SLED Opportunity · FLORIDA · CITY OF NEW SMYRNA BEACH
AI Summary
The City of New Smyrna Beach, FL, requests proposals for exclusive residential and commercial solid waste, yard waste, and optional recycling collection and disposal services. The solicitation is managed via the City's eProcurement Portal with evaluation by a city committee and consultant. Proposals due by April 2, 2026.
The City of New Smyrna Beach, Florida, (the "City") is accepting electronic sealed proposals from qualified licensed Contractors to provide all management, supervision, labor, material, equipment and incidentals necessary to provide exclusive residential and commercial solid waste services, including yard waste, to the City of New Smyrna Beach, Florida.
Current services include residential recycling collection and disposal services. Proposals shall include pricing for these services; however, these services are considered optional and may not be selected or awarded.
It shall be the Proposer’s responsibility to advise the Purchasing Manager if any language, requirements, etc., or any combination thereof, inadvertently restricts or limits the requirements stated in this RFP to a single source.
The City of New Smyrna Beach utilizes OpenGov, the City's eProcurement Portal, to communicate solicitation information to the Public. All documents and correspondence regarding this solicitation can be obtained through this portal found at https://procurement.opengov.com/portal/cityofnsb. There is no charge to register with OpenGov and/or to participate in the solicitation process.
RCG Consulting, Inc., Consultant to the City, will provide staff with comments and analysis of the received proposals based on the following criteria provided herein. A committee of city employees shall evaluate and rank each submittal based on information provided. The committee shall present its recommendation to the City Commission, which has the authority to make the final determination and award contracts. The City’s Purchasing Manager will oversee the solicitation process and work closely with the Consultant and City Staff.
The City reserves the right to reject any or all proposals or parts thereof, or to accept the proposal(s) or parts thereof when considered by the City to be in the best interest of the City. Any proposal received after the time and date specified will not be considered.
For purposes of this solicitation the terms "Consultant" “Proposer,” “Respondent” and/or “Vendor,” are used interchangeably, and are in reference to the person or entity submitting the response to this solicitation.
The City serves an area of 41.6 square miles in size and serves a population of approximately 33,402. It is located off of Florida’s East Coast, in the County of Volusia, just north of Cape Canaveral with easy access to both Interstate 95 and Interstate 4. The City’s fiscal year begins on October 1st and ends on September 30th.
The City was created in 1887 by adoption of its first charter, which was replaced through Chapter 224.08, Special Acts of Florida, 1943, and subsequently amended, with the most recent update taking effect January 1, 2021.
The legislative branch of the City is composed of an elected five-member City Commission consisting of the Mayor and four Commissioners. The City Commission is governed by the City Charter and by state and local laws and regulations. The City Commission is responsible for the establishment and adoption of policy. The execution of such policy is the responsibility of the Commission-appointed City Manager.
More detailed information on the government and can be found in City of New Smyrna’s Comprehensive Annual Financial Report (CAFR). This report may be viewed on https://www.cityofnsb.com/105/Financial-Reports.
The City of New Smyrna is exempt from any and all state, local and federal taxes.
| Event | Date | Location |
|---|---|---|
| Opening of Submittals | 2026-04-02T19:00:01.030Z | Microsoft Teams Meeting, Call in (audio only): 786-636-1338 Phone Conference ID: 812 887 216# |
| Evaluation Meeting | 2026-05-01T14:00:38.315Z | In Person: James W. Hathaway Commission Chambers, City Hall Annex, located at 214 Sams Avenue, New Smyrna Beach, FL 32168 Join Virtually: Microsoft Teams Meeting, Call in (audio only): 786-636-1338 Phone Conference ID: 491 084 92# |
For all interested Contractors, a mandatory Pre-Bid meeting will be held at 11:00 am on Wednesday, February 4, 2026.
Location: In Person: James W. Hathaway Commission Chambers, City Hall Annex, located at 214 Sams Avenue, New Smyrna Beach, FL 32168
Important Note: The pre-proposal conference is mandatory. Proposals will only be accepted from the Contractors that attend the pre-proposal conference in its entirety. The Conference will offer interested Contractors the opportunity to ask questions and discuss the project directly with staff and the Consultant.
In accordance with the American Disabilities Act and Section 286.26, Florida Statutes, persons with disabilities needing a special accommodation or an interpreter to participate in any proceedings, should contact the Purchasing Manager at 386-410-2654 for assistance, at least two (2) business days before any meeting dat
Notice is hereby given to all Proposers that this is Addendum 1 to RFP 02-26-PW, Residential and Commercial Solid Waste, Yard Waste, Recycling Collection and Disposal Services, issued January 16, 2026.
This addendum is issued to answer vendor questions, clarify, add, delete, correct and/or change the proposal documents to the extent indicated and is hereby made a part of the above noted solicitation documents. Any modifications/changes made by this addendum affect only the portions or paragraphs specifically identified herein; all remaining portions of the proposal are to remain in force. It is the responsibility of all Applicants to conform to this addendum. Please note, questions are recorded as they are received, including grammar and spelling errors.
This addendum shall be considered part of the Contract Documents for the above-mentioned solicitation as though it had been issued at the same time and incorporated integrally therewith. Where provisions of the following supplementary data differ from those of the original document, this addendum shall govern and take precedence. All other terms, conditions, and regulations will apply.
This addendum impacts all vendors interested in submitting proposals for this solicitation. Please use the See What Changed link to view all the changes made by this addendum.
Notice is hereby given to all Proposers that this is Addendum 2 to RFP 02-26-PW, Residential and Commercial Solid Waste, Yard Waste, Recycling Collection and Disposal Services, issued January 16, 2026.
