Loading...
R-83-521 - 5/12/1983RESOLUTION NO. 521R Sdhe WHEREAS, the City Council wishes to enter into a contract with a third party to provide garbage collection services for the City, and WHEREAS, the City has duly advertised for bids from firms interested in providing said garbage collection services, and WHEREAS, the lowest and best bid was submitted by Weisinger Service Company, and WHEREAS, the City Council wishes to accept said bid and contract with Weisinger Service Company, Now Therefore BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS That the bid of Weisinger Service Company is hereby declared to be the lowest and best bid and is accepted, and BE IT FURTHER RESOLVED That the Mayor is hereby authorized and directed to execute on behalf of the City, a contract with Weisinger Service Company to provide said garbage collection service. RESOLVED this 12th day of May, 19, ATTEST: J ANNE LAND, City Secretary LARRJ L. TC'NN, Mayor City of Round Rock, Texas 4 J 4 of R0Up0 ,\ 9 o TFX AS ADVERTISEMENT FOR BIDS The City Secretary of the City of Round Rock, Texas will receive sealed bids for collection and disposal of residential, institutional, industrial and commercial solid waste until 10:00 a.m., Central Standard Time, on May 5, 1983 at the Office of the City Secretary at City Hall, 214 East Main Street, Round Rock, Texas 78664, at which time and place all bids will be publicly opened and read aloud. Proposals received after the above specified time will not be considered or accepted. The service covered under this contract is for collection, transportation, and disposal of solid waste from residential, institutional, commercial and industrial units served by the City of Round Rock Health and Sanitation Department, as specified in the specifications and contract documents. The Instructions for Bidders, Specifications, Contractors' Proposal, Form of Contract, Form of Bid Bond, Performance and Payment Bond, and other contract documents may be obtained at the office of the City Secretary located at City Hall, 214 East Main Street, upon payment of $25.00 for each set. A certified check, bank draft, or a satisfactory Bid Bond executed by the bidder and an acceptable surety, in an amount of twenty thousand ($20,000) dollars shall be submitted with each bid. The City of Round Rock reserves the right to waive any informalities or to reject any or all bids. No bidder may withdraw their bid within thirty (30) days after the actual date of the opening thereof. The City of Round Rock hereby notifies all bidders that in regard to any contract entered into pursuant to this advertisement, minority business enterprises will be afforded equal opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, sex, or national origin in consideration of selection. PUB. DATES: April 4, 1983 April 11, 1983 TABLE 0F, CONTENTS Section I Instructions to Bidders ARTICLE 1. ARTICLE 2. ARTICLE 3. ARTICLE 4. ARTICLE 5. ARTICLE 6. ARTICLE 7. ARTICLE 8. ARTICLE 9. ARTICLE 10. ARTICLE 11. ARTILCE 12. ARTICLE 13. ARTICLE 14. ARTICLE 15. ARTICLE 16. ARTICLE 17. Use of Separate Bid Forms Interpretations of Addenda Inspection of Site Alternative Bids Bids Bid Guaranty Collusive Agreements Qualifications of Bidder Corrections Time for Receiving Bids Opening of Bids Withdrawal of Bids Quantities Contractor's Proposal and Basis of Award Execution of Agreement Equal Employment Opportunity Pre -Bid Conference Section II General Specifications ARTICLE 1. ARTICLE 2. ARTICLE 3. ARTICLE 4. ARTICLE 5. ARTICLE 6. ARTICLE 7. ARTICLE 3. ARTICLE 9. ARTICLE 10. ARTICLE 11. ARTICLE 12. ARTICLE 13. ARTICLE 14. ARTICLE 15. ARTICLE 16. ARTICLE 17. ARTICLE 18. ARTICLE 19. ARTICLE 20. ARTICLE 21. ARTICLE 22. ARTICLE 23. ARTICLE 24. ARTICLE 25. Definitions Scope Type of Collection Operation Compliance with Laws Effective Date Nondiscrimination Indemnity Licenses and Taxes Term of the Contract Insurance Performance Bond Basis and Method of Payment A. Collection and Disposal Rates B. Modification of Rates C. Rate Adjustment Formula D. Provision for Unsual Rate Adjustments E. Audit F. Delinquent and Closed Accounts Compensation Payment Bond Transferability of Contract Exclusive Contract Ownership Discontinued Service/Breaches of Contract Contractor's Property Displaced Employees Collection Equipment New Service Contractor's Liability Termination of Contract i 1 1 1 1 1 2 2 2 3 3 4 4 4 4 5 5 5 6 6 10 10 11 13 13 13 13 14 14 14 15 15 15 15 16 17 17 18 18 18 19 19 19 19 20 21 21 21 21 21 TABLE OF CONTENTS CONT. ARTICLE 26. Liquidated Damages 22 ARTICLE 27. Special Pick-up Rates 22 ARTICLE 28. Rates for Clean-up for Special Occasions 22 Section III Contractors' Proposal Statement of Bidders Qualifications Section IV Affidavit Contract 23 28 2.9 30 Section V Bonds 32 Performance Bond 32 Payment Bond 34 Bid or Proposal Bond 36 Section VI Attachment 38 SECTION I INSTRUCTIONS'TO BIDDERS ARTICLE I. USE OF SEPARATE BID FORMS These Contract Documents include a complete set of Bidding and Contract forms which are for the convenience of Bidders and are not to be detached from the Contract Documents or filled out, or executed. Separate copies of Bid forms are furnished for that purpose. ARTICLE 2. INTERPRETATIONS OR ADDENDA No oral interpretations will be made to any Bidder as to the meaning of the Contract Documents or any part thereof. Every request for such an inter- pretation shall be made in writing to the City of Round Rock, Texas. Any inquiry received seven or more days prior to the date fixed for the opening of Bids will be given consideration. Every interpretation Blade to a Bidder will be in the form of an Addendum to the Contract Documents and when issued will be on file in the office of the City Secretary of the City of Round Rock, Texas, at least three (3) days before Bids are opened. In addition, all Addenda will be mailed to each person holding Contract Documents, but it shall be the Bidder's responsibility to make inquiry as to the Addenda issued. All such Addenda shall become part of the Contract Documents and all Bidders shall be bound by such Addenda, whether or not received by the Bidders. ARTICLE 3. INSPECTION OF SITE All Bidders shall tour the City and familiarize themselves with the work contemplated in the Contract. Submission of a Bid shall be deemed conclusive evidence that such a tour has been made by each Bidder and shall constitute a waiver by each of all claims of error in Bid, withdrawal of Bid or payment of extras, or combination thereof. ARTICLE 4. ALTERNATIVE BIDS No alternative Bids will be considered unless specifically requested. ARTICLE 5. BIDS a. All bids must be submitted on forms supplied by the City and shall be subject to all requirements of the Contract Documents. All Bids must be regu- lar in every respect and no interlineations, excisions, or special conditions shall be made or included in the Bid Form by the Bidder. b. Bid Documents including the Bid, the Bid Guaranty, the Non -Collusion Affidavit, and the Statement of Bidder's Qualifications shall be enclosed in envelopes (outer and inner) both of which shall be sealed and clearly labeled with the works (Solid Waste Collection and Disposal Bid Documents), name of Bidder, and date and time