Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
2017-103 4: r
AGREEMENT FOR
RECYCLING/RECLAMATION END OF LIFE ELECTRONICS
THIS AGREEMENT, is made and entered into this day of
2017, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation
under the laws of the State of Florida whose address is: 685 W.Montrose Street, Clermont,
Florida, (hereinafter referred to as "CITY"), and Al ASSETS, INC., whose address is:
1100 Charles Street, Longwood, FL 32750 (hereinafter referred to as "CONTRACTOR").
WHEREAS, the Lake County B.C.C. through the public procurement process awarded an
Agreement for recycling/reclamation end of life electronics, Lake County B.C.C. Contract
Number 17-0625;
WHEREAS, CITY desires to utilize the above-referenced awarded bid,CONTRACTOR's
response thereto and Agreement in,accordance with CITY's procurement policy; and
WHEREAS,CONTRACTOR desires to enter into a contract with CITY based on the terms
and conditions of the Lake County B.C.C. Contract Number 17-0625;
WITNESSETH: That the parties hereto, for the consideration hereinafter set forth,
mutually agree as follows:
ARTICLE I—SCOPE OF WORK
The CONTRACTOR shall provide recycling/reclamation services for end of life
electronics as described in the Lake County B.C.C. Contract Number 17-0625, which is
attached hereto and incorporated herein as Exhibit"A"and shall do everything required by
this Agreement and the other Agreement Documents contained in the specifications,which
are a part of these Documents. Provided, however, that nothing herein shall require CITY
to purchase or acquire any items or services from CONTRACTOR. To the extent of a
conflict between this Agreement and Exhibit "A", the terms and conditions of this
Agreement shall prevail and govern. In all instances the CITY purchasing policy,
resolutions and ordinances shall apply.
ARTICLE II—THE CONTRACT SUM
CITY shall pay CONTRACTOR,for the faithful performance of the Agreement as set forth
in the Agreement documents and the Unit Price Schedule as set forth in Exhibit `B',
attached hereto and incorporated herein.
ARTICLE III—TERM AND TERMINATION
1. This Agreement is to become effective upon execution by both parties,and shall
remain in effect until September 30, 2019, unless terminated or renewed as
provided by the Lake County B.C.C.
2. Notwithstanding any other provision of this Agreement, CITY may, upon
1
written notice to CONTRACTOR, terminate this Agreement if: a) without
cause and for convenience upon thirty (30) days written notice to
CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c)
CONTRACTOR makes a general assignment for the benefit of its creditors; d)
CONTRACTOR fails to comply with any of the conditions of provisions of this
Agreement; or e) CONTRACTOR is experiencing a labor dispute, which
threatens to have a substantial, adverse impact upon performance of this
Agreement, without prejudice to any other right or remedy CITY may have
under this Agreement. In the event of such termination, CITY shall be liable
only for the payment of all unpaid charges, determined in accordance with the
provisions of this Agreement, for work, properly performed and accepted prior
to the effective date of termination.
3. Upon mutual agreement of the parties, this Agreement may be renewed for one
(1) additional one(1) year terms.
ARTICLE IV—COMMENCEMENT AND COMPLETION OF WORK
The CONTRACTOR shall provide recycling/reclamation services for end of life
electronics forth in the applicable purchase order or notice to proceed.
ARTICLE V—PAYMENTS
In accordancewith the provisions fully set forth in the General Conditions,
CONTRACTOR shall submit a payment request by th e third (3rd) day of each calendar
month for items provided during the preceding calendar month. CITY shall make payment
to the CONTRACTOR, within thirty (30) calendar days, on the basis of a duly certified
and approved payment invoice by the CITY for services provided and accepted by the
CITY.