This addendum is issued to answer vendor questions, clarify, add, delete, correct and/or change the proposal documents to the extent indicated and is hereby made a part of the above noted solicitation documents. Any modifications/changes made by this addendum affect only the portions or paragraphs specifically identified herein; all remaining portions of the proposal are to remain in force. It is the responsibility of all Applicants to conform to this addendum. Please note, questions are recorded as they are received, including grammar and spelling errors.
This addendum shall be considered part of the Contract Documents for the above-mentioned solicitation as though it had been issued at the same time and incorporated integrally therewith. Where provisions of the following supplementary data differ from those of the original document, this addendum shall govern and take precedence.
All other terms, conditions, and regulations will apply. This addendum impacts all vendors interested in submitting proposals for this solicitation.
Note: Interested proposers are encouraged to download a copy of the RFP document each time an addendum is issued as the system is updated accordingly. A revised Franchise Agreement will be uploaded after the final addendum has been issued.
Please use the See What Changed link to view all the changes made by this addendum.
Please use the See What Changed link to view all the changes made by this addendum.
Please use the See What Changed link to view all the changes made by this addendum.
Notice is hereby given to all Proposers that this is Addendum 3 to RFP 02-26-PW, Residential and Commercial Solid Waste, Yard Waste, Recycling Collection and Disposal Services, issued January 16, 2026.
This addendum is issued to answer vendor questions, clarify, add, delete, correct and/or change the proposal documents to the extent indicated and is hereby made a part of the above noted solicitation documents. Any modifications/changes made by this addendum affect only the portions or paragraphs specifically identified herein; all remaining portions of the proposal are to remain in force. It is the responsibility of all Applicants to conform to this addendum. Please note, questions are recorded as they are received, including grammar and spelling errors.
This addendum shall be considered part of the Contract Documents for the above-mentioned solicitation as though it had been issued at the same time and incorporated integrally therewith. Where provisions of the following supplementary data differ from those of the original document, this addendum shall govern and take precedence.
All other terms, conditions, and regulations will apply. This addendum impacts all vendors interested in submitting proposals for this solicitation.
Note: Interested proposers are encouraged to download a copy of the RFP document each time an addendum is issued as the system is updated accordingly. A revised Franchise Agreement will be uploaded after the final addendum has been issued.
Notice is hereby given to all Proposers that this is Addendum 4 to RFP 02-26-PW, Residential and Commercial Solid Waste, Yard Waste, Recycling Collection and Disposal Services, issued January 16, 2026.
This addendum is issued to answer vendor questions, clarify, add, delete, correct and/or change the proposal documents to the extent indicated and is hereby made a part of the above noted solicitation documents. Any modifications/changes made by this addendum affect only the portions or paragraphs specifically identified herein; all remaining portions of the proposal are to remain in force. It is the responsibility of all Applicants to conform to this addendum. Please note, questions are recorded as they are received, including grammar and spelling errors.
This addendum shall be considered part of the Contract Documents for the above-mentioned solicitation as though it had been issued at the same time and incorporated integrally therewith. Where provisions of the following supplementary data differ from those of the original document, this addendum shall govern and take precedence. All other terms, conditions, and regulations will apply.
This addendum impacts all vendors interested in submitting proposals for this solicitation.
Please use the See What Changed link to view all the changes made by this addendum.
Please use the See What Changed link to view all the changes made by this addendum.
Notice is hereby given to all Proposers that this is Addendum 5 to RFP 02-26-PW, Residential and Commercial Solid Waste, Yard Waste, Recycling Collection and Disposal Services, issued January 16, 2026.
This addendum is issued to answer vendor questions, clarify, add, delete, correct and/or change the proposal documents to the extent indicated and is hereby made a part of the above noted solicitation documents. Any modifications/changes made by this addendum affect only the portions or paragraphs specifically identified herein; all remaining portions of the proposal are to remain in force. It is the responsibility of all Applicants to conform to this addendum. Please note, questions are recorded as they are received, including grammar and spelling errors.
This addendum shall be considered part of the Contract Documents for the above-mentioned solicitation as though it had been issued at the same time and incorporated integrally therewith. Where provisions of the following supplementary data differ from those of the original document, this addendum shall govern and take precedence. All other terms, conditions, and regulations will apply.
This addendum impacts all vendors interested in submitting proposals for this solicitation.
Please use the See What Changed link to view all the changes made by this addendum.
Applicant must respond confirming they have received a copy of the Public Records Act, located in the attachment section.
By submitting this response, you hereby designate the business name and address listed here as the office to which notices may be delivered or mailed.
Provide the title of the Prime Proposer and company name of the organization.
Provide the Employer Identification Number.
I have carefully examined this solicitation in its entirety, including but not limited to the qualifications, scope of services, and all other documents accompanying or made a part of this document.
I hereby propose to furnish the services specified herein at the prices, rates or discounts quoted in my proposal.
I agree that my proposal will remain firm for a period of up to one hundred eighty (180) days in order to allow the City adequate time to evaluate the proposals.
I agree to abide by all conditions of this proposal and understand that a background investigation may be conducted by the City of New Smyrna Beach Police Department prior to award.
I certify that all information contained in this proposal is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this proposal on behalf of the consultant as its act and deed and that the consultant is ready, willing and able to perform if awarded the contract.
I further certify, under oath, that this proposal is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a proposal for the same product or service; no officer, employee or agent of the City of New Smyrna Beach or of any other Proposer interested in said proposal; and that the undersigned executed this Proposer's Certification with full knowledge and understanding of the matters therein contained and was duly authorized to do so.
Proposer acknowledges, that the selected Contractor shall be required to sign a Franchise Service Agreement within fourteen (14) days of Notice of Selection for Award.
By submitting a response to this solicitation, the Proposer acknowledges the required insurance conditions listed herein.
The proposer shall be required to submit their Certificate(s) of Insurance to the City of New Smyrna Beach no later than 24 hours following the selection of the recommended consultant(s). Failure to do so shall be just cause for forfeiture of the proposal guaranty.