of bid opening in order to guard against premature opening of the bid. c. The City may consider as irregular any Bid on which there is an al- teration of or departure from the Bid form hereto attached and at its option may reject the same. a) An itemized list of the bidder's equipment available for use of the contract. b) A copy of the latest available certified financial statement of the bidder (or its parent corporation if individual subsidiary or division financial statements are not prepared and generally available) certified by an independent certified public accountant. c) Evidence that the bidder is in good standing in the State of Texas and,in the case of corporation organized under the laws of any other State, evidence that the bidder is licensed to do business in the State of Texas or a sworn statement that it will take all necessary action to become so licensed if its proposal is accepted. In the event that the City shall require additional certified supporting data regarding the Qualifications of the bidder in order to determine whether he is a qualified, responsible bidder, the bidder niay be required to furnish any or all of the following information sworn to under oath by him: a) Evidence that the bidder is capable of commencing performance as required in the Contract Documents. b) Evidence, in form and substance satisfactory to the City that the bidder has been in existence as a going concern for a reasonable length of time and possesses not less than one (1) year actual operating experience as a going concern in refuse collection and disposal. c) Evidence, in form and substance satisfactory to the City, that bidder possesses as a Doing concern, the managerial and financial capacities to perform all phases of the work called for in the Contract Documents. d) Evidence, in form and substance satisfactory to the City, that bidder's experience as a Going concern in refuse collection derives from oper- ations of comparable size to that contemplated by the Contract Documents. e) Such additional information as will satisfy the City that the bidder is adequately prepared to fulfill the Contract. The bidder may satisfy any or all of the experience and Qualification requirements of this paragraph by submitting the experience and qualifications of its parent organization and subsidiaries of the parent. ARTICLE 9. CORRECTIONS Erasures or other changes in the Bid must be explained or noted over the signature of the Bidder. ARTICLE 10. TIME FOR RECEIVINr, BIDS a. Bids received prior to the advertised time of opening will be securely kept unopened. The officer whose duty it is to open them will decide when the specified time has arrived, and no Bid received thereafter will be considered; except that when a Bid arrives by mail after the time fixed for opening, but before the reading of other bids is completed, and it is shown to the satis- faction of the City that the nonarrival on time was due solely to delay in the mails for which the Bidder was not responsible, such Bid will be received and considered. b. Bidders are cautioned that, while telegraphic modifications of Bids may be received as provided above, such modifications, if not explicit and if in any sense subject to misinterpretation, shall make the Bid so modified or amended subject to rejection. SECTION I1' GENERAL SPECIFICATIONS ARTICLE 1 - DEFINITIONS Abandoned Vehicles - A vehicle that applicable state laws deem abandoned. Agricultural Solid Waste - All organic waste products that are generated from farm production, operations of field, crops, orchards and animals. Baas - Plastic sacks designed to store refuse with sufficient wall strength to main- tain physical integrity when lifted by the top. Total weight of a bag and its contents shall not exceed 80 pounds. Base Rate - The rate for the collection of solid waste as originally contracted. Bin - Metal receptable designed to be lifted and emptied mechanically for use only at multi -family and industrial units. Bulky Waste - Stoves, refrigerators, water tanks, washing machines, furniture, tree parts, shrubbery, bagged or containerized rubbish, newspapers, magazines and other waste, other than construction debris, dead animals, hazardous waste or stable matter with weights or volumes greater than those allowed for bins or containers, as the case may be. Tree parts, shrubbery, bagged or containerized rubbish, newspapers and magazines shall be limited to 75 pounds in weight and be 4 feet in length; however, bundling of these items is not required. City - Round Rock, Texas Collection - The act of removing solid waste from the storage point at the source of generation. Collection Service - A public or private operation engaged in the collection and transportation of solid waste materials. Commercial Solid Waste - All bulky waste, construction debris, garbage and rubbish generated by a producer at a commercial unit. Commercial & Industrial Unit - All premises, locations or entities, public or private, requiring refuse collection within the City not a residential unit and so designated by a commercial utility rate. Construction Debris - Waste building materials resulting from construction, remodel- ling, repair or demolition operations. Container - A receptacle with a capacity of greater than 20 gallons but not more than 32 gallons constructed of plastic, metal or fiberglass having handles of adequate strength for lifting, and having a tight fitting lid capable of preventing entrance into the container by vectors. The mouth of the container shall have a diameter greater than or equal to that of the base. The weight of a container and its contents shall not exceed 80 pounds. Contract Documents - Advertisement for Bids, Instructions For Bidder, Contractor's Proposal, the Contract, Bid Bond, Performance Bond, Exhibits, Maps, and any addenda or changes to the foregoing documents agreed to by the City and the Contractor. Landfill - A site certified or permitted by the appropriate State or Federal agency as a proper disposal site for solid waste and designated by the City as an approved disposal site. Month - For the purposes of this contract, a month is defined herein as a calendar month in any year and in all calculations is equal to four and one third (4 1/3) weeks. Multi -Family - The term multi -family shall refer to all residential dwelling units of more than 4 units considered to be condominiums, apartments or grouped housing. Non-Putrescible Solid Waste - Solid waste materials that do not contain organic matter that is subject to rapid decomposition by fungi and bacteria. Ordinance - City of Round Rock regulations of solid waste. Offal Waste - Waste animal matter (land or marine, fowl or fish) from establishments such as butcher shops, slaughter houses, food processing and packing plants, sewage treatment plants, rendering plants, and fertilizer plants. Producer - An occupant of a commercial and industrial unit or a residential unit who generates solid waste. Putrescible Solid Waste - Solid waste materials containing organic matter that is subject to rapid decomposition by fungi and bacteria, such as food wastes and dead animals. Refuse - See Solid Waste. Residential Solid Waste - All garbage and rubbish