HomeMy WebLinkAboutSevern Trent Services Meter Reading Services Agreement -2004 07 12AGREEMENT
METER READING SERVICES
TH IS AGREEMENT, made and entered into this 26th day of Au ust, 2004, by and between
the City of Winter Springs, a Florida municipal corporation (the "City"), and Severn Trent
Environmental Services, Inc., a Texas corporation ("Contractor").
WITNESSETH:
WHEREAS, the City desires to contract for and Contractor desires to provide meter-reading
services; and
WHEREAS, the City has reviewed the terms and conditions of the agreement between the
City of Casselberry, Florida and the Contractor providing meter reading services, dated August 5,
2004, and which is attached hereto as Exhibit 1 and is incorporated herein fully by this reference, and
desires to piggyback or engage the Contractor under the same terms and conditions, except as
provided herein.
NOW THEREFORE in consideration of the mutual covenants and conditions contained
herein and for other valuable consideration the receipt and sufficiency of which is acknowledge by
the parties hereto, the parties agree as follows:
The City shall not be obligated to provide administrative offices for Contractor's staff. The
City will continue to provide Contractor with a location outside of City Hall where the
handheld meter reading devices will be stored when not in use.
2. Contractor acknowledges and agrees that the City has four (4) billing cycles per month.
3. Contractor shall furnish vehicle identification clearly identifying the vehicle and its
occupants as performing meter reading services.
4. Contractor agrees no meter reading shall be performed between 7:00 PM and 6:00 AM,
regardless of Daylight Savings Time. Meter reading on Saturday, Sunday and on City of
Winter Spring holidays shall be prohibited unless approved in advance by the City. A list of
current City holidays will be provided upon award of contract.
5. Contractor agrees all hand held meter reading devices shall be returned to location directed
by the City outside of the City of Winter Springs City Hall.
6. Contractor shall agree to follow all City safety policies, if any. Such policies shall be
provided upon full execution of this Agreement.
The Contractor agrees contact with the City for operational issues shall be with Mr. Dennis
Waldrop, Utility Manager at 407-327-8954 and for administrative matters shall be with
Michelle Greco, Finance Director at 407-327-5960. Such contact points maybe changed at
the discretion of the City with written notice to the Contractor.
8. The City will further engage the Contractor to provide additional meter-reading services
for radio read meters, which is not otherwise provided for in the City of Casselberry's
contract (exhibit 1), at a rate of $0.853 per meter.
IN WITNESS WHEREOF, the parties hereto have caused this A~-eement to be executed in
three (3) originals counterparts the day and year first above written.
Witness
-~
;. ~---- '" i~~~~ ~~~i-~
~._.
Severn Trent Environmental ervices, Inc.
By:
Edward Gos ki, Vice President
Attest:
~ :~C ~l J'
/Andrea Lorenzo-Luaces 'City Clerk
~~
City of Winter Springs, Florida
__
_..._--
Ronald W. Mc[,em~~re, City Manager
Ci~~~ ~ o ~ W~~ r1 t~~~ 5~%Y ~ r1 cti ; ~~ RFP # P o~-~4
Lx~,~ ~ ti~,~ ~-
AGREEMENT
THIS AGREEMENT, made as of the,' r~` day of ~ ~q ~, $ 7' , 2004, by
and between the City of Casselberry, Florida, hereinafter referred to as owner, and Severn Trent
Environmental Services, Inc., hereinafter referred to as contractor.
WITNESSETFI:
That the Owner and the Contractor, for the considerations stated herein, agree as follows:
2. SCOPE OF WORK
c
The Contractor shall provide and furnish all the necessary labor, supervision, material,
tools, expendable and permanent equipment and all utility and transportation services required to
perform and complete in a workmanlike manner, all of the work described in the City of
Casselberry request for Proposal ~ P04-14 "Meter Reading Services" for the City of Casselbe~rry,
Florida.
All work shall be performed in strict accordance with the Terms, Conditions, and
Specifications Contained in Exhibit "1" and in strict compliance with the Contractor's proposal
as accepted, attached hereto as Exhibit "2" and incorporated herein by this reference and with the
other Contract Documents herein mentioned which are a part of this Agreement.
3. THE CONTRACT PRICE
The Owner shall pay to the Contractor, and the Contractor shall accept, in full payment
for the performance of this Agreement, subject to any additions or deductions provided for
hereby, in current funds for work performed in accordance with the schedule of unit prices
attached hereto and made a part of this agreement.
Payments are to be made to the Contractor in accordance with and subject to the
provisions embodied in the other documents, which are a part of this Agreement.
4. AUTHORITY AND RESPONSIBILITY OF THE OWNER
All Work shall be done under the general supervision of the Owner. The Owner shall
decide any and all questions which may arise as to the quality and acceptability of materials
furnished, work performed, rate of progress of work, interpretation of Specifications, terms and
conditions, and all questions as to the acceptable fulfillment of the Agreement on the part of the
Contractor. These provisions shall not release the Contractor from any Contractor responsibility
contained herein.
5. CONTRACT DOCUMENTS
This Agreement comprises the Contract Documents listed herein below. In the event that
any provision of one Contract Document conflicts with the provisions of another contract
Document, the provision in that Contract Document first listed below shall govern, except as
otherwise specifically stated:
a. Agreement (this instrument)
b. Invitation to Bid # P04-14
c. Instructions for Bidders
d. Terms and Conditions
e. Company Information
f. List of References
g. List of Sub Contractors
h. Drug Free Workplace
i. Proposers Certification
j. Addendum
k. Specifications
1. Proposal .Bid Sheets
6. IN WITNESS WEREOF, the Parties hereto have caused this instrument to be executed
in three (3) original counterparts the day and year first above written:
(Witness)
Signature
Contractor: Severn Trent Environmental Services, Inc.