ARTICLE VI—WARRANTY
CONTRACTOR shall warrant all application specific goods sold to CITY under this
Agreement to be free from defects in materials and workmanship for the period of the then
current standard warranty offered by CONRTACTOR to its retail customers for such
Goods. Notwithstanding the foregoing,CONTRACTOR agrees that CITY will receive the
benefit of any warranty provided by CONTRACTOR's vendor that CONTRACTOR may
pass through to the CITY. The warranty stated in this section represents the total liability
of CONTRACTOR for any goods. ALL OTHER WARRANTIES, BOTH EXPRESS
AND IMPLIED, INCLUDING ANY IMPLIED WARRANTIES OF
MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE, ARE
HEREBY EXCLUDED. CONTRACTOR shall not be liable to City, for any indirect,
special, incidental or consequential damages. CITY agrees to be responsible for and shall
indemnify and hold CONTRACTOR harmless from and against all damages, claims or
demands to the extent arising out of or resulting from(i) improper installation of goods by
Customer; or(ii)any breach of an express product warranty issued by CITY to a customer
or end user of any of the goods that exceeds either the scope of the manufacturers' express
2
warranties or such other warranties set forth in this Agreement or agreed to by
CONTRACTOR in writing.
ARTICLE VII—DISPUTE RESOLUTION - MEDIATION
1. Any claim, dispute or other matter in question arising out of or related to this
Agreement shall be subject to mediation as a condition precedent to voluntary
arbitration or the institution of legal or equitable proceedings by either party.
2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and
other matters in question between them by mediation.
3. The parties shall share the mediator's fee and any filing fees equally. The mediation
shall be held in Clermont,Lake County,Florida,unless another location is mutually
agreed upon. Agreements reached in mediation shall be enforceable as settlement
Agreements in any court having jurisdiction thereof.
ARTICLE VIII—INSURANCE AND INDEMNIFICATION RIDER
1. Worker's Compensation Insurance - The CONTRACTOR shall take out
and maintain during the life of this Agreement Worker's Compensation Insurance for all
his employees connected with the work of this Project and, in case any work is sublet, the
CONTRACTOR shall require the subcontractor similarly to provide Worker's
Compensation Insurance for all of the latter's employees unless such employees are
covered by the protection afforded by the CONTRACTOR. Such insurance shall comply
with the Florida Worker's Compensation Law. In case any class of employees engaged in
hazardous work under this Agreement at the site of the Project is not protected under the
Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance,
satisfactory to the CITY, for the protection of employees not otherwise protected.
2. CONTRACTOR's Public Liability and Property Damage Insurance - The
Contactor shall take out and maintain during the life of this Agreement Comprehensive
General Liability and Comprehensive Automobile Liability Insurance as shall protect it
from claims for damage for personal injury, including accidental death, as well as claims
for property damages which may arise from operating under this Agreement whether such
operations are by itself or by anyone directly or indirectly employed by it, and the amount
of such insurance shall be minimum limits as follows:
(a) CONTRACTOR's Comprehensive General, $1,000,000 Each
($2,000,000 aggregate)
Liability Coverages, Bodily Injury Occurrence, & Property Damage
Combined Single Limit
(b) Automobile Liability Coverages, $1,000,000 Each
Bodily Injury& Property Damage Occurrence,
Combined Single Limit
(c) Excess Liability, Umbrella Form $2,000,000
Each Occurrence, Combined Single Limit
3
Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be
amended to provide coverage on an occurrence basis.
3. SubCONTRACTOR's Public Liability and Property Damage
Insurance-The CONTRACTOR shall require each•of his subCONTRACTORs to procure
arid maintain during the life of this subcontract, insurance of the type specified above or
insure the activities of his subCONTRACTORs in his policy, as 'specified above.
4. Indemnification Rider
(a) To cover to the fullest extent permitted by law, the CONTRACTOR
shall indemnify and hold harmless the CITY and its agents and
employees'from and against all claims, damages, losses and expenses,
including but not limited-to attorney's fees, arising out of or resulting
from the performance of the Work, provided that any such claim,
damage, loss or expense is caused in whole or in part by any negligent
act or omission of the.CONTRACTOR, any subCONTRACTOR,
anyone directly or indirectly.employed by any of them or anyone for
whose acts any of them may be liable, regardless of whether or not it is
caused in part by party indemnified hereunder. Such obligation shall
not be construed to negate, abridge,:or otherwise reduce any other right
to obligation of indemnity which would otherwise exist as to any party
or person described in this Article.