generated by a producer at a resi- dential unit. Residential Unit - A dwelling unit within the City occupied by a person or group of persons. A residential unit shall be deemed occupied when either water or domestic light and power services are being supplied thereto. A condominium dwelling whether of single or multi-level construction, or separate single-family dwelling units shall be treated as a residential unit, except that each single-family dwelling within any such residential unit shall be counted and billed separately as a residential unit. Those multi -family residential units of more than 6 units shall be provided pick-up service as apartments or condo units under this contract. Roadside - Within the State, County of City right-of-way, including alleyways, on either side of open ditches. Rubbish - A mixture of small, non-putrescible household, institutional and commercial waste products containing a high percentage of combustible materials such as tree limbs, paper, cardboard, plastics, wood scrap, foliage, grass and leaves, and including non - combustibles such as glass, crockery, cans and light scrap metals, Synonym: Trash. Rendering - A process of recovering fatty substances from animal parts by heat treatment extraction and distillation. Separation - The systemtic division of solid waste into designated components. Service Unit - For the purpose of this contract, a service unit shall be a residential unit (single and multi -family) a commercial unit, industrial unit, institutional unit, and a municipal unit. To be defined as a service unit, a commercial unit shall have one (1) three (3) cubic yard container. 8 ARTICLE 2 - SCOPE • The work done under this contract shall consist of the items contained in the Contractor's Proposal including all the supervision, materials, equipment, labor and all items necessary to perform said work in accordance with the Contract Documents. Service shall be provided under this Contract to all service units as defined herein. Payment for such service shall be made under CONTRACTOR'S PROPOSAL. Service shall be provided under this Contract to all service units which are under City current service including all public and private elementary, junior and senior high schools, all city and county buildings, and all city and state park facilities and recreation areas. In addition, the Contractor shall offer special pick-up services. Special pick- up shall consist of materials requiring special handling, such as items not meeting specifications for bagging, containers, or not defined as solid waste to be collected from service units above or not on a regular collection day or at regular collection times. Special pick-ups shall be requested by a service unit and arrangements for payment shall not be greater than the maximum rate as set forth in PART 2 - SPECIAL SERVICE RATES in the Contractor's Proposal. ARTICLE 3 - TYPE OF COLLECTION The Contractor shall provide curbside collection of an unlimited amount of resi- dential solid waste to each residential unit two (2) tines per week and provide road- side collection of containers of commercial solid waste to each commercial unit, which qualifies as a service unit, three (3) times per week. Containers, bags, etc. shall be placed at roadside for collections by 7:00 a.m. on the designated collection day. The Contractor shall provide for collection on regular pick-up days of bulky waste and construction debris which meets specifications from service units. This service shall be included in the cost for collection of service units. When construction work is being performed on right-of-way, containers, bags, etc. shall be placed as close as practicable to an access point for collection vehicle. The Contractor niay decline to collect any container, bag, etc. not so placed. Containers shall be replaced by the Contractor where found and placed upside down with the lid placed on top of the overturned container. Containers will be handled with utmost care and protected from damages by careful handling. Cluster Housing Developments or Condominiums with private access roads will be treated as commercial units under this contract except in the following instances: Each unit shall be treated as a residential unit provided that containers, bags, etc. are placed at roadside as defined herein. Solid waste must be brought to the nearest public road for pick-up, except if the owner of a development indemnifies and holds harmless the Contractor and the City for damages to private streets and drive ways, the Contractor shall make collection along such private streets and driveways. Contractor shall not be required under this contract to enter private driveways to individual residential units. However, a residential unit may arrange for such service directly with the Contractor and residential unit shall pay an additional fee over and above that paid by the City under this contract for such special service directly to the Contractor. Contractor shall notify City of such arrangements and 10 G. Hauling - All solid waste hauled by the contractor shall be contained or enclosed so that leaking, spilling, blowing and littering are prevented. All methods of hauling waste shall comply with applicable City, State and Federal laws and regulations. H. Disposal - All solid waste collected for disposal by the contractor shall be hauled to the appropriate disposal site approved and permitted by the State Department of Healthandat a location approved by City of Round Rock. Any charge for disposal shall be included in the rate set forth in the proposal for each service unit served by the Contractor. I. Notification - The Contractor shall notify all service units, institutional units and commercial units about complaint procedures, rates, regulations and day(s) scheduled for solid waste collection and of any such changes thereof. Such notice shall be approved by the City. J. Point of Contact - All dealings, contacts, etc. between Contractor and the City shall be directed by the Contractor to the City Manager or his appropriate re- presentative. K. Litter or Spillage - The Contractor shall not litter premises in the process of making collections, but he shall not be required to collect any waste material that has not been placed in approved containers or in a manner herein provided. During hauling, all solid waste shall be contained, tied or enclosed so that leaking, spillage or blowing are prevented. In the event of spillage by the Contractor, the Contractor shall be required to clean up the litter at no additional cost to the City. L. Refus-.1 to Serve - The Contractor may refuse to serve a location as specified under one or more of the following conditions: 1. Contractor may refuse to collect refuse which is not placed in an approved container, bag or properly bundled. 2. Contractor niay refuse to collect refuse which is not placed in a proper location as specified herein. 3. Contractor will not be required to collect non-collectible waste except as directed as a special pick-up by the appropriate authority of the City or upon request directly from a service unit. The customer shall be notified of any refusal of service and a copy of said notice shall be sent to the City. Said notice shall inform the customer of the reason for the failure to serve him and shall designate instructions as to what will be necessary for service to be restored. 