By:
Edward Goscicki
Ann Boudreault
Print Name
(Witness)
~~~~~~~ ~~ ~~~2..
Signature
Print Name
Title: Vice President
Owner: City of Casselberry
By:
Exhibit "1'!
~.~~''~ ~~+' C~~SELBE~
~E+QUEST FOB FROFOS~LS
~~ # F~4-14
~E~'E~ REA~~NO SERVICES
TABLE i3F C(~l`dTEN T S
R~'~ ~P04-14
ii~Ieter Reading Services
P:~GE,
,,.
'
....................................................................................................
Invitation to Bid
.............
• 1-2
-~~ Instructzons ............................................................................................................ ..............3-4
•, Terms and Conditions ...................... ............ 5-10
•;•
...........................................................
Company Information .................. .............. ................11
:~ References ............................................................................................................. ................12 ~
•'~ Sub Contractors ....................
• Drug Free Workplace ............................................................................................ ................14
•
..........................................................
Proposers Certification ................................ ................15
•:• Addendum Acknowledgement .............................................................................. ................16
•.•
'
p ....................................................................
..................................
S ecifications .. .......... 17-21
.,.
'
p
Pro osal Bid Fore ........... .......... 22.23
••• Bid Submission List ....................................................................._........................ ................_
Purchasing Department
95 Triplet Lake Drive
Casselberry, Florida 32707
(407) 362-7700 x 1142
INVI'T'ATION T® B~ NCO. RFP ~ P 04-I4 .Tune 29, 2(304
TO: All interested business firms, corporations, partnerships or individuals dealing in Nleter
Reading Services.
The City of Casseibem~ solicits your proposal for Meter Reading Services, in accordance with
the specifications attached hereto.
Proposals MUST be submitted on the attached bid forms. Proposals must be received by 12:00 `
p.m. (noon-local time) on Friday, July 16, 2004. All proposals received after 12:00 p.m. will be
returned to sender unopened.
Special Condition "PUBLIC ENTITY CRIMES"
"A person or affiliate who has been placed on the convicted vendor list following a conviction
for a public entity crime may not submit a bid on a contract to provide any goods or services to a
public entity, may not submit a .bid on a contract with a public entity for the construction or
repair a public building or public work, may not submit bids on leases of real property to a
public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or
consultant under a contract with any public entity, and may not transact business with any public
entity in excess of the threshold amount provided in Section 287.017 for CATEGORY TWO for
a period of 36 months from the date of being placed on the convicted vendor list. "
DISCRIMINATION: An entity or affiliate who has been placed on the discriminatory vendor
list may not submit a bid on a contract to provide goods or services to a public entity, may not
submit a bid on a contract with a public entity for the construction or repair of a public building
or public work, may not submit bids on leases of real property to a public entity, may not award
or perform work as a contractor, supplier, subcontractor, or consultant under contract with any
public entity, and may not transact business with any public entity.
IF MAILING BIDS,
MAiL TO:
IF DELIVERING BID IN PERSON,
DELIVER TO:
City of Casselberry
Finance Department -Purchasing
95 Triplet Lake Drive
Casselberry, Florida 32707
City of Casselberry City Hall
Finance Department -Purchasing
95 Triplet Lake Drive
Casselberry, Florida 32707
_ Sealed envelopes should be plainly marked on the outside: RFP #P0414, Me#er Reading
Services. All bidders, their agents. or representative are invited to be present at the bid opening
scheduled to begin at 2:30 p.m., on Friday, .Tiny 16`'', 2004.
The City reserves the right to reject any or all proposals, with or without cause, to waive
te::iuucaiities, or to accept the proposals which in its best judgment best serves the public interest
under all circumstances. Late proposals will be returned to sender unopened. Cost of submittal
of this proposal is considered an operational cost of the proposer and shall not be passed on to be
home by the City.
Sin~ereiy,
Gearge illmann
Purchasing Agent
REI~UEST FOR PROPOSAL
RFP# P 04-14
METER READING SERVICES
INSTI2LJCTIONS FOR BIDDERS
Sealed proposals will be received by the City of Casselberry, Casselberry Florida at Casselberry
City Hall until July 16, 2004 at 12:00 p.m.
Proposal should be made on the bid proposal form provided herein. Proposals submitted on any
other format shall be disqualified. Proposals shall be sealed and plainly marked on the outside of
the envelope RFP# P04-14 Meter Reading Services.
Proposals received after the specified time will not be considered and will be returned unopened.
Mail or deliver proposals to the foIlowing address:
City of Casselberry
Finance Department/Purchasing
95 Triplet Lake Drive
Casselberry, Florida 32707
Unsigned proposals will be considered incomplete and subject to rejection
Proposals having erasures/corrections must be initialed in ink by the proposer. In case of errors
in e;ctensions, unit prices will govern.
By signing the proposal, the proposer agrees that the proposal is made without any
misunderstanding, agreement, or connection with any other person, firm, or corporation making
a proposal for the same purpose; and, that the proposal is in all respects fair and without
collusion or fraud.
It is agreed by the undersigned proposer that the signing and delivery of this proposal represents
the proposers acceptance of the terms and conditions of the foregoing specifications and
provisions; and, if awarded the contract by the City, will represent the agreement between the
parties.
Proposals will be publicly opened and read aloud in the Finance Conference Room, Casselberry
City Hall, 95 Triplet Lake Drive Casselberry, Florida 32707 at 2:30 p.m., Friday July 16, 2004.
All proposers responding to this request will be notified in writing as to the final outcome of this
process. It is anticipated that notifications will be mailed within three (3) weeks of the contract
being awarded.
Please check your prices before submission of bids, as no change in prices will be allowed after
bid opening. Do not use pencil when inserting prices, use ink or typewriter only. Be sure all
required bid sheets are signed.