PROJECT NUMBER: 02-26-PW - Residential and Commercial Solid Waste, Yard Waste, Recycling Collection and Disposal Services
The award of this contract is subject to the provisions of Chapter 112, Florida Statutes. All respondents must disclose within their submittal: the name of any officer, director, or agent who is also an employee of the City of New Smyrna Beach, Florida. Furthermore, all respondents must disclose the name of any City employee who owns, directly, or indirectly, an interest of more than five percent (5%) in the respondent’s firm or any of its branches.
The purpose of this disclosure statement is to give the City the information needed to identify potential conflicts of interest for screening evaluation team members and other key personnel involved in the award of this contract.
The term “conflict of interest” refers to situations in which financial or other personal considerations may adversely affect, or have the appearance of adversely affecting, an employee’s professional judgment in exercising any City duty or responsibility in administration, management, or other professional activities. The bias such conflicts could conceivable impart may inappropriately affect the goals of the City. The City must be free of the undue influence of outside interests.
The mere appearance of a conflict may be as serious and potentially damaging as an actual conflict of interest. Reports of conflicts based on appearances can undermine public trust in ways that may not be adequately restored even when the mitigating facts of a situation are brought to light. Apparent conflicts, therefore, should be disclosed and evaluated with the same vigor as actual conflicts.
Proposal/Security Bond: Submitted proposals shall be accompanied by a proposal bond of no less than 10% percent of the amount of the submitted proposal. Failure of the Bidder to supply same, in the amount and type required, shall automatically render the Proposer as non-responsive resulting in the disqualification from further consideration of their bid response.
The bond shall be submitted in the sum of no less than ten percent (10%) of the proposal revenue for the first year of the Contract, made payable to the City of New Smyrna Beach, Florida. The bond serves as a guarantee that the Proposer will not withdraw from the competition after opening of the Proposals, for a period of one hundred eighty (180) days.
The surety must be rated as "A” or better as to strength by Best’s Insurance Guide, published by A. M. Best Company, Inc., located at 1 Ambest Road, Oldwick, New Jersey 08858. For the latest ratings and Insurance Guide, access www.ambest.com.
In lieu of a proposal bond, the Proposer may submit cash (U.S. currency only), money order, certified or cashier’s check drawn from a national or state bank whose deposits are insured by the Federal Deposit Insurance Corporation (FDIC), in the amount of 10% percent of the total proposed amount. Money orders and checks must be made payable to the City of New Smyrna Beach.
The terms of the Security Bond shall be:
A copy of the bid bond must be uploaded with the proposal response in the form of a Bid bond, certified funds or an irrevocable letter of credit in a sum equal to the amount of ten percent (10%) of the amount of the bid proposal. The contractor shall guarantee the total proposal price for a period of 90 days from the date of the proposal opening.
If the contractor selects to submit a cashiers’ check or cash bond it must be received by the City no later than 2:00 pm on Thursday, April 2, 2026. Please submit in a sealed envelope to the following address:
City of New Smyrna Beach
210 Sam's Avenue
New Smyrna Beach, Florida 32168
Attention: Purchasing Department
Upload as one document, confidential, proprietary information or trade secrets. Document shall be clearly marked as "Confidential".
Upload as one (1) PDF document a complete copy of the proposal.
Proposal must be in a professional format and signed by an authorized officer of your organization.
Proposals shall be clear and concise. In order to maintain comparability and to facilitate the review process, proposals shall be organized in the manner specified below:
Proposers acknowledge that a non-returnable flash drive/USB, containing the 10k report information, must be delivered to the city prior to 2:00 PM April 2, 2026.
Please provide a short statement of the type of work for this project. For example: perform a Classification and Compensation Study and other related services
Please confirm that you have REVIEWED and UPDATED the Summary Section under "Introduction" prior to releasing solicitation.
Is this Pre-Proposal Conference:
If a site visit is required, please provide the location/address of the site visit for the Pre-Proposal Conference. If a site visit is not required, please type N/A.
Click on the link to join the meeting: Join the meeting
or dial in by phone: 786-636-1338. Phone ID:
Click on the link to join the meeting: Join the meeting
or dial in by phone: 786-636-1338. Phone ID:
What is the length of time for the awarded contract? Please use the following format:
three (3) years
Will this project allow for optional extensions? If yes, please provide the information in the following question.
If you answered yes to the Optional Extensions, the please provide how many options and for how long of a period for this project? Please use the following format:
three (3) optional one (1) year periods
Will this have multiple awards?
Please confirm that you have UPDATED and ATTACHED Attachment B - Professional Services Agreement to this Request for Proposal.
Is this a federally funded project?
Is this a federally funded project?
Is the fee proposal required?
Q (No subject): 1. Can the City please provide the quantity of CO’s issued by month for the past 12 months?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 2. Can the City please provide the current number of residents that receive medical rear door collection?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 3. Can the City clarify if residents are able to elect for rear door service for an additional fee? If so, can the City please provide the current number of residents that elect for this service?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 4. Can the City please provide the amount of liquidated damages assessed to the incumbent by month for the past 12 months?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 5. Can the City please clarify what the limit is on bulk waste set out?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 6. Can the City please provide the current rates paid to/charged by the incumbent for the requested services under the current agreement?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 7. In order to provide the City with the very best price proposal, would the City allow for a Contractor to collect residential units and multifamily and commercial customers serviced with carts with residential collection vehicles?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 8. In order to provide the City the very best price proposal, would the City allow for a Contractor to collect multifamily and commercial customers serviced with dumpsters in the same vehicle?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 9. Can the City provide any specialized equipment that the current hauler uses for collection (smaller trucks, etc.).