12 ARTICLE 9 - LICENSES AND TAXES The Contractor shall obtain all licenses and permits (other than the license and permit granted by the contract) and promptly pay all taxes required by all mu- nicipalities, the County and State. ARTICLE 10 - TERM OF THE CONTRACT The contract shall be for a three (3) year period beginning upon the performance of the contract and ending three (3) years thereafter. The initial three (3) year term of this contract may be extended for successive additional three (3) year terms at the option of the City.The Contractor shall notify the City sixty (60) days prior to the expiration of the initial three (3) year term or any of subsequent three (3) year term of its intent to terminate this contract or of its request for notification of renewal of this contract. Upon request by Contractor for the City to state its intention with regard to renewal of the contract, the City shall have forty-five (45) days from the date of receipt of this notice to exercise its option to extend the contract for an additional three (3) year term. All such written notices shall be served by registered or certified nail, re- turn receipt requested. ARTICLE 11 - INSURANCE The Contractor shall at all times during the contract maintain in full force and effect, Employer's Liability Workman's Compensation, Public Liability and Property Damage Insurance, including contractual liability coverage for the provisions of Article 8. All insurance shall be by insurers and for policy limits acceptable to the City and before commencement of work hereunder the Contractor agrees to furnish the City certificates of insurance or other evidence of satisfactory to the City to the effect that such insurance has been procured and is in force. The certificates shall contain the following express obligation. For the purpose of the contract, the Contractor shall carry the following types of insurance in at least the limits specified below: COVERAGES: Workmen's Compensation Employer's Liability Bodily Injury Liability Except Automobile Property Damage Liability Except Automobile Automobile Property Damage Liability Automobile Bodily Injury Liability Excess Umbrella Liability LIMITS OF LIABILITY: Statuatory $500,000 $500,000 each occurrence $1,000,000 aggregate $500,000 each occurrence $500,000 aggregate $500,000 each occurrence $500,000 each person $1,000,000 each occurrence $5,000,000 each occurrence The City of Round Rock shall appear on all policies as an additional named in- sured. 14 As soon as possible after a Rate Modification Date, Contractor shall send to the City Council a comparative statement setting out for both the All Items Index and the Gasoline Index (1) the index value on the first full month prior to the commencement of the contract; (2) the index value on the Rate Modification Date preceding the date of the statement; (3) the net percentage change; (4) the com- posite percentage change equal to 90 per cent of the net percentage change in the All Items Index plus 10 percent of the net percentage change in the Gasoline Index; and (5) the increase or decrease in the fees which may be charged by the Contractor. C. Rate Adjustment Formula The adjusted rate for annual modification as set forth in Article 13, Section B. shall be calculated according to the following formula, subject to the above limitations: 1. Terms: CPIA (1) = Consumer Price Index for Urban Wage Earners and Clerical Workers (All Items) for the first full month prior to start of work. CPIA (2) = Consumer Price Index for Urban Wage Earners and Clerical Workers (All Items) for month preceding the Rate Modification Date. CPIG (1) = Consumer Price Index, etc. (Gasoline) for the first full month prior to the start of work. CPIG (2) = Consumer Price Index, etc. (Gasoline) for month preceding the Rate Modification Date. BR = Base Rate AR = Adjusted Rate RAF = Rate Adjustment Factor 2. Formula: RAF = A+G, Where A = CPIA (2) - CPIA (1) x 90% CPIAJ1f G = CPIG (2) - CPIG (1) x 10% CPIG T1) AR = BR + (RAF x BR) 3. Illustrative Example: Assume the following: a. Work begins March 2, 1983 b. First full month prior to start is February, 1983 c. Rate Modification Date is March, 1984 d. Month preceding the Rate Modification Date is February, 1984. Assume the following Consumer Price Index values for illustration purposes: 16 F. Delinquent and Closed Accounts The Contractor shall discontinue service at any service unit when given notice by telephone by the City. Upon further notification by the City, the Contractor shall resume solid waste collection on the next regularly scheduled collection day. The City shall indemnify and hold Contractor harmless from any claims, suits, damages, liabilities or expenses resulting from Contractor's discontinuing service at any location at the direction of the City. ARTICLE 14 - COMPENSATION The City will be responsible for billing and collecting of refuse accounts. The City will pay the Contractor for services rendered before the end of the month following the month of collection. Said billing and payment shall be based on the price rate and schedule as awarded and multiplied by total number of units being served. The City will withhold from payment to Contractor an amount equal to twenty (20%) percent of the total amount collected to cover the City's cost of billing, collection, and administration. The collection of revenues for individual or commercial disposal other than those billed and collected by the City of Round Rock will be the responsibility of the Contractor. The Contractor shall verify the number of commercial and industrial units receiving bin service under this contract and submit a revised count to the City. Verification of the number of such commercial and industrial units shall be in a manner acceptable to the City. The Contractor shall bill monthly for and the City shall pay each month for service to commercial and industrial units receiving bin service based on the verified and approved monthly revised counts. Monthly payments to the Contractor shall be reduced or increased based on the actual number of units served and shall be based on actual numbers of pick-ups for any unit not receiving a full month's service. Where a commercial customer requires a large bin, additional bins, and/or more frequent pick-ups than what is provided under the City's contract, the Contractor shall provide the most economical combination of bin sizes, number of bins, andfrequently of pick-up to that customer. The customer shall pay to the Contractor under a separate contract the cost of bins and pick-ups actually provided less the cost of the standard bin and frequenty of pick-up provided under the City's contract. The City shall under no circumstances be required to pay more than the cost of the standard City service under the contract, however, should any customer default in paying its share of the cost of the service actually provided, the Contractor shall not be required to continue any service to such customer until proper remedy of the default. ARTICLE 15 -PAYMENT BOND A payment bond will be required of the successful bidder. It will be executed by a surety company licensed to do business in the State of Texas in an amount to be determined by the City on forms supplied by the City. It will he conditioned to guarantee the payment of all wanes, materials, and supplies, including all insurance premiums used by the Contractor in fulfilling the terms of the contract. Insurance premiums include, but are not limited to, workmen's compensation liability insurance and bond premium. It is estimated that such bond will not exceed the sum expended for wages, materials and supplies, and insurance premiums for one quarter of a year's operation. 