Any clarifications/changes will be through written addendum only issued by the office of
Purchasing. It is the sole responsibility of proposer to verify if any addendums have been issued.
All items quoted must be in compliance with all specifications.
The City reserves the right to increase or decrease quantities in these specifications.
Failure to comply with these specifications and instructions will result in disqualincation of your
proposal.
Mandatory site inspection is required. The Cities representative for this contract will be Bill
Solomonic, Customer Service Supervisor. Please contact him at (407) 262-7700 ext. 1114 to
arrange for site inspection.
The City reserves the right, at its sole and absolute discretion, to reject any or all bids, or to
accept that Proposal which, in its judgment, will, under all circumstances, best serve the public
interest of the City of Casselberry. Cost of submittal of this bid is considered an operational cost
of the bidder and shall not be passed on to, or be'oorne by, the City of Casselberry, Florida.
4
TERIVIS ANI) CONI~ITJDNS
# P04-~4
Meter Reading Ser-Ydces
The City of Casselberry is seeking a firm, for Meter Reading Services. The firm awarded this
contract must meet or exceed all terms, conditions and specifications of the City of
Casselberry.
The awarded contract wiil be effective August 9, 2004. The firm awarded this contract must
be prepared to start reading meiers on August 9, 2004.
The bid will be for a period of two (2) years at a fixed price. HOWEVER, by mutual consent
of the City of Casselberry and the successful bidder, the contract for Meter Reading Services
may be extended for two (2) additional one (1) year periods. This option will be in written
notice.
This contract may be cancelled in whole or in pan by the City or the Contractor (s) upon giving
at least thirty (30) days written notice prior to cancellation; except that non-performance on the
part of the contractor(s) will be grounds for termination. Termination will take place within
five (5) days of notification.
This contract is being awarded by and for the City of Casselberry and on behalf of the
following entities:
City of Tavares
Lori Houghton
352-742-6212
City of Lake Mary
Jackie Sova
407-585-1409
The firm awarded this contract will extend all terms and conditions, price and specifications to
the above listed entities. Please contact Lori and Jackie to make an appointment for review of
their meter systems.
The governing board of the above listed public entities must independently approve the contract
for meter reading services.
The firm awarded this annual contract is encouraged to permit any other governmental agency
in the area to participate in the contract under the same terms and conditions.
1. Complete all forms and attach proof of proper license (occupational) and trade
certifications (if any). Bids submitted without proof of license will be disqualified.
2. The firm awarded this contract agrees to comply with all laws, codes, rules & regulations
bearing on the conduct of work, including those of the Federal, State, County, and City of
Casseiberry.
3. The contractor shall assume liability for damage or loss resulting from wrongful act(s) or
negligence of its employees, agents, or sub-contractor or its insurer shall reimburse the City
for any damage or loss within thirty (30) days after a claim is submitted.
5
=! . Insurance reouirements: Upon award the successful bidder shall be required to obtain and
furnish to the City of Casselberry, prior to the contract being effective, Certiricates of
Insurance approved by the City with the following minimum coverage: All insurance
policies shall be with insurers with an acceptable rating, registered and licensed to do
business in the State of Florida.
5. The selected firm or individual will be required to name the City as an additional named
insured with the following minimum coverage's:
A. Wor;~ers Compensation shall be maintained by the selected fir-n or individual for all
employees engaged ~in the work under the Bid, RFQ or RFP in accordance with the
Laws of the State of Florida. Employers Liability Insurance shall be maintained by
the selected firm or individual at limits no less than the following:
$100,000 Each Accident
$100,000 Disease Each Employee
$500,000 Disease Aggregate
c
B. Comprehensive General Liability Insurance shall be maintained by the selected firm
or individual with limits not less than the following:
$1,000,000 Bodily Injury & Property Damage-each occurrence
$1,000,000 Personal & Advertising Injury-each occurrence
$2,000,000 General Aggregate
$2,000,000 Products/Completed Operations Aggregated limit
$ 5,000 Medical Payment
$ 100,000 Fire Damage Legal Liability
Coverage shall include contractual liability and independent contractors liability.
C. Automobile Liability Insurance shall be maintained by the selected firm or individual
with a combined single limit of not less than $1,000,000 Bodily Injury and Property
Damage in accordance with the Laws of the State of Florida, as to the ownership,
maintenance, and use of all owned, non-owned, leased or hired Vehicles
D. All insurance minimum coverage's extend to any subcontractor, and the general
contractor is responsible for all sub-contractors.
All policies are to be endorsed to include the City as insured. In the cancellation
clause, the word endeavor shall be excluded and the number thirty (30) inserted in the
blank space provided before the word dav's prior notice. All contractor policies are to
be considered primary to City coverage and shall not contain co-insurance provisions.•
6. The contractor(s) will provide name(s) of any sub-contracting firms used; in addition,
contractor will guarantee that each sub-contractor possess and maintains required insurance
and licenses. (Attach proof of proper licenses)
7. By submitting a proposal, the offer certifies having fully read and understands this request
for proposal and certifies full knowledge of the scope, nature, quantity and quality of work
to be performed, and detailed requirements of the services to be provided and the conditions
under which the services are to be performed.
6
8. Figures quoted shall remain firm for forty-ive (45) days or until acceptance of the orfers
quoted and agreement signed.
9. Reserved Rights of the City -The proposal may be awarded in part or in whole. The City
of Casseiberry reserves the right to accept or reject any or all proposal which they may
deem to best serve the interest of the City. The right is reserved to :valved technicalities or
informalities. Proposer warrants that prices, terms and conditions quoted on this proposal
will be firm for acceptance for a period of forty-five (45) days from date of bid opening.