(b) In any and allclaims against the CITY or any of its agents or employees
by any employee of the CONTRACTOR, any subcontractor, anyone
directly or indirectly employed by any of them or anyone for whose acts
any of them may be liable, the indemnification obligations under this
Paragraph shall not be limited in any way by any limitation on the
amount ortype of damages, compensation or benefits payable by or for
the CONTRACTOR or anyy subcontractor under workers'or workmen's
compensation acts,disability benefit acts or other employee benefit acts.
(c) The CONTRACTOR hereby acknowledges receipt of ten dollars and
other good and valuable consideration from the CITY for the
indemnification provided herein.
ARTICLE IX—NOTICES
All notices shall be in writing and sent by United States mail, certified or registered, with
return receipt requested and postage prepaid,or by nationally recognized overnight courier
service to the address of the party set forth below. Any such notice shall be deemed given
when received by the party to whom it is intended.
4
CONTRACTOR: Al Assets, Inc.
1100 Charles Street
Longwood, FL 32750
Attn: Andrew Hoopper, President
CITY: City of Clermont
Attn: Darren Gray, City Manager
685 W. Montrose Street
Clermont, FL 34711
ARTICLE X—MISCELLANEOUS
1. Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret any
provision of this Agreement, the prevailing party shall be entitled to recover such
sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal,
in addition to all other sums provided by law.
2. Waiver. The waiver by city of breach of any provision of this Agreement shall not
be construed or operate as a waiver of any subsequent breach of such provision or
of such provision itself and shall in no way affect the enforcement of any other
provisions of this Agreement.
3. Severability. If any provision of this Agreement or the application thereof to any
person or circumstance is to any extent invalid or unenforceable, such provision,or
part thereof, shall be deleted or modified in such a manner as to make the
Agreement valid and enforceable under applicable law, the remainder of this
Agreement and the application of such a provision to other persons or
circumstances shall be unaffected, and this Agreement shall be valid and
enforceable to the fullest extent permitted by applicable law.
4. Amendment. Except for as otherwise provided herein, this Agreement may not be
modified or amended except by an Agreement in writing signed by both parties.
5. Entire Agreement. This Agreement including the documents incorporated by
reference contains the entire understanding of the parties hereto and supersedes all
prior and contemporaneous Agreements between the parties with respect to the
performance of services by CONTRACTOR.
6. Assignment. Except in the event of merger, consolidation, or other change of
control pursuant to the sale of all or substantially all of either party's assets, this
Agreement is personal to the parties hereto and may not be assigned by
CONTRACTOR, in whole or in part, without the prior written consent of city.
7. Venue. The parties agree that the sole and exclusive venue for any cause of action
arising out of this Agreement shall be Lake County, Florida.
5
8. Applicable Law. This Agreement and any amendments hereto are executed and
delivered in the State of Florida and shall be governed, interpreted, construed and
enforced in accordance with the laws of the State of Florida.
9. Public Records. Contractor expressly understands records associated with this
project are public records and agrees to comply with Florida's Public Records law,
to include, to:
(a) Keep and maintain public records that ordinarily and necessarily would be
required by the CITY in order to perform the services contemplated herein.
(b) Provide the public with access to public records on the same terms and
conditions that the CITY would provide the records and at a cost that does
not exceed the cost provided in this Florida's Public Records law or as
otherwise provided by law.
(c) Ensure that public records that are exempt or confidential and exempt from
public records disclosure requirements are not disclosed except as
authorized by law.
(d) Meet all requirements for retaining public records and transfer, at no cost,
to the CITY allpublic records in possession of CONTRACTOR upon
termination of the contract and destroy anyduplicate public records that are
exempt or confidential and exempt from public records disclosure
requirements. CONTRACTOR shall use reasonable efforts to provide all
records stored electronically to the CITY in a format that is compatible with
the information technology systems of the CITY.
(e) IF CONTRACTOR HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE
CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS CONTRACT, CONTRACTOR SHALL
CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT
CITY CLERK'S OFFICE, (352) 241-7331.