18 B. In the event Contractor shall be adjudged bankrupt, either by voluntary or involuntary proceedings, then this contract shall immediately terminate and in no event shall this contract be, or be treated as, an asset of Contractor after adjudication of bankruptcy. If Contractor shall be proven insolvent, or fail in business, this contract may be terminated at the option of the City. C. All terms, conditions and specifications of the contract are considered material and failure to perform any part of the contract shall be considered a breach of contract. Should Contractor fail to perform any of his contractual obligations, the City may at its option terminate the contract ten days after written notification to the Contractor to remedy the violation within said time. D. In the event of termination of the contract for breach, default or bankruptcy as specified above, the City shall have the right to forthwith take possession of all of the Contractor's equipment, facilities and records used in performance of this contract as follows: 1. The City shall have the richt to retain possession of said equipment, facilities and records until other such items can be acquired by the City for operation of the system or another Contractor is engaged to perform the service. 2. The City shall have the right at its option to purchase Contractor's equipment and facilities at the depreciated value thereof. E. Should it become necessary for the City to employ an attorney to enforce the provisions of this contract, the Contractor shall be responsible for the payment of reasonable attorney fees. ARTICLE 20 - CONTRACTOR'S PROPERTY A. The Contractor shall not transfer, sell, assign, lease, surrender, abandon or permit to lapse his title or right or possession in and to any real or personal property used in the performance of this contract without the prior written consent of the City. Any attempt to do so without such permission shall constitute a material breach of contract. B. The Contractor shall maintain a complete inventory of all real property, building, furnishings, containers, vehicles and any other pieces of equip- ment necessary for the performance of this contract and shall furnish the City with such inventory. C. The Contractor shall inform the City of all additions to said inventory within a reasonable time but not more than thirty (30) days following any transaction. Deletion of equipment shall be made only after express approval of the City. D. Garbage collection equipment shall be of the enclosed load packer type and all equipment shall be kept in good repair, appearance, and in a sanitary, clean condition at all times. 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 its duties hereunder. 20 ARTICLE 26 - LIOUIDATED DAMAGES As a breach of the service provided by this contract would cause serious and substantial damage to the City and its occupants, and the nature of this contract would render it impractible or extremely difficult to fix the actual damage sustained by the City by such breach, it is agreed that in case of breach of service, the City may elect to collect liquidated damages as specified below and not as a penalty, the amount set forth below, such sums being agreed to as the amount which the City will be damaged by the breach of such service. An election to seek such remedies shall not be construed as a waiver of any legal remedies the City may have as to any subsequent breach of service under this contract. A truck beginning residential collections or commercial collections near residential areas prior to 7:00 a.m. or continuing such collection after 8:00 p.m. $100.00 per day per truck Failure to collect missed pick-ups within 24 hours of notification to Contractor. $20.00 per missed pick-up Repetition of complaints on a route after notification of spilling, non -collection, crossing of planted areas, or similar violation. $100.00 per day Such liquidated damages as the City shall elect to collect will be deducted from the monthly payments due the Contractor. ARTICLE 27 - SPECIAL PICK-UP RATES Part 2 of the Contractor's Proposal requests special rates for collection of waste from service units which do not qualify under these specifications or for collection service requested by the customers. These shall be the maximum special rates charged per cubic yard or per item for the first two (2) year period of the three (3: year contract. This special rate shall be adjusted in subsequent years in accordance with Article 13. ARTICLE 26 - RATES FOR CLEAN UP FOR SPECIAL OCCASIONS Part 2 of the Contractor's Proposal requests hourly rates for clean up for special occasions. This shall be the maximum hourly rate charged for the initial years of the contract. The special rates shall be adjusted for subsequent years in accordance with Article 13. 22 Proposal of Gentlemen: CONTRACTOR'S PROPOSAL SECTION III Bid For Unit Price Con ((t racts Place: 1'CO3Kit, Date: 5-4-83 Time: /0 AIM SISjhf �►? 5-68-5Q e./.2 [;Social Security No. or Business Number 1S7 ALL Ce (Ii siness Address) CAVA—br Trns 72?0/ (City, Stat and Zip Code) The Bidder in compliance with your advertisement for Bids for Collection and Dis- posal of Solid Waste in Round Rock, Texas has .familiarized (himself) (themselves) (itself) with the existing conditions of the City of Round Rock, affecting the cost of the work and the Contract Documents which include Instructions for Bidders, Contractor's Proposal, Form of Contract, Specifications, Form of Bid Bond, Performance and Payment Bond and other contract documents, hereby proposes and agrees to provide and furnish any and all labor, equipment, machinery, transportation, tools, materials and supplies necessary to perform in a professional manner, the services covered by the contract. Bidder hereby acknord edges receipt and consideration of the following addendum: Addendum No. 1 l/ /1/ Date Issued -a�-83 �- a3 83 3- -3k, Y t The undersigned Bidder agrees to perform all the work described in the specifications for the following unit prices and rates: 23 CS) V1 W N mown -w wwz WW.. WWo wwn Em n -• 0. z -b• c 0 0 c0. 0. 0 .. n n ac 0 0 r -•• (n -s — c 1,-, 0v) c c -1 CC c c 3 c c —1 0 .-•1 0 N . n N 3• '-. V)• • P1 • • .-, 0 0 co 0 ct rt 'Cv c<<<c c< 70 C<t<f c<k< -n -ate • 0- > � n c 0. • ." 0. 