10. Award -The City of Casselberry anticipates awarding one (1) contract, but reserves the
right to award more than one if in it's best interest.
11. Public Records -Upon award recommendation or ten (10) days after opening, bids become
public records and shall be subject to public disclosure consistent with chapter 119, Florida
State Statute.
1? Patent Indemnity - To the fullest extent permitted by law, the CONTRACTOR (OR
CONSULTANT) shall indemnify, hold harmless and defend the CITY, its agents, servants,
and employees, or any of them, from and against all claims, damages, losses, and expenses
including, but not limited to, attorneys' fees and other legal costs such as those for
paralegal, investigative, and legal support services, and the actual cost incurred for expert
witness testimony, arising out of or resulting from the performance of services required
under this Agreement, provided that same is caused in whole or part by the error, omission,
negligent act, conduct or misconduct of the CONTRACTOR, its agents, servants,
employees, or subcontractors. In accordance with Section 725.06. Florida Statutes,
adequate consideration has been provided to the CONTRACTOR for this obligation, the
receipt and sufficiency of which is hereby specifically acknowledged. Nothing herein shall
be deemed to affect the rights, privileges, and immunities of the CITY as set forth in
Section 768.28, Florida Statutes. In claims against any person or entity indemnified under
this section by an employee of CONTRACTOR or its agents or subcontractors, anyone
directly or indirectly employed by them or anyone for whose acts they may be liable, the
indemnification obligation under this Subsection shall not be limited by a limitation on
amount or type of damages, compensation or benefits payable by or for CONTRACTOR or
its agents or subcontractors, under Workers' Compensation acts, disability benefits acts, or
other employee benefit acts.
l~. The City is exempt from State Sales Tax and Federal Excise Tax. Do not include tax in
bid; Tax Exemption Certificate will be furnished upon request.
14. The subsequent contract is considered a firm fixed priced contract. The fee proposed shall
remain firm and shall include all charges that may be incurred in ~lfilling the terms of this
contract.
15. The City of Casselberry requires that any and all changes to the original contract shall be in
writing and approved in advance by the Purchasing Agent, followed by a written
modification signed by both parties and approved by the City Manager and/or the City of
Casseiberry Commission (if required).
16. Payment will be accomplished by submission of invoice, in duplicate with itemization of all
work performed by location and mailed to:
7
City of Casselberry
Accounts Payable Department
95 Triplet Lake Drive
Casselberry, Florida 32707
Once the City representatives have approved +~he invoices, payment will be made within
thirty (30) days.
17. All labor, materials, supplies, and equipment shall comply with any and/or all-applicable
standards including OSHA and the safety and protection of the employees of the contractor.
All DOT requirements must be met when working in roadway medians/right of ways.
18. Representation and Warranties of Contractor -The contractor represents and warrants
to the Ciry:
A. That they have been in the business of Meter Reading Services in Florida for a
minimum of four (4) years.
B. That they can provide to the City references of three (3} current Municipal/County
accounts which amount to an annual income to the contractor of at least $SO,000.CO
annually.
C. That they have a sufficient no. of employees to effectively and efficiently maintain this
contract.
D. That they have the financial resources and equipment to perform this contract.
E. That they have trained employees and the resources to implement Meter Reading
Services on August 9, 2004.
19. Obligations of the Citv of Casselberrv -The contractor(s) shall receive all its instructions
from the City representatives. The City representatives and contractor shall meet regularly,
at least monthly.
20. Manner of Performance
20.1 The contractor shall perform all its obligations and functions under this agreement in
accordance with all terms, conditions, and specifications laid forth by the City. The
contractor shall coordinate its activities with the City representative as not to conflict
with any operation or activities scheduled by the City.
20.2 The contractor shall instruct its personnel that no gratuities shall be solicited or
accepted for any reason whatsoever from any City employee or resident of the City
of Casselberry.
20.3 The contractor shall be responsible that any articles found by its employees are
turned over to the City.
20.4 The contractor will abide by All State and Federal Regulations on wages and hours
of an employee.
8
20.E The contractor shall be responsible for all its employees, subcontractors and tl'~eir
actions during the Term of this contract with the City of Casselberry.
20.6 The contractor shall keep current all licenses and permits whether Municipal,
County, State, or Federal required for the performance of its obligations and
functions hereunder and shall pay promptly when all fees become due.
20.7 The City will lease the contractor office space. The monthly lease will be negotiated
with the contractor after recommendation "to award" has been made.
20.8 The firm awarded this contract will provide an implementation schedule. This
schedule must be submitted and approved by the Ciry representative in advance of
start date.
20.9 There will be no wee?cend work unless approved by the City in advance.
20.10 The contractor will leave the site clean, clear of debris and safe at all times. ~
20.11 The City reserves the right to increase or decrease quantities.
20.12 Cost of submittal of this bid is considered an operational cost of the bidder and shall
not be passed on to be borne by the City.
20.13 ..Please make sure all forms and bid sheets requiring signatures are completed, signed
and returned in a sealers envelope marked on the outside RFP# P04-14 ivleter
Readins Services.
20.14 Failure to comply with these specifications and instructions will result in
disqualification of your bid.
21. Evaluation of Proposals: Award shall be made to the most responsible and responsive
proposer whose proposal is determined to be the most advantageous to the City, taking into
consideration the evaluation factors set forth below: v
A. Price
B. References
C. Experience of the proposers business and employees of business
D. The sufficiency of financial resources and ability of company to perform this contract
E. Location of business
F. Manpower
G. Company history
H. No. of employees available for the performance of this contract
I. Such other information as may be requested or secured
9
2? . Interpretation of Documents
If any person contemplating submitting a Proposal is in doubt as to t~`te true mesning of any
pan of the Specifications or Procedural documents; or finds discrepancies in or omissions in
the Specifications, he may submit to the Owner a written request for an interpretation or
correction thereof. The person submitting the request will be responsible for its prompt
delivery. The purchasing department will review the written request and decide if an
addendum to the proposal needs to be issued. If an addendum is issued, it will be mailed or
delivered to each person receiving a set of the proposal documents. It is the proposers
responsibility to verify if any addendums have been issued.