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 10. Can the City please provide what fuel type is used for the current collection vehicles?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 11. In order to analyze the current level of service provided, Could the City please provide tonnage reports (or disposal tickets), by day and by truck identification or load identification for the years 2024 and 2025 for each waste stream (garbage, recycling, horticulture, bulk, etc.) and designation (residential, commercial)?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 12. Can the City please clarify if a labor company for helpers would constitute as a subcontractor?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 13. Can the City please provide further information as to the current level of service including number of routes and types of vehicles to collect each material type by day?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 14. Can the City please provide further detail as to the total number of cart requests by day and by month for the past 12 months?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 15. Can the City please provide further detail as to the total number of customer interactions/requests received by the incumbent broken down by day and by month for the past 12 months?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 16. Can the City please provide the historical CPI rate increase percentages for the past 5 years?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 17. As this is an electronic submittal, can the City please clarify if the physical copy of the bid bond will need to be delivered to the City by the submittal date and time?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 18. Due to the number of alternatives that the City is requesting, can the page limit of the written response be increased to 60 pages?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 19. Pg 27 of the file labeled “Residential_and_Commercial_Solid_Waste,_Yard_Waste,_Recycling_Collection_and_Disposal_Services” states that the awarded Contractor must submit a Transition Plan to the City on or before May 6, 2026. Can the City please clarify this expectation as the prior timeline states that the recommendation of award to City commission will not take place until May 12, 2026.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 20. Can the City please clarify how proposers should provide the pricing for Option 2 – 10% franchise fee as under the Opengov portal, there is only 1 area to fill in rates.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 21. Can the City please provide further clarity as to what has been requested for each options? Are there different limits on setout material depending on the service type (REL, ASL)?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 22. In order to provide the City the very best rates, will the City allow for multi-family and commercial customers that are serviced with carts to be collected with the residential routes?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 23. Can the City provide detail as to the historical instances where abatement services were requested including number of cubic yards collected or hours provided for each request?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 24. Can the City clarify if the rates submitted for Additional Carts should include the costs to deliver the carts or should this only be the price of the cart?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 25. Can the City provide the number of bear carts currently in use?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 26. RFP page 12. Option 1 and 2 seem to be mixed when compared to the pricing form provided by the City. Can the City please clarify this?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 27. Can the City please confirm that for ASL options, that all materials must be contained to the cart?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 28. Option 6 states “yard waste one time weekly, one time weekly”. Can the City please clarify if there is a missing service for this Option?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 29. Section 4 – Refuse Collection and Disposal – Can the City please clarify who is responsible for the tipping fees of residential, multifamily, and commercial materials (refuse, yard waste, bulk, recycling, etc.)?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 30. Section 4 – Refuse Collection and Disposal – In order to provide the City with the best proposal, would the City consider increasing the delivery fee for stolen carts to $50.00?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 31. Section 4 – Refuse Collection and Disposal – Can the City please clarify if the contractor will receive a monthly payment for the collection of additional carts?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 32. Can the City please clarify if the awarded proposer will need to provide carts to all units prior to the commencement of the contract?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 33. Can the City please clarify if the intent is for the City to assume ownership of the carts at the end of the contract?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 34. Can the City please provide further clarification on bulky waste collection? Is this a weekly service to be aligned with refuse collection? Does additional refuse outside of the cart constitute collection under this service? Are there limits on the quantity of bulk setout per collection?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 35. Section 4, Item 2, Part B states that the contractor will collect all yard waste that is properly prepared. However, under exhibit F, it is stated that there is a 4 cubic yard limit for yard waste. Can the City please confirm that the limit on yard waste is 4 cubic yards?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 36. Section 4, Item 4, Part A.iii – can the City clarify if a multifamily location is exempt from yard waste collections, does this mean that the contractor will not receive payment for this portion? Can the City please provide the quantity of units that are currently exempt from this service?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 37. Due to multifamily serviced with mechanical containers being treated as commercial customers, does this mean that there are no recycling or yard waste services here?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 38. Can the City please provide further detail and information regarding the roll off service under this agreement inclusive of number of requested hauls by size, by month, and by customer for the past 12 months?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 39. Can the City clarify who is responsible for the invoicing of the commercial customers under this agreement?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 40. Can the City clarify if bulky waste service is included for commercial customers? Is there an additional fee for this or should it be considered as inclusive of the submitted rates? Is the City able to provide historical instances or data of bulky waste service for commercial customers under the existing agreement?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 41. Can the City clarify if the existing mechanical containers will remain in place or would the awarded contractor need to provide new prior to the start of the agreement?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 42. Can the City provide the historical data for the roll-off containers for tires at the public works complex in terms of volume of material and number of haul requests?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 43. Can the City provide historical detail as to the number of instances in which dead animals were collected by the incumbent upon request?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 44. Section 5, Item B states that recycling will be conducted with 64-gallon or 32-gallon carts. Can the City please clarify that the current bins in service will no longer be allowed?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 45. Section 5, Item B states that no additional recycling can be placed outside of the cart, however under exhibit F, it is stated that extra recycling that does not fit in the container should be placed beside the cart for separate collection. Can the City confirm that all recycling must be contained to the cart?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 46. Can the City confirm that recycling service for all multifamily units is provided through carted collection and not mechanical containers?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 47. Can the City clarify that it is the proposer’s responsibility to identify the destination to deliver recyclable materials?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 48. Section 5, Item E, can the City that the proposer must spend a minimum of $7,500 on educational materials or there is an education fee in addition to the materials in the amount of $7,500?