0- 1,- a 01 4 0. % PART 2 Item 1 Sp 'al Pick -Up to service units, at per cubic yard $ per cubic yard Item 2 Special Pick-up to ervice units, at Item 3 per ite Clean-up collection and dispos.1 of solid waste for special occasion such as annual festivals or natural disa ters, at per hour, per collection vehicle 25 $ per 1 $ per hour, per collection vehicle The undersigned agrees that, if written notice of the acceptance of this proposal is mailed, telegraphed or delivered to him within thirty (30) days after the date of opening of the bids, or at any time thereafter before this proposal is withdrawn, he will execute the Contract in accordance with the proposal as accepted within ten days after such notice of acceptance is given, and that he will furnish to Owner, a satis- factory performance bond in a sum provided for in the Contract Documents. Accompanying this proposal is a proposal guarantee payable to the City of Round Rock, Texas as follows: Certified Check in the amount of Q,� (yyam �Dollars ($ 1)/4 ) If this proposal shall be accepted and the undersigned shall fail to execute the Contract and furnish bond as above provided, then the proposal gaurantee shall become the property of the City, otherwise, the said proposal guarantee shall be returned to the undersigned. The proposal guarantee of the lowest bidder will be retained until after the bidder to whom the award is made has entered into the contract and has given an acceptable bond. All other proposal guarantees will be returned to the bidders after the amounts of the bids have been determined, compared and the results of such compari- son have been considered by the City of Round Rock. Proposal shall be good for one hundred and twenty days following bid opening. Bid Bond in the amount of Dollars 26 SIGNATURE OF BIDDER By: Address of Bidder: Names and Addresses of Members of the Firm SIGNATURE OF BIDDER By: Title and Address: Names and Business Address of Officers Legal Domicile Return Proposal Guarantee to Respectfully submitted. (If a.firm or individual) . ;- ( 7?1 (If a corporation) 27 STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered under oath and the data given must be clear and com- prehensive. If necessary, questions may be answered on separate attached sheets. The bidder may submit any additional information he desires. 1. Name of Bidder. ,Seigity W. l D t 4S r'��/e er2� 2. Permanent main office address..? Al). &e://,U1e %7( 78 ©1 3. When organized? /97/ 4. If a corporation, where incorporated?4,/4 5. How many years have you been engaged in the solid waste collection and disposal business under your present firm or trade name?/af2� 6. Contracts on hand: (Show level of service provided and per unit price on existing contracts also :now expiration date of contract(s)). see 4f gelnQt� 7. General character of work p rformed by your company. EX C.QJIP N+) 1 1`25r'berf�p� +s- eDnnN� 4-IR�'!►J.. Ccfli�.eca,o ) f b tspe641. 8. Have you ever failed to complete any work awarded to you? If so, where and why?Ay) 9. Have you ever defaulted on a contract? If so, where and why? 11w.) 10. List your major equipment available for this contract. (Note: ND equipment more than three (3) years old will be acceptable at the beginning of the contract) or four (4) years old during the life of the contract. 11. List new e ipmentyou will obtain to fulfill this proposal. 1°►S3torm u-9000'5 cul )4$3 Collets E pwt 12. Experience in work similar in nature to this undertaking. SIQS s2 Ina Uuicip4I WORK - 13. Background and experience of the principal members of your organization including the officers. !2 02- 50)t S jpt(cc- Op. �n.iCnn AAL. 14. Credit available: $ 7SpQ D,O' 15. Give Bank reference:T4,, -i %)4410/& L�_Uvs,rs, 16.. Will you, upon request, fill out a detailed financial statement and furnish any other information that may be required by the City of Round Rock, Texas.Ct. 17. The undersigned hereby authorizes and requests any person, firm or corporation to furnish any information requested by the City of Round Rock, Texas, in varification of the recitals comprising this Statement of Bidder's Qualifications:- SI GNAT'. Subscribed and sworn to before me the undersigned authority this `tf, day of f !1c3�i , 19 . . a_ ,` n Lc. ( ite fj:e 6-,. n(0) NOTARY PUBLIC FOR CL,v-ea_.ctz , COUNTY, TEXAS (SEAL) Slit 76- C7 %elot> 28 iy AilmIAA,,,,Q,\TE /. %ithmbe,T- L s asithexykai 4 Coi,wwceceagI L -I. j5 Pee 12..s. (ciesStipa S\e-te. CO. ciJ. L©lxvwe 2G�j aRke/cfi gid pt'RA O&) /c46 6J koivetc) 040 0R, gi ) » p/1Rk 7-5544-s ` Pe i'w,N , (4573.-7-P o�. R_as, SN -e_ it)/ fl finCo. % C , ,04RAC SRA-IrbA) /9J9/r�.e„ opkAl 3, 3i9 c.''A-4o C' ��, -1--tr_s ; (os, wf. c . '13- Ros, Co Leis sets t 67 C . `P) Co&f Rec1 &p, /n7 )lama() ofrkoni 7, WOelOoR•esJ 0. 01321' Vi'sbA) (1L) 6.2- c4. -Ie (mss . - `t3.9ek aDo R &2v, A) O Cokwv,nd tee I C0A)4 aecf Ex p — /5'7 ,ri SECTION IV AFFIDAVIT STATE OF TEXAS COUNTY OF WILLIAMSON The undersigned �e.Rk» W. &ie,S/A/ %t sworn, deposes and affirms that: a 1. He is the ©le one (Office, Position, Owner) being first duly sr u i2. &u,.CQ Bidding Firm Name) , the party making the attached proposal or bid; 2. The attached bid is genuine and all statements contained therein are true; 3. The bidder has not by collusion or agreement or conference or in any other way conspired to fix the bid price or to secure any unfair advantage; 4. The bidder has employed no person, corporation, firm, association, or other organization, either directly or indirectly, to secure this public contract, other than persons regularly employed by the bidder in the regular course of their duties; 5. The bidder has not paid and will not pay any part of the bid price to any person, corporation, firm, association, or other organization for soliciting the con- tract, other than the payment of normal compensation to persons regularly employed by the bidder, whose services in connection with the performance of the contract are in regular course of their duties for the bidder. Signed by Subscribed and Sworn to this BY _Actrj., I.1turwi L l k3z34 (h.,,ble) Notary Public sTA-Tt cF T�KAa C e, rr. rc, • 29 day of , 198/. CONTRACT THIS AGREEMENT, male this day of )e's/rJvie, des OD. (Corpora e Name of Owner) through its and 143, by and between , herein called "Owner" acting herein 1 Titl thorized Officia ) , of u I/Akb-e , County of UIJ4LSQ. and State of - s-4 , hereinafter called "Contractor". WITNESSETH That for and in consideration of the payments and agreements hereinafter mentioned to be made and performed by the OWNER, the CONTRACTOR hereby agrees with the OWNER to commence and complete the construction described as follows: The Contractor is hereby granted the sole and exclusive license and privilege within the territorial jurisdiction of the City of Round Rock and shall furnish all personnel, labor, equipment, trucks, and all other items necessary to provide solid waste collection, removal and disposal services in the City of Round Rock, as specified, and to perform all of the work called for in accordance with the Contract Documents, including the Notice to Bidders, Instruction to Bidders, General Specifications, Contractor's Proposal, Agreement, Bid Bond, Performance Bond, and Addenda Nos.! , on file in the office of the City of Round Rock, all of which are made a part eof as fully as if set out herein and hereby become a part of these documents. It is agreed and understood between the parties hereto that the Contractor agrees to accept and the Owner agrees to pay for the work at the prices stipulated in the Contractor's Proposal, such payment to be in lawful money of the United States, and payment shall be made at the time and in the amount and in the manner set forth in the Contract Documents. This Contract shall become effective immediately upon, and as of the date all necessary parties hereto have approached and signed the same. 30 ' IN WITNESS WHEREOF, the parties to these presents have executed: this contract in six (6) counterparts, each of which shall be deemed an original, in the year and day first above mentioned. (Seal) ATTEST: THE CITY 0 RO ND RO Owne AS 0/TY sEc, rr,4Ry Witness (Seal) (Secretary) —Witness) \Lay L. T Mayor (Title) 1472. Tactor By (ckstel.)' Title X57 ,U.