10
C®1VYP?~NY INiF'OR1'/IAT)~tDN
Bid # P04-14
1Vleter Reading Services
IMPORTANT: This form must be returned with the Bid Proposal Form. (Please Print or Type)
Company Name: Severn Trent Environmental Services. Inc.
Street Address: 4837 Swift Road. Suite 100
Mailing Address: 4837 Swift Road, Suite 100
City, State & Zip: Sarasota. Florida 34231
Phone No: 941-925-3088
Fax No: 941-924-7203
Type of Organization: Comoration
Federal ID or SS # b2-1168252
Contact Person: Ken Irvin
E-Mail Address: kirvin(a~stes.com
No. of Years in Business: >35 years
No. of Employees:
No. of Employees to be assigned to this project: 3 staff plus 5 additional indirect sunnort
~ No. of Clients your company is currently servicing: 535
No. of Years experience (combined) of employees to be assigned or available for this contract
36
Severn Trent Environmental Services. Inc.
Company Name (Please Print)
~_~
Authorized Sigrr~ure
11
L~S'~' OF REFE~tE1~1CLS
RFP # P04-14
Meter Reading Services
IMPORTANT: This form must be returned with the bid proposal form.
The bidder shall compiete the following regarding experience in Meter Reading Services.
References must be current contracts.
1. Name of Company Volusia County
Address 123 W. Indiana Ave. #402. De Land. FL 32720: 386-736-5971
Contact Person Christine Domingus
Contract Date June 1, 2004
Amount of Contract $109,590/year
2. Name of Company Citv of Lake Citv
Address P.O. Box 1687. Lake City, FL 32056
Contact Person Dorothy Tyre
Contract Date June 18
Amount of Contract $92.000/near
3. Name of Company Citv of Sunrise
Address 10770 W. Oakland Pazk Blvd.. Sunrise. FL 33351
Contact Person Linda Maynard
Contract Date January 1. 1997
Amount of Contract $406.080/year
Please refer to Appendix A for a complete list of Severn Trent meter reading clients.
12
LIS'T' OF SUBCON'T'RACTORS
RFP # P04-14
1~Vleter Reading Services
IMPORTANT: This form must be returned with the bid proposal form.
(mark NONE if no suh-contractors are to be used)
1. Name of Company NONE
3
4.
Address
Contact Person -
Telephone
Name of Company
Address
Contact Person _
Telephone
Name of Company
Address
Contact Person -
Telephone
Name of Company
Address
Contact Person
Telephone
ATTACI-I: A copy of any signed agreements you have with any sub-contractors listed above.
13
DRUG-FREE WORKPLACE CER'T'IFICATION
RFP # P04-14
1Vleter Reading Services
In order to have adrug-free workplace program, a business shall:
1. Publish a statement notifying employees that the unlawful manufacture, distribution,
dispensing, possession, or use of a controlled substance is prohibited in the workplace
and specifying the actions that will be taken against employees for violations of such
prohibition.
2. Inform employees about the dangers of drug abuse in the workplace, the business's
policy of maintaining a drug-free workplace, any available drug counseling,
rehabilitation, and employee assistance programs, and the penalties that may be imposed
upon employees for drug abuse violations.
3. Give each employee engaged in providing the commodities or contractual services that
are under bid a copy of the statement specified in subsection (1).
4. In the statement specified in subsection (1), notify the employees that, as a condition of
working on the commodities or contractual services that are under bid; the employee will
abide by the terms of the statement and will notify the employer of any conviction of, or
plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled
substance law of the United States or any state, for a violation occurring in the workplace
no later than five (5) days after such conviction.
~. Impose a sanction on, or require the satisfactory participation in a drug abuse assistance
or rehabilitation program if such is available in the employee's community, by any
employee who is so convicted.
6. Make a good faith effort to continue to maintain adrug-free workplace through
implementation of this section.
As the person authorized to sign the statement, I certify that this firm complies fully with
the above requirements.
Severn Trent Environmental Services. Inc.
Company Name (please print)
/ ~
`'
Authorized Signature
14
PROPOSERS CERTIFICATION
RFP # P04-14
Meter Reading Services
I have carefully examined the Request for Proposal, Instructions for Bidders, Terms and
Conditions, proposal forms and all other documents accompanying or made a part of RFP # P04-
14.
I hereby propose to furnish the commodity or services specified in-the Request for Proposals at
the prices or rates quoted in my proposal. I agree that my proposal will remain firm for a period
of forty-five (45) days in order to allow the City adequate time to evaluate the proposals.
I certify that all information contained in this Request for proposal is truthful to the best of my
knowledge and believe. I further certify I am duly authorized to submit this proposal on behalf of
the vendor/contractor as its act and deed and that the vendor/contractor is ready, willing and able
to perform if awarded this RFP.
I further certify, under oath, that this bid/proposal is made without prior understanding,
agreement, connection, discussion or collusion with any other person, firm or corporation
submitting abid/proposal for the same commodity or services; no officer, employee or agent of
the City of Casselberry or of any other bidder/proposer interested in said bid/proposal; and that
the undersigned executed this bidders/proposers certification with full knowledge and
understanding of the matters therein contained and was duly authorized to do so.
Severn Trent Environmental Services, Inc.