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 49. Section F, Item F, can the City please confirm that this is only required if there is a revenue share program within the proposers agreement with the recovery facility?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 50. Section 7, Item B.1 Can the City confirm that there will be no CPI adjustment to the submitted rates until year 2 of the contract?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 51. Can the City please provide the historical increase provided the current contractor in relation to the fuel component?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 52. Section 7, Item D – can the City please define neighboring municipality as it relates to the Favored Nations clause?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 53. Section 7, Item F – can the City please provide the historical instances in which the incumbent has been charged the deduction for contract oversight?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 54. Can the City please provide the number of calls/requests received by day/month by the incumbent for the past 12 months?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 55. To confirm, would 2x per week service be provided on a Monday-Saturday schedule (Mon/Thurs, Tues/Fri, Wed/Sat) or on a Monday-Friday (Mon/Thurs, Tues/Fri)?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 56. Section 11, Item A – in order to provide the City with the very best proposal, would the City please match age requirement of the vehicles to the term of the contract as the life expectancy of collection equipment is 10 years? As currently written, the awarded proposer would need to provide multiple fleets within the initial and extension terms, meaning an increased cost to the City.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 57. Section 12, Item 4 – in order to provide the City with the very best proposal, can the City change the repainting of vehicle requirement to be as needed/requested? As currently written, the awarded proposer would need to repaint the fleet multiple times under the initial term, meaning an increased cost to the City.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 58. Can the City clarify if it is requiring all carts to be the brand Toter, or if this is being used only to refer to wheeled carts?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 59. Section 12, item B, part g – in order to provide the City with the best proposal, can the City change the mechanical container replacement requirement to as identified/requested? As currently written, the front-load and roll-off containers would need to be replaced multiple times under the term of the contract, meaning an increased cost to the City.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 60. Exhibit A – can the City please clarify if the number of multifamily units is only in reference to the units serviced by carts? Or does this number include units also service by dumpsters? If this is the total number of units, can the City please provide this broken down between those serviced with carts and those serviced with dumpsters?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 61. Exhibit C – can the City please clarify if the second column is the frequency of service per week? If so, can the City please confirm that the quantity of containers at each location is only 1?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 62. Exhibit D – can the City please provide the historical level of service provided for each event? (type of collection, quantity of carts/containers provided, quantity of material collected, etc.)
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 63. Exhibit E – the last sentence states that the Contractor shall be prepared to start the scope of work provided for within the Contract October 1, 2025. This should be updated to 2026.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 64. Exhibit F, Item C, part 6. Based on the recycling setout limits on needing to be contained to the carts, can the City confirm that separate cardboard collection trucks are not required?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 65. Can the City please clarify if there is a weight limit on yard waste at the curb?
A: Question recorded. A response will be provided in an Addendum.
Q (Section 12 - Equipment A. Vehicle Requirements (1) Collection Vehicle Requirements ): Would the city consider suspending the Age of Fleet requirement of 2025 or newer vehicles at the start of the new contract for a period of 14-months to allow the Contractor to procure new vehicles? In the meantime, the Contractor could utilize older vehicles or rentals.
A: Question recorded. A response will be provided in an Addendum.
Q (Pricing Sheets - ASL Residential Curbside Collection ): For the Pricing Sheets on pages 38 - 40 for the ASL - Residential Curbside Collection there is no Line Item for weekly collection of Bulk Items. If the Contractor is using ASLs to collect the contents of the cart ONLY for MSW then there should be a separate line item for the weekly collection of Bulk Items, correct?
A: Question recorded. A response will be provided in an Addendum.
Q (Alternative Proposal Responses): Would the City allow for a vendor to submit an Alternative Proposal that is different from the details of the Request for Proposal (RFP) document specifications and the Service Agreement? For example: The Age of Fleet requirement in Section 12 of the Service Agreement for the start of the new contract.
A: Question recorded. A response will be provided in an Addendum.
Q (VII. Fee Proposal Submittal ): Could a vendor choose not to submit prices (fees) (No Bid) for the Residential Collection options that utilize rear load vehicles and helpers but submit prices for the Residential Collections options that utilize automated side loader vehicles and still be considered a valid response?
A: Question recorded. A response will be provided in an Addendum.
Q (III.J City's Rights): The City reserves the right to make multiple awards based on experience and qualifications or to award only a portion of the items and/or services specified, if deemed to be in the City's best interest. Question: Would the City please consider removing this language and making it clear through a revision that this contract will be awarded to one sole contractor?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): To clarify question 55 of Addendum 1 in order to provide the City with the very best proposal, can the City confirm that the age requirement for vehicles is an average of 7 years?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): As indicated during the prebid meeting, can the City confirm that vehicle age requirement will be updated to 10 years in order to align with the term of the contract?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): As indicated during the prebid meeting, can the City confirm that the age requirment for containers will be removed and replaced with New/Like New condition?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): To clarify the response to Question #29 of Addendum 1, due to identifying the processing facility for recyclables, can the City confirm that the contractor will be responsible for the fees associated with recycling processing, and the City will be responsible for refuse, yard waste, adn bulk tipping fees?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): To clarify the response for question 59 of Addendum 1, can the City clarify if the multifamily cart and dumpster services are already contained in Attachment A: List of Commercial Accounts?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): As a follow up question to the response to question 59 of Addendum 1, can the City please provide the service details for multifamily units including quantity and size of containers, and frequency of service per week?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): To clarify the response to question 37 of Addendum 1, can the City confirm that there is no permanent roll-off collection services included under this agreement?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): Can the City confirm that under the 2x per week options, that bulk is collected 1x weekly on one of the established garbage days? If so, can the City clarify which of the service days bulk service is preferred? (Monday & Tuesday or Thursday & Friday)?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): Is the city in a position where this bid is required to be solicited due to having no remaining contract renewal options? If the answer is yes, why wouldn't the city's consultant, RCG, advise city to release this bid 18-24 months prior to the contract expiration date to allow more time for a hauler transition?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): Bulk Collection. We would recommend the city to provide pricing option for dedicated bulk routes. By having dedicated bulk routes prevents collection confusion among city residents and is more efficient collection option for haulers.
A: Question recorded. A response will be provided in an Addendum.