(1etN, V,ft.t)e,`�X 71/ (tddress and Zip Code 31 THE STATE OF TEXAS COUNTY OF WILLIAMMSON G SECTION V PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS THAT, of the City of , County of , and State of as principal, and authorized under the laws of the State of Texas to act as surety on bonds for princi- pals, are held and firmly bound unto the City of Round Rock, Texas, hereinafter called THE CITY, COUNTY OF WILLIAMSON, TEXAS (Owner), in the penal sum of Dollars ( ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, exe- cutors, successors and assigns jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of , 19, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copies at length herein con- sisting of: Citywide Collection and Disposal of Solid Waste in Round Rock, Texas. NOW THEREFORE, THE CONDITIONS OF THIS OBLIGATION IS SUCH, that if the said Principal shall faithfully perform said contract and shall, in all respects, duly and faithfully observe and perform all and singular the covenants, conditions and agreements in and by said Contract, agreed and covenanted by the Principal to be observed and performed, including but not limited to, the repair of any and all defects in said work occasioned by and resulting from defects in materials furnished by or workmanship of, the Principal in performing the work covered by said Contract and occurring within a period of twelve months from the date of the Contract Completion Certificate and all other covenants and conditions, according to the true intent and meaning of said Contract, and the Plans and Specifications hereto annexed, then remain in full force and effect. PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copies at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, al- teration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, exten- sion of time, alterations or addition to the terms of the contract, or to the work to be performed thereunder. 32 The name and address of the Resident Agent of Surety is: 33 THE STATE OF TEXAS COUNTY OF WILLIAMSON THAT, PAYMENT BOND. KNOW ALL MEN BY THESE PRESENTS County of of the City of and State of as principal, and authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF ROUND ROCK, hereinafter called THE CITY, COUNTY OF WILLIAMSON, TEXAS (OWNER), in the penal sum of Dollars ( ) for the payment whereof, the said Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the day of , 19, to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copies at length herein. NOW THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, THAT IF THE SAID Principal shrill pay all claimants supplying labor and material to him or a subcontractor in the prosecution of the work provided for in said contract, then, this obligation sh::'.l be void; otherwise to remain in full force and effect; PRO,IDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended and all liabilities on this bond shall be determined in accordance with the provisions of and said Article to the same extent as if it were copied at length herein. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed there- under, or the plans, specifications or drawings accompanying the same shall in any- wise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of _ , 19 Principal By Title Address Surety IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this day of , 19 . Principal Surety By By Title Title Address Address The name and address of the Resident of Surety is: 35 tS M k '-i v BID OR PROPOSAL BOND .r ,o0c. KNOW ALL MEN BY THESE PRESENTS, That we , as Principal (Bidder) and , as Surety are held and firmly bound unto the City of Round Rock, (hereinafter called the Owner) in the full and just sum of DOLLARS ($ ) for payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. SIGNED AND SEALED this day of , 19 THE CONDITION OF THIS OBLIGATION IS THAT, whereas the Principal has submitted or is about to submit a bid or proposal to the Owner on a contract for Solid Waste Collection and Disposal in Round Rock, Texas. NOW, THEREFORE, if the said contract be awarded to the Principal and the Princi- pal shall, within such time as may be specified, enter into the contract in writing and give bond with Surety acceptable to the Owner for the faithful performance of the said contract, then this obligation shall be void; otherwise to remain in full force and effect. COUNTERSIGNATURE: (Seal) By: Principal (Bidder) Title: By: 36 Surety Agent or Attorney -in -Fact ADDENDUM N0. 1 APRT.L 21, 1983 SECTION II GENERAL SPECIFICATIONS ARTICLE I. Definitions Bags - Plastic sacks designed to store refuse with sufficient wall strength to maintain physical integrity when lifted by the top. Total weight of a bag and its contents shall not exceed 45 pounds. Bulky Waste - Stoves, refrigerators, water tanks, washing machines, furniture, tree parts, shrubbery, bagged or containerized rubbish, newspapers, magazines and other waste, other than construction debris, dead animals, hazardous waste or stable matter with weights or volumes greater than those allowed for bins or containers, as the case may be. Three parts, shrubbery, bagged or contain- erized rubbish, newspapers and magazines shall be limited to 75 pounds in weight and be 4 feet in length; however, will be bundled. 1 of 4 ADDENDUM NO. 1 APRIL 21, 1933 SECTION II GENERAL SPECIFICATIONS ARTICLE 4. OPERATION E. Collection Equipment - The Contractor shall provide an adequate number of new vehicles for regular collection service including new spare vehicles in order to insure proper service level. 2 of 4 ADDENDUM N0. 