNUAL REPORT I View image in PDF format I 0 /29/2008.-- ANNUAL REPORT ! Yew image in PDF format 1 0912712007 -- REINSTATEMENT ! View image in PDF format I Q21.13/2006 -- ANNU_AL REPORT View image in PDF format 08/18/2005 -- Amended/Restated Article/NC [ View image in PDF format I 04/02/20Q5 - ANNUAL REPORT 02/09/2004 -- ANNUAL REPORT ( View image In POF format I 01/17/2003 -- ANNUAL REPORT View Image in PDF format I 09/16/2002 -- Reg, Agent Change 04/23/2002 -_ ANNUAL REPORT 08/23/2001,-- Namc Change , 01/05/2001 -ANNUAL REPORT 09/l/2,00Q -- Name Change 07/05/2000 --ANNUAL REPORT 03/02/1999 •- ANNUAL REPORT 08/10/1998.-_DorrLSL Pfr 1il View image in PDF format View image in POF format 1 View image in PDF format Yew image In PDF format View image in PDF format View image in POF format J View image in PDF format View image In PDF format View image In POF format Note: This is not official record. See documents if question or conflict. Previous on List Events NeJ o_n List Rotvrn To List Name,Histojy t;o•re I Contact us I Document Searches I E•Filing Services I Forms I Helo I Copyright Ctl anc Privacy Policies State of Florida, Department of State Entity Name Search Submit http://www.sunbiz.org/scripts/cordet.exe?action=DETF I L&ing_doc_number=P980000704... 4/27/2011