Q (Addendum #1 - Attachment H Tonnages ): Concerning the tonnage information provided on Attachment H, can the city clarify or separate out the Municipal Solid Waste (MSW) tonnages that are associated with residential MSW collection only as well as commercial MSW collection only?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): Can the City please confirm that proposers will be responsible for disposal fees related to commercial collection services?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): Can the City please provide the frequency of service per week for each dumpster listed in Exhibit C?
A: Question recorded. A response will be provided in an Addendum.
Q (Termination for Convenience ): Termination for Convenience – Can the City make the right to terminate for convenience mutual as to both parties?
A: Question recorded. A response will be provided in an Addendum.
Q (Legal - Liability Language): Liability – Can the City revise the contract language so that that neither party shall be liable to the other for incidental, consequential, or punitive damages?
A: Question recorded. A response will be provided in an Addendum.
Q (Term Renewal Language): Renewal – Would the City add language in the contract that any renewal beyond the 10-year term shall be upon agreement of both parties?
A: Question recorded. A response will be provided in an Addendum.
Q (Unsafe Conditions for Service): Unsafe Conditions for Service - Can the contract include this statement? While a State of Emergency is in effect and/or winds are greater than 30MPH the Contractor is not required to provide service due to unsafe conditions.
A: Question recorded. A response will be provided in an Addendum.
Q (Change in Law): Change in Law – Can the City add a provision to the contract so that changes in law that affect performance or the cost of same can be appropriately addressed by the parties?
A: Question recorded. A response will be provided in an Addendum.
Q (Indemnification): Indemnification: Would the City revise the indemnification provision to provide that contractor shall indemnify and hold harmless the City only to the proportionate extent that claims, damages, or losses arise out of or result from the negligent acts, errors, omissions, or willful misconduct of contractor, its employees, agents, or subcontractors in the performance of services under this contract? (This approach is consistent with Florida law and principles of comparative fault, ensures that each party bears responsibility proportionate to its own actions, and is commercially reasonable and insurable.)
A: Question recorded. A response will be provided in an Addendum.
Q (Section 14 - Administrative Charge): Section 14- Would the City agree to add language that the Contractor will be notified by the City of imposition of an administrative charge within 60 days of the event giving rise to the charge?
A: Question recorded. A response will be provided in an Addendum.
Q (Section 14 - Property Repair): Section 14 – Would the City agree to extend the time to repair property to 14 business days?
A: Question recorded. A response will be provided in an Addendum.
Q (Section 19 - Events of Default): Section 19, F. (Events of Default) 1.a – Would the City include the word “material” before “obligation” in this section?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): Historically, Redman Consultants often require the awarded hauler to pay their consulting fees through the solicitation process. Is the City or RCG requiring the same for this solicitation? If so, will the City please advise to their fee?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): As indicated in the response to Question 12 of Addendum 2, can the City please provide service details of all solid waste roll-off customers that are exclusive under this contract inclusive of size of container, quantity of container, estimated frequency of collection, and for compactor units if these are owned by the customer or leased from the current contractor?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): Can the City please provide the multifamily and commercial excels without password protection? Currently, we are not able to access the data within the files.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): According to the commercial list provided, the minimum frequency for service appears to be 2 times per week. Can the City please confirm that this frequency is correct and that there are no customer that receive 1x week service?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): To clarify the answer to question 4 of addendum 3 - if the City will be responsible to pay for commercial disposal fees, is it the expectation of the City that the awarded proposer will operate dedicated front load routes that do not combine services of outside customers?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): Attachment G: Current Rates - can the City please clarify the $3.54 in the "Recycle" column? Are these totals in addition to the totals in Solid Waste & Recycling Services column, or is this the recycling portion of the total rate? For example, for single family services, are residents charged $15.43 total per month or $18.97 ($15.43+$3.54)
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): Can the City provide the most recent invoices paid to the incumbent for services for each of the past 6 months?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): In order to provide the City with the very best proposal, since roll-off is not guaranteed under this contract, would the City allow for proposers to use existing ROL equipment that is exempt of the age specifications of this contract?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): Will the Redman Consultants have any influence of recommending to City a specific hauler for recommendation of award? If the answer is yes, is the City required to award the contract based on their recommendation?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): Can the City please clarify if the rates within the attachment titled "FY26_Sanitation_Prices_to_Vendors are inclusive of the 15% franchise fee?
A: Question recorded. A response will be provided in an Addendum.
Q (No SECTION 2: TERM / RENEWALsubject): 1. Please clarify whether the renewal option at the conclusion of the initial 10-year term is unilateral to the City or requires mutual agreement of both parties.
A: Question recorded. A response will be provided in an Addendum.
Q (NSECTION 2: TERM / RENEWALo subject): 1. In the event the City elects not to renew, is there a transition assistance period defined?
A: Question recorded. A response will be provided in an Addendum.
Q (No sSECTION 7: PAYMENTS / RATE ADJUSTMENTSubject): 1. Please clarify whether fuel surcharges and pass-through disposal increases are included in the franchise fee calculation.
A: Question recorded. A response will be provided in an Addendum.
Q (NSECTION 7: PAYMENTS / RATE ADJUSTMENTS o subject): 1. Please confirm the index used for fuel and/or CPI adjustments and whether adjustments are automatic or subject to City approval.
A: Question recorded. A response will be provided in an Addendum.
Q (NDISPOSALo subject): 1. Please provide historical tipping fee increases for the past five years.
A: Question recorded. A response will be provided in an Addendum.