Name of Business
By:
Signature
Sworn to and subscribed before me
this ' a ~' day of
c,~Q.~y , 2004
+ Edward Goscicki. P.E.. Vice President
Name and Title, Typed or Printed
4837 Swift Road. Suite 100
Mailing Address
Sarasota. Florida 34231
City, State, Zip Code
Signature of Notary
Notary Public, State of ~-~~u_~
Personally Known
-or-
Produced Identification
( 941 )925-3088
Telephone Type:
15
i ANN M. BOUDREI-t11~
= r Conrti D0031751T
i . ~ ' E~piA 4RQr10~
~~,.-~~ so„e.e ".~ ~eoo~.sxsig
CITY OF CASSEL$ETcRri'
RFP # P04-14
Pvleter 1Fteading Services
Addendum Pane
The undersigned acknowledges receipt of the following addendum to Bid # P-04-14. (Give
number and date, of each) It is the proposers responsibility to verify if any addendums have been
issued.
Addendum No. (none) Dated
Addendum No. Dated
Addendum No. Dated
Addendum No. Dated
Addendum No. ' Dated
Failure to submit acknowledgement of any addendum issued will be cause for rejection of bid
or proposal.
Severn Trent Environmental Services. Inc. ~~
Company Name (please print) Authorized Signalture
1
16
TE,CHN~C AL SPECIFICATIONS
RFP ~ P04-14
~~rter Reading Se~~zczs
The Cit<~ of Casselberry is seeking a Company experienced in the water meter industr<i to read
approximately 19,700 water meters per month. The City currently has 19,700 Senses touch read
meters.
I. Cities Resnonsiiaility:
A. The City of Casseiberry will furnish the necessary number of hand-held electronic
meter reading de~rices to enable the Contractor to perform its function under this
contract.
B. The City will provide routine maintenance and repair of the hand-held electronic meter
reading devices through its selected vendor. ~
C. The hand-held electronic meter reading devices are the sole property of the City.
D. The City will provide the meter reading schedule and Contractor shall maintain this
schedule in order to maintain the billing cycle.
E. The City currently has three (3) billing cycles per month.
F. The City will familiarize the Contractor with all phases of the meter routes and billing
cycles.
G. The City will work with the Contractors for any route changes that may be
recommended if it results in improved efficiency and does not affect the billing cycle.
H. The City will be responsible for the uploading and downloading of the hand-held
electronic meter reading devices. Any routes not completed the previous day will be
re-issued by the City.
I. The City at its sole discretion may elect to waive any or all of the penalties provided for
in this contract during the initial sixty (60) days of the contract.
J. The reading schedule may be adjusted at the City's reasonable discretion with a
minimum notice to the Contractor of ten (10) working days.
II. Contractors Responsibility:
A. The Contractor shall read all of the Cities meters. Readings shall be accurate with an
allowable error ratio of two (?) errors per 1000 meters read.
B. Meter reading errors resulting from errors in reading by Contractor will be charged
back to the Contractor in accordance with the following schedule: -
17
Number of errors Chazge to Contractor
0 to two (2) per 1000 meters read I None
More than (2) but less than five (5) meters I
read $5.00 per error
five (5) or more errors per 1000 meters $10.00 per error
* These charges shall be deducted from the following months invoice.
C. Contractor shall insure that all meters are read each month. Unread meters will be
charged to the Contractor at the rate of $5.00 each for any unread meters exceeding two
(2) per 1000 scheduled meters read.
No fee will be chazged if it is determined that Contractor was not at fault.
D. No meter reading shall be done between 7:00 PM and 6:00 am, regardless of Daylight
Savings Time. Meter reading on Saturday, Sunday and on Ciry of Casselberry
Holidays shall be prohibited unless approved in advance by the City of Casselberry. A
list of current Holidays will be provided upon awazd of contract.
E. The Contractor is responsible for submitting to the City on a daily basis full reports
with meter readirig codes, and any incidents that may be connected with meter reading
performance and the distribution of water. The format for reporting shall be approved
in writing by the City and the Contractor. Contractor recognizes that appropriate use of
meter reader entered codes is critical to City's utility billing operation, and that this is a
required part of the meter reading function. Contractor further recognizes that
inappropriate or inaccurate use of meter reader entered codes is unacceptable.
Inaccurate meter reader entered codes that result in estimated customer utility bills will
be charged back to the Contractor at the rate of $10.00 per entered code.
F. The Contractor shall be responsible for the routine cleaning of the meters and the meter
boxes, which means ensuring that accessibility to the meter is not hampered by grass,
sand, or debris of any kind. Contractor recognizes that it is unacceptable for meter box
covers and/or meter caps to be left open or not properly seated or closed, and will take
reasonable measures to ensure that these conditions are not caused by Contractor or
Contractor's employees. All mechanical repairs to the meter boxes will be the
responsibility of the City and Contractors employees will not attempt repairs of any
kind.
G. The Contractor shall report on the same day via hand-held codes all defective meter
boxes, lids and meters to the City in order that the required repairs may be scheduled,
Contractor shall promptly notify the City of any hazardous or irregulaz situations
observed on the City's water system, including but not limited to suspected meter
tampering, equipment or facility malfunctions, or actual or potential safety problems.
Reporting format shall be approved by the City.
18
H. T'ne Contractor shall be responsible for the timely collection and delivery of the hand-
held electronic meter reading de~rices that are essential to the meter reading process.
The hand-held electronic meter rending devices :will be picked up a±, and retu^.:ed to,
finance department, customer services division, located at Casselberry City Hall, 95
Triplet Lake Drive.
I. The Contractor is prohibited from tampering with, altering or adjusting the hand-held
reading devices and associated equipment. Contractor shall be responsible for the
proper care and safeguarding of any equipment provided by the City. The Contractor
will be held financially responsible for any damage or loss to the hand-held equipment
due to negligence or abuse of its employees. The Contractor shall promptly pay for any
lost or damaged equipment or the City may, at its option; deduct such amounts from
sums otherwise due the Contractor.