1APRIL 21, 1983 SECTION I INSTRUCTIONS TO BIDDERS ARTICLE 13. Quantities Preliminary information from available data indicates that the City is presently providing as a minimum: 4,405 residential units curbside pick-up twice a week. 193 commercial units 3 cubic yard containers pick --up three times per week. Part I of Contractor's Proposal provides a more detailed list of current quantities and types of services provided. The City of Round Rock cannot and does not assume any liability in regards to the accuracy of this information. The information is presented herein for the purpose of establishing a general scope of service. Bidders are advised to make such additional investigations as they consider necessary to determine the actual number of service units in the City. 3 of 4 ATTACHMENT `A CITY EQUIPMENT 1977 International Residential Pak -Mor Side Loader 1977 Ford Commercial Container Side Loader, Pak -Mor 250 3 Cubic Yard Side Load Containers 1978 Ford Commercial Container Side Loader, Pak -Mor 1965 Chevrolet Residential Side Loader Pak -Mor $ $ $ 58500' °0 $ 8a5; °°- Co krktO 7ft ` 'i ' 604S /AI tp�C} Corutec - % S elCO ash": met. c 2;3 /I ASO, °I- HAA-4kj 4 of 4 ADDENDUM N0 3 MAY 1, 1983 SECTION II GENERAL SPECIFICATIONS ARTICLE 13. Basis and Method of Payment B. Modification to Rates The fees which may be charged by the Contractor for the third and subsequent years of the term hereof shall be adjusted upward or downward to reflect changes in the cost of operations, as reflected by fluctuations in the Consumer Price Index for Urban Wage Earners and Clerical Workers (All Items) and the Consumer Price Index Wage Earners and Clerical Workers, Expenditures Category "Gasoline", both as published by the U.S. Department of Labor, Bureau of Labor Statistics. As of the last month of the second year of the contract and every twelve (12) months thereafter, (the "Rate Modification Date"), the fees shall be increased or decreased for the ensuring twelve (12) month period in a percentage amount equal to 90 percent of the net percentage change of the All Items Index plus 10 percent of the net per- centage change of the Gasoline Index. All percentage changes are to be computed as the difference between the index value for the first full month prior to the conu encement of the contract and the index value for the Rate Modification Date divided by the index value for the first month prior to commencement of the contract. As soon as possible after a Rate Modification Date, Contractor shall send to the City Council a comparative statement setting out for both the All Items Index and the Gasoline Index (1) the index value on the first full month prior to the commencement of the contract; (2) the index value on the Rate Modification Date preceding the date of the statement; (3) the net percentage change; (4) the composite percentage change equal to 90 per cent of the net percentage change in the All Items Index plus 10 percent of the net percentage change in the Gasoline Index; and (5) the increase or decrease in the fees which may be charged by the Contractor. 3. Illustrative Example: Assume the following: a. Work begins March 2, 1983 b. First full month prior to start is February, 1983 c. Rate Modification Date is March, 1985 d. Month preceding the Rate Modification Date is February, 1985. Assume the following Consumer Price Index values for illustration purposes: a. CPI (All Items), February 1983 = 269.1 b. CPI (All Items), February 1985 = 286.5 c. CPI (Gasoline), February 1983 = 417.7 d. CPI (Gasoline), February 1985 = 371.7 ADDENDUM NO. 2 APRIL 25, 1983 SECTION III CONTRACTOR'S PROPOSAL w N • Cf 0 -•-i o -h0 0- a V+ 0o O 0 -S n el- 0 5 -1. 0 < Cu rt 5 -.c+ 0 -.. 0 0 0 • = -t 0 • 70 rt. 00 0 0 J• is CD a0 -a a (D 0_ w CD n -S 701 01 rF to 0 0 C -h n N CU w 0 7 o 0 z o w n Su w C w rh ao--'•0 0' < O O [D co 0 �+ 7 J• w 0 a N M 0. rF a r A W t0 -P a rn 0 m VI 0 0 0. -h-O CO 3 0 c...)-0 W o "0 0' J- -1 TJ CD 0 0 w 0 C O O 0 -1 s 0 m -S 5 N CD n -S 0 L •S 0 -T n 3 J• C n • N < it. 0 w C I-+ C c 3 w VI .-• n s-' n7 r0F0 ,.• 0 Z. Z• m nsc co o CDmmC0� N t<-0 t<mt<CD 0az ua. �- 77 0. D 77 a Ic a r -i a CD -I C c m • r • • • • > -o CD o• -s .-. =nn- w in -11 r w c 2. rt 0--j I • 0 Cr Cr a- 77 CD Nf0C a� 0 7 Irw0CD 0- 3 C 0 O 77 J. O. 0 0 Cu rF -mo• rF '0 rt 0 0 i 0 j -h w -_I T < -S 3 -+ 0 S O 00 0 O O O J. w a 0_ N N 3 a c ..-1. VI -- 01 w rF ._'.W v W 0O ID - 0 ..._. 0-0.(D CD = w rt (7� 0"J. fD w rF J 0- J rf 0 j rF Cu rF rF • < C -' 0) N 10 0 0 (D -S J. rF O t< (1 toVOi J.VI n 0 w rF 0 J. -1 -1 0 0 V N w rf K CD w a VI O N rF J. rF 0- N 0 O 0' t< -'• rF 0 0- 0(0 CD 0 V w w n - •4n n a 0 C 0 0 -S - 5 O w 1 0 w t< 0 o o N V' -h N 0 N 0 rt CIA S {p J 1 V) W {al JTB {R -5 0 0 0) w 2}un 00�nuas a ct 3 0 0 m to rF a co w J. r} J op - a 0 _< a 0 rF v N Item 1 Item 2 PART 2 Special Pick -Up to service units Clean-up collection and disposal of solid waste for special occasions such as annual festivals or natural disasters, at No/J-(3/402l4- &tZ4 )NO Ginfittr.- per hour, per collection vehicle og- Per 3 cubic yard $ �" Per hour, per collec- tion vehicle Cost for Residence Percent of change $Amount of change Cost for Commercial 3 c.y. bin @ 3/wk. Percent of change $Amount of change 3 c.y.bin @ 5/wk. Percent of change $Amount of change Special Pick -Up (Per Cubic Yard) Clean -Up Collection (Per Hour) $Bid for Equipment Estimated Monthly billing_ $ Estimated First Year Gross Revenue to City Operation & Maintenance Net Revenue to City BID SUMMARY Weisinger Longhorn B.F.I. City 5.50 -0- -0- 4.1 1.45 60.75 2.88 1.75 4.05 25.00 42,575.00 37,451.22 132,457.92 -0- 132,457.92 5.49 -.1 -.01 54.21 54.8 19.21 90.35 53.13 31.35 4.17 25.00 37,375.00 38,487.47 123,744.92 -0- 123,744.92 5.11 -7 -.39 96.25 63.6 61.25 161.25 173.80 102.25 15.00 50.00 51,350.00 46,877.50 163,856.00 -0-- 163,856.00 5.50 - 0- - 0- 35.00 - 0- - 0- 59.00 -0- - 0- 11.66 25.00 33,080.50 396,966.00 363,222.0) 33,744.00 PART I *Does bid exceed current - collection cost? B. Rank of firm by least cost for collection service. PART III - Rank of firm by highest bid for equipment Rank of firm by least monthly billing . ' Overall Ranking 3 ;571 2 ($45,250) 3 ($40,725.40) BID TABULATION SUMMARY TEXAS DISPOSAL WEISINGER SERVICE BFI WASTE LONGHORN LAKELAND SANI- SYSTEMS, INC. COMPANY SYSTEMS COMMUNITY TARY SERVICE AUSTIN UVALDE HOUSTON DISPOSAL SALADO AUSTIN 1. Residential yes no no no yes - 2. Commercial yes yes yes yes yes 3. Municipal yes no no yes yes 1. Residential 4 3 1 2 5 2. Commercial 3 1 3 2 5 3. Municipal 5 1 1 3 4 PART I I Rank of firm by least cost for: 1. Special Pick -up 5 1 4 2 3 „2. Clean -up Collection 3 1 3 1 5 3 ($42,575) 1 ($51,350) 1 ($37,451.22) 4 ($46,877.50) 1.571 2.428 4 ($31,375) 5 ($30,250) 2 ($38,487.47) 5 ($55,501.65) 2.285 4.571 PROOSALS BIDDER I BIDDER ' BIDDER blUIJK DLUULM , )Jbilitted to the 1 . "iCty of Round Rock PY: 77) 3 I/V , S C. /3 F2- 1 L C D 1977 Ford Commercial Container Side Loader 000, 00 jk ..50, a() 2 a / 300.00 1 (40 ° J? 500 1 200 3 c.y. side loader containers 14 _V ,26 . 0 0 / t 8/, 0 2.50, 40 k5O, oc9o. 00 1, 7 ,5 .00 ,/ * / 8, 76 - Aeo T 1978 Ford Commercial Container Side Loader Ot 1 .1955 Chov. Residential _ :Side Loader .., 600 I Bid Tabulation May 5, 1983 Page 2 iDTnn7D PRCPO,I=IS BIDDER utt& tj fne ',City of Round Rock L • 4f; ) ;unit priccs) - L RESIDENTIAL Twice per week roadside I ceYeLa , 04:4/244.a1 Azto.,q 90 BIDDER 2. COMERCIAL a, S.550 ' 4 1 1 3 c.y. bin 5/wk f 41- ffoW ' , &60. 75 . ! 3. U N NICIPAL 4 Rec Areas "3hk. L _.3 ART 2: 1. Spacial P'fck-Up at 1 0 _ 3 c.y. (price per• ' ■D c BID TABULATION THURSDAY, MAY 2, 1983, 10:00 A.M. CONTRACT GARSAGE SERVICE BIDDER ),21, r 4<)24,tiv et!-, &V Concl or Certified Chec Attach•ad Cz2-ektika iJ trit c.y.) Clean-up Collection I 0,6-0, per hi per vah.) iPART 3: ;PART 4; 1 1977 Irt'l Pak-Mar 4 4/ 6 0 0 i4 -Z-506, Do tilde Loader 4 :Jo, oo BIDDER 9G1 L5 #7, o0 BICJDER b4 i j be_Kot t oe ' ) 00 s'40 0 DO &et) 4Z! -AI- /40:00a4-77 Lack ' ,tea,( 14 '29 9 .20 9.5Z I.r x`43, 5/5. x. 4/4 , /4Y. e74 514151, s� 4'7 .bf /A2 6.574 0. 2,02.9 /027 _� 3 02 /„_,502 a9 `