Q (SERVICE LEVELS / ROUTES): 1. Please confirm whether route consolidation is permitted if service standards are maintained.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): As Volusia County no longer requires or issues business tax receipts as of Jan 1, 2024, would the County accept evidence of Sunbiz registration for item H of Tab 1 submittal requirements?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): Can the City clarify if for the options serviced with REL, are garbage carts still required to be provided to residents? Or only recycling carts for these options?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): Under the options labeled with REL, would the City allow recycling to be collected with ASLs? Or are proposers required to have all serviced provided by REL under these options?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 1. Will the city consider a final negotiation of the contract?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 2. Page 46 Section 13(B) Will the city change the indemnification to read “Negligent performance of the services rather than just performance of the services”?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 3. Page 62 Section J. Title will the city consider adding title to and Liability for Excluded Waste will at no time pass to the contractor.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 4. Page 11. How long is the inter-local agreement with Volusia County?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 5. Page 16 V.R Liability Need to change the word consultant to contractor.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 6. Page 26 Section VI.E Will the city provide the maps furnished by the city?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 7. Does the city have a designated processing facility for recyclables?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 8. What is the current disposal cost for Volusia County?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 9. At the pre-bid, the city indicated that it has a disaster debris contractor, why will we need to provide a Storm Disaster Plan? If extra equipment is required to be on hand for a potential storm does the city realize the additional cost for the residents?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 10. Page 36. Clarify that the proposers do not have to bid all options?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 1. RFP Section III.H Opening of Proposals - Will the City please clarify whether the opening of proposals and evaluation meeting may be attended in person or only via Microsoft Teams?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 2. RFP VI.H & Section VI.H Tab 6 - States that the proposal/security bond is to be filed with the Volusia County Clerk of Court. Will the City please confirm and clarify this process? This is outside of the normal process
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 3. RFP Section IV.A Scope of Services - Will the City remove the requirement for an additional person on the claw truck, considering that standard claw truck operation does not require a second person and could pose unnecessary safety risks due to the operation of the boom?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 4. RFP Section V. FF Termination for Labor Unrest – Will the City please remove this paragraph as it is outside the control of the contractor?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 5. RFP Section V. FF Termination for Cause or Default – Will the City please change the notice to include a 60-day opportunity to cure?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 6. RFP Section V. FF – Force Majeure – Bullet b) lists epidemic and pandemic as a force majeure event; however, the last paragraph states “any pandemic or epidemic… shall NOT be considered a force majeure and is expressly excluded from definition.” Will the City please strike the last paragraph excluding epidemics and pandemics from the definition of force majeure?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 7. RFP Section VI.E Safety Plan OSHA & DOT Violations – Will the City please limit the requirements to provide OSHA violations and DOT violations to the contractor’s relevant division servicing this contract?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 8. RFP Section VI.G Tab 5: Price Proposal - states each proposer is required to insert a collection cost, fuel cost component and a disposal cost component for collection services to be rendered. There is no line for disposal cost. Will the City please clarify or provide a revised pricing sheet?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): RFP Section VIII. Item 3: Residential Curbside Collection of Refuse – Additional Carts – has a line for Bear Proof Carts (Each). This pricing will reflect a significantly higher cost due to the additional labor and time required to service the carts on route, in addition, these carts themselves are significantly more expensive than regular carts. Bear carts cannot be serviced with ASL collection vehicles without the driver exiting the vehicle to unlatch the carts. Will the City please clarify how they want to accommodate this service? Will the City allow for monthly service charges for bear carts?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 10. RFP Section VII. Fee Proposal - On the pricing sheet for Option 1M: Roll-Off, Open Top, Temporary Accounts, the line items for 30 Cubic Yard, Roll Off Per Pull and 30 Cubic Yard, Roll Off Per Pull, Fuel Component, are listed twice in line items 5 and 6 and line items 7 and 8. Please remove the redundant items or clarify what should be items 7 and 8.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 1. CONTRACT Section 1, Definitions and Terms, Bulky Waste - Bulky Waste is defined as large items that cannot fit in the cart due to size, shape, or weight. Additional household garbage placed outside the cart does not meet the definition of bulky waste. Will the City please clarify if this means household garbage outside the cart and under 4 cubic yards is to be left and reloaded into the cart by the customer for pickup on the next collection day?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 2. CONTRACT Section 3C(5) Scope of Work - States City reserves the right to deny contractor’s vehicles access to certain roadways or alleys. Please clarify that contractor will not be fined for the inability to provide collection services to areas affected by inaccessible roadways or alleyways due to the control of City.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 3. CONTRACT Section 4A Carts - Will the City please confirm the maximum number of carts allowed per household under the proposed contract?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 4. CONTRACT Section 4A1(d) – “Wheels facing oncoming traffic” – Will the city please strike this language? If the wheels are facing oncoming traffic, it will require the driver of the ASL truck to exit the truck at every stop to reposition the carts based on the way the trucks empty the carts.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 5. CONTRACT Section 4A2 Scheduled Yard Waste – states yard waste will be serviced with REL vehicles. Pricing pages have options for yard waste with ASL. Please clarify.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 6. CONTRACT Section 4A2(d) states “one (1) “Claw” truck will be available at all times during normal collection hours to service the City to meet the Contract requirements. However, if the City determines a need to increase manpower and equipment to successfully collect the waste the City Manager… has the right to request and require Contractor to increase use of additional manpower and equipment to complete any collection process…” As the current contractor, we are currently operating two claw trucks almost five days a week. Will the City agree to negotiate additional costs with the contractor if it requires the second claw truck under the new contract?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 7. CONTRACT Section 4(4)(a)(iii) Multifamily - Special Collection Provisions - Will the City please limit multifamily yard waste collection to no more than a quadraplex?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 8. CONTRACT Section 4(4)(b) Multifamily – Will the City allow the contractor to charge for non-containerized bulk collection on commercial and multi-family accounts that receive container service?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 9. CONTRACT Section 4B Commercial Collections - Will the City consider requiring that all enclosures meet city code or relieve contractor of responsibility for repair to those that do not meet City Code?