J. Failure 'oy Contractor to complete all scheduled meter readings within the allotted time
for each billing cycle will result in a charge back to the Contractor in the amount of
~ 100.00 for each additional day required to complete the work. ~
K. Contractor must furnish trained personnel necessary to complete the work, and is solely
responsible for insuring that its employees have the necessary skill, knowledge,
training, and experience to perform meter reading accurately and safely so as not to
injure or endanger the City, its employees, or any third party. Training material and
methods are subject to approval by the City. Prior to initiation of work under this
contract, the Contractor will provide the Ciry with a detailed training plan and
commitment to appropriate employee training. Contractor shall notify the City, in
advance, with the time and location of training so that it can be monitored.
L. Contractor is an independent Contractor and will provide full time supervision of all
Personnel. Responsibilities include but are not limited to arranging for work
assignments and follow-up monitoring of meter readers in the field. Supervisor will be
responsible for resolving customer complaints as its pertains to the meter readers.
Failure to satisfactorily resolve these customer complaints within two (2) working days
will result in a charge back to the Contractor in the amount of $25.00 for each incident,
unless the City gives prior approval to the delay.
M. Em~loyee Identification and Uniform: Personnel assigned will be required to wear a
Contractor provided uniform and identification badge with employee photo. T"ne
design of the uniform is subject to approval of the City. The logo, seal or name of City
shall not be used without the permission of the City.
Identification Badges are required in the field at all times. The Contractor will ensure
that employees return their ID Badges upon termination or separation from
employment.
Cleaning of uniforms will be the responsibility of the Contractor. Contractor's
employees must maintain a neat and clean appearance while providing meter reading
services, and torn, worn, or soiled uniforms shall not be worn while performing
responsibilities under this contract. City reserves the right to inspect uniforms and
require Contractor to replace them if soiled or damaged. Appropriate personnel safety
equipment is required.
19
No meter reader will be permitted to work in the field without the appropriate uniform
and identification badge, unless the employee is working in a training capacity and is
accompanied by a trained meter reader. If the City observes an employee of the
Contractor, who is not in a training capacity, not wearing the appropriate uniform and
identification, a penalty of $25.00 will be charged back to the contract for each
incident.
Contractor is responsible for checking its employees for proof of valid driver licenses
every six (6) months if they are required to drive a motor vehicle.
Contractor will furnish and be responsible for all transportation necessary to complete
the work. All vehicles must be maintained so as to provide a professional, clean and
mechanically sound image.
Contractor must furnish vehicle identification (approved by the City) clearly indicating
its use for meter reading for the City. Signs are to be provided by Contractor. ~
Contractor's employees will not consume alcohol during working hours, will not work
while under the influence of alcohol or illegal substances, .and will not smoke while on
customers premises or in City buildings.
The Contractor is responsible for ensuring that its employees conduct themselves in a
courteous and professional manner when dealing with customers of the Ciry of
Casselberry.
N. Health and Safety: The Contractor shall be strictly liable for the on-the job safety and
medical treatment required of all personnel used to accomplish the required work under
this contract. Contractor or its agents must follow all safety rules and practices of the
City as outlined in the City's Safety handbook.
O. Permits and License: Contractor shall be responsible for obtaining and maintaining
through the term of this contract, from City, State, or Federal entities the necessary
permits (s) and Licenses, if any, required by City, State or Federal ordinances, laws,
statutes, rules, regulations or other law for the performance of the Services by the
Contractor. Contractor shall during the performance of the work, comply with all
applicable City Codes and ordinances, as amended.
P. Independent Contractor: It is expressly agreed and understood that the Contractor is in
all respects an independent Contractor as to the work. Even though, in certain respects,
the Contractor may be required to follow the directions of the Director, or his
designees, the Contractor is in no respect an officer, agent, servant or employee of the
City. Contractor shall have exclusive control of and exclusive right to control the
details of the work performed hereunder, and all persons performing the same.
Contractor shall be liable for the acts and omissions of its officers, agents, employees,
Contractors, subcontractors and consultants. The doctrine of respondent superior shall
not apply as between city and Contractor, its officers, agents, employees, Contractors,
subcontractors and consultants, and nothing herein shall be construed as creating a
partnership or joint enterprise between the City and Contractor.
20
No federal, state or local income tax or payroll tart of any kind will be withheld or paid
by the City on behalf of Contractor or on behalf of the employees of the Contractor.
Contractor shall not be treated as ail employee with respect to the services pertocz~ie:i
under this contract for federal, state, or local tax purposes. Contractor expressly
represents that it is an independent Contractor.
Q. Non Assienability: Neither City nor Contractor shall assign, sublet or transfer their
interest in this contract without the written consent of the other. No assiyanment or
delegation of duties under this contract will be effective without the written consent of
the City.
R. Operations. during dispute: In the event that a dispute, if any, arises between the City
and the Contractor relating to this contract performance or compensation hereunder, the
Contractor shall continue to render service in full compliance with all terms and
conditions of this contract as interpreted by the City regardless of such dispute and City
agrees to continue to make payment to Contractor for work done pursuant to the terms
of this Contract, as provided immediately prior to the dispute. ~
S. Non Discrimination: As a condition of this contract, Contractor covenants that
Contractor will take all necessary actions to insure that, in connection with any work
under this contract, Contractor, its associates and subcontractors, will not discriminate
in the treatment or employment of any individual or groups of individuals on the
grounds of race, color, religion, national origin, age, sex, or disability. In this regard,
Contractor shall keep, retain and safeguard all records relating to this contract or work
performed hereunder for a minimum period of three (3) years from final contract
completion, with full access allowed to authorized representatives of the City, upon
request, for purposes of evaluating compliance with this and other provisions of the
contract.