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 10. CONTRACT Section 5B(5) Recycling Services - describes acceptable recyclables as what is listed on the Volusia County Website. Will the City please change this to the materials accepted by the processing facility?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 11. CONTRACT Section 5B (5) - states contractor shall leave behind material not recyclable. When using ASLs and carts, this is not practicable for safety reasons. Will the City please strike this.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 12. CONTRACT Section 7B (2) Payments to Contractor – CPI - Will the City increase the CPI cap as inflation is increasing at a higher rate than 4% annually?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 13. CONTRACT Section 7B (2) Payments to Contractor – CPI - Carryover – Will the City please change the “no carry over” for the last year to a “true up” for the last year?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 14. CONTRACT Section 7C Adjustments to Fuel Component – Will the City please adjust this to account for contractor using Diesel and CNG fuel?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 15. CONTRACT Section 7E Unusual Changes or Costs – Will the City please add operational costs to the end of the first sentence?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 16. CONTRACT Section 7F Deductions for Contract Oversight - Will the City consider putting a cap on this amount?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 17. CONTRACT Section 8 Storage and Office Facility – Will the City consider changing the facility operational hours to M-F, 7:30-5:30 as most contractors do not have office hours on Saturday?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 18. CONTRACT Section 9B Schedules and Routes – Will the City please remove the statement that, “The City’s rights extend to rights-of-way outside the City limits,” and the same later in Section E. Power to Deny Access that states “The City reserves the right to deny the Contractor’s vehicles access to certain streets…. inside or outside the City in route to the disposal facilities”? How can the City dictate the use of county/state roads by contractor outside of the City’s jurisdiction?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 19. CONTRACT Section 9E Power to Deny Access – Will the City please modify the requirement of customer notification so that the City will be responsible to notify the City’s affected solid waste customers because of such street closures? The contractor is not privy to the information of street closures in time to notify customers in advance.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 20. CONTRACT Section 12A (8) Removal of Collection Equipment – Will the City please extend the time for removal to 30 days?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 21. CONTRACT Section 13A (4) Required Changes in Coverage and Amounts of Coverage – Will the City agree to increase the amount of compensation based on any cost associated with an increase in insurance?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 22. CONTRACT Section 14A (9) – Will the City move this item to the Opportunity to Cure section if the contractor can demonstrate the equipment was cleaned within the past 7 days or fixed within 24 hours?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 23. CONTRACT Section 14A (14) – Will the City revise this section as generation rates vary during the course of the seasons and we do not always need the same number of vehicles at all times?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 24. CONTRACT Section 14A (22) – Will the City please revise this amount to the shortfall between what is spent and what is remaining?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 25. CONTRACTS Section 15 Amendments – Will the City please add that it will negotiate if operating costs increase significantly?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 1. Will the City accept alternate proposals in addition to the stated options? For instance, ASL for solid waste and/or recycling with REL for yard waste collection.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 2. Not all toters are listed on the City facilities list. There are at least 150 more, serviced two to six times per week. Could the City add these to the official list for clarity?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 3. Will the City please upload the latest version of the RFP so it can be printed from GovWin? While the RFP is automatically revised in the system, it cannot be printed in full form unless uploaded as a document by the City.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 4. In an effort to submit the most responsive and responsible proposals to this RFP, will the City please provide a redline version and a clean copy of the final versions of the RFP and Contract so changes can be tracked and proposers are able to be sure all changes and updates are addressed?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 1. RFP Section VI. Evaluation Criteria Maximum Possible Points - Will the City consider awarding points proportionally for pricing, with the best price for each option receiving full points and all other proposers receiving a percentage of the full allotment of points that is calculated using the percent difference between the proposer’s price and the best price for the category?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 2. CONTRACT Section 6A (1) Post Disaster Collection and Disposal Services – Will the City please revise this Section to indicate that collection rates will be negotiated with the selected Contractor?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 3. RFP Section VI.C E Liquidated Damages or Fines – Will the City please specify that Proposers must provide Liquidated Damages in excess of $10,000 per month rather than leaving the given reporting period up to the Proposers in order to have a set standard for comparison?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 4. RFP Section VI.C E Liquidated Damages or Fines – Will the City limit the reporting of Liquidated Damages to the past three years?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 5. CONTRACT Section 7B (2) Payments to Contractor – CPI – CPI is basically a cost-of-living increase. The agreement states that CPI increased will begin “beginning on the second anniversary of the Effective Date,” which mean contractors will be required to go two years without a CPI increase. This will force proposers to bump up prices to compensate for the lack of increase in year one. Will the City please consider changing this language to the first anniversary of the effective date?
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 6. CONTRACT Section 7B (1 and 2) Payments to Contractor – CPI – Will the City confirm that CPI increases will apply to both residential and commercial collections? The current language reads “the collection component for residential customers."
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 7. CONTRACT Section 7B (1 and 2) Payments to Contractor – CPI – Will the City change the word “may” to “shall” in the first sentence of 7B(1) and 7B(2) and remove the item about City Commission approval in 7B(2)? CPI is a cost-of-living increase and should be applied automatically, within the parameters set by the Agreement.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 8. CONTRACT Section 13B - Indemnification, and RFP Section V.R - Liability - Would the City please remove from its indemnification language any requirement that the Contractor assume responsibility for actions of the City or a third party? Contractors cannot be held responsible for the actions of anyone but their own employees and subcontractors.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 9. CONTRACT Section 13C - City Limitation of Liability - Would the City please remove this language? The City and Contractor’s liability is already established by the Contract’s indemnification language.
A: Question recorded. A response will be provided in an Addendum.
Q (No subject): 10. RFP Section IV.C. Contract - The RFP currently states that the City reserves the right to include in any contract document such terms and conditions as it deems necessary. Can the City confirm that all additional terms and conditions will be agreed upon by both parties?
A: Question recorded. A response will be provided in an Addendum.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.