T. Contractor covenants and agrees that Contractor and its associates and employees will
have no interest, and will acquire no interest, either direct or indirect, which will
conflict in any manner with the performance of the services called for under this
contract. All activities, investigations and other efforts made by Contractor pursuant to
this contract will be conducted by employees, associates or sub-contractors of
Contractor.
U. Contractor shall provide the City of Casselberry with atwenty-thousand dollar
(20,000.00) performance bond in the form of cash or other form if acceptable &
approved by the City of Casselberry. This bond will guarantee Contractors compliance
with this contract. City may call bond in whole or in part to pay the City's cost if
Contractor is in breach of any provision of the contract, which right shall extend thirty
(30) days after the conclusion of the contract.
The uncalled portion of the bond shall be released or returned to the Contractor within
thirty (30) days after conclusion of this contract.
21
., .~
CI'T'Y Off' CASSELBER~Y
RFP # P04-14
Meter Reading Services
PROPOSAL
1. The following proposal is hereby made to the City of Casselberry, Florida hereinafter called
the Owner.
Proposal is submitted by: Severn Trent Environmental Services. Inc.
2. The undersigned hereby proposes and agrees to furnish all the necessary labor, materials,
tools and services without exception in accordance with Request for Proposal EE # P04-14.
3. In submitting this proposal, the undersigned declazes that the only persons or parties
interested in the proposal as principals are those named herein and that the proposal is made
without collusion with any other person, firm or corporation.
4. The undersigned declares that he has examined the Request for Proposal documents, has
made a site inspection and is familiar with the local conditions at the site where the work is to
be performed and with the conditions affecting the meter reader services; and understands
that in making this proposal he waives all rights to plead any misunderstanding regarding the
same.
5. Proposal Price: Meter Reading Services
Cost per meter Cost per meter
Per month Per year
Years 1 & 2
touch read meters $0.544 $6.528
manual read meters $0.68 $8.16
Year 3 (if renewed)
touch read meters $0.56 $6.72
manual read meters $0.70 $8.40
Year 4 (if renewed)
touch read meters $0.577 $6.924
manual read meters $0.721 $8.652
~~
6. Owner's Rights Reserved
The undersigned understands that the City reserves the right to reject any or all proposals,
with or without cause. to waive technicalities; or to accept the proposal which in its best
judgment best serves the public interest under all circumstances.
Contractor/Company S ern Trent Env:
Signature
Edward Goscicki. P.E.
Print or Type Name
23
CI'T'Y OF CASSEi,BERY4Y
RFP # P 04-I4
Meter Reading Services
Bid Submission List
The forms (pages) listed beiow are to be completed and submitted with your Bid. Failure to do
so will result in disqualification of your Bid.
1. Request for Bid (cover page)
2. Company information (page 11)
3. List of References (pagel2)
4. List of Subcontractors (page 13)
5. Drug Free Workplace (page 14)
6. Proposers Certification (page 15)
7. Addendum Acknowledgement (page 16)
8. Proposal Bid Form (page 22-23)
9. Copy of Licenses and/or Certifications
c
24
Exhibit "2"
- ~ ~ ~ ~ CI~'Y ~E CASSELBE~
Meter Reading Services
-. PROPOSAL
1. The following proposal is hereby made to the City of Casselberry, Florida hereinafter called
the Owner.
Proposal is submitted by: Severn Trent Environmental Services Inc.
2. The undersigned hereby proposes and agrees to fiunish all the necessary labor, materials,
tools and services without exception in accordance with Request for Proposal EE # P04-14.
3 . In .submitting this proposal, the undersigned declares that the only persons or parties
interested in the proposal_ as pr;ncipals are those named herein and that *he proposal is made
without collusion with any other person, firm or corporation.
4. The undersigned declares that he has examined the Request for Proposal documents, has
made a site inspection and is familiar with the local conditions at the site where the work is to
be performed and with the conditions affecting the meter reader services; and understands
that in making this proposal he waives all rights to plead any misunderstanding regarding the
same.
5. Proposal Price: Meter Reading Services
Cost per meter Cost per meter
Per month Per year
Years 1 & 2
touch read meters $0.544 $6.528
manual read meters $0.68 $8.16
Year 3 (if renewed)
touch read meters $0.56 $6.72
manual read meters $0.70 $8.40
Year 4 (if renewed)
touch read meters $0.577 $6.924
manual read meters $0.721 $8.652
22
6. Owner's Rights Reserved
The undersigned understands that the City reserves the right to reject any or all proposals,
with or without cause, to waive technicalities, or to accept the proposal which in its best
judgment best serves the public interest under all circumstances.
Contractor/~ mpany Stern Trent Environmental Services In.c
v"~~- .l Edward Goscicki, P.E.
Signature Print or Type Name
23 ._,~ , ~ C
~,
r
September 7, 2004
Ms. Michelle Greco
Finance Director
City of Winter Springs
1126 East State Road 434
Winter Springs, Florida 32708-2799
Subject: Meter Reading Services Agreement
Dear Ms. Greco:
In response to your letter dated August 26, 2004, enclosed is a fully executed original of
the subject agreement for your files.
Sevem Trent Services is pleased to have the opportunity to continue to serve the City of
Winter Springs, and thanks you for your assistance in the completion of this contractual
process.
Sincerely,
Ann M. Boudreault
Executive Assistant
enclosure
copy: Oscar Varona, Meter Reading Manager
Pamela Cuny, STS, Houston
5EP 1 0 2004
Y OF NANTER SPRINGS
Severn Trent Services • 4837 Swift Rd., Suite 100, Sarasota, FL 34231 • Tel 941-925-3088 • Fax 941~~4-7Q08+nce Dir.ctor
www. se verntrentseroices. com
i