ARTICLE XI—AGREEMENT DOCUMENTS
The Agreement Documents, as listed below are herein made fully a part of this Agreement
as if herein repeated.
Document Precedence:
1. This Agreement
2. Purchase Order/Notice to Proceed
3. All documents contained in the Lake County B.C.C. Contract Number 17-0625.
6
I
I
IN WITNESS WHEREOF, the parties hereto have executed this Agreement on
this day of .,2017.
City `' .
pr- ''� ', -/f.
i ? Kr
,6 ; "Darrdn"o�a �•
it anag•r
sa a
�� C :,'.1;,;.,:,,
t '",,.:-;', 4„:,
V., r r r _
VeTV;;,-:-: F4 ,r,,A} 1,, ,. ttest�; „ ";,(i.,',
1 �p .i P' 'z V
4 Pt A•'.1 4 r/ 1 F 's , /
f 4r � l.........,„/4
b1, /i^p 1r '{�,.`F 4+ di (/f4 /
114�''k,�N;Trac %'Ackr"'oyd owe, City Clerk
l i./'/I, r74a''' s
Al Assets, Inc.
By: �- / /cYVD2i,,J Woo PPS
(Name Printed or Type
Title
Attest:
Corporate Secretary
(Name Printed or Typed)
7
EXHIBIT A
LAKE COUNTY
FLORIDA
Contract No. 17-0625
Recycling/Reclamation End of Life Electronics
LAKE COUNTY, FLORIDA,a political subdivision of the state of Florida,its successors and assigns through
its Board of County Commissioners(hereinafter"County")does hereby accept,with noted modifications, if
any, the proposal of Al Assets Inc. (hereinafter"Contractor")to provide recycling/reclamation services for
end of life electronics to the County as needed pursuant to RFP number 17-0625 (hereinafter "RFP"),
Addendum nos. 1,2,and 3,and Contractor's response opened August 2,2017,thereto with all County bid
provisions governing.
A copy of the Contractor's signed proposal is attached hereto and incorporated herein,thus making it a part
of this Contract except that any items not awarded have been struck through. The attachments noted below
(if any)are attached hereto and are also made a part of this Contract.
Attachments: none
No financial obligation under this contract shall accrue against the County until a specific purchase
transaction is completed pursuant to the terms and conditions of this contract.
Contractor shall submit the documents hereinafter listed prior to commencement of this Contract:Insurance
Certificate for pollution liability.
The County's Procurement Services Manager shall be the sole judge as to the fact of the fulfillment of this
Contract, and upon any breach thereof,shall, at his or her option,declare this contract terminated, and for
any loss or damage by reason of such breach,whether this Contract is terminated or not, said Contractor
and their surety for any required bond shall be liable.
This Contract is effective from October 1,2017 through September 30,2019 except the County reserves the
right to terminate this Contract immediately for cause and/or lack of funds and with thirty(30) day written
notice for the convenience of the County. This Contract provides for one (1) one-year renewal at Lake
County's sole option at the terms noted in the RFP.
Any and all modifications to this Contract must be in writing signed by the County's Procurement Services
Manager.
LAKE COUNTY, FLORIDA
By:
Senior Contracting Officer
Date: - I i - ("-
Distribution: Original-RFP/Contract File
Copy-Vendor
Copy-Department
"Earning Community Confidence Through Excellence in Service"
Office of Procurement Services 315 W. Main,Suite 441 P.O. Box 7800
Tavares, Florida 32778-7800 Ph(352)343-9839 Fax(352)343-9473
.101111
LAKE COUNTY
FLORIDA
REQUEST FOR PROPOSAL (RFP) •
Recycling/Reclamation End of Life Electronics
RFP Number: 17-0625 Contracting Officer: D. Villinis
Mandatory Pre-
Proposal Due Date: August 2,2017 Proposal Conf.: July 19,2017(Sec. 1.4)
Proposal Due Time: 3:00p.m. RFP Issue Date: June 16,2017
TABLVOrCONVENTS
SECTION 1: Special Terms and Conditions 2
SECTION 2: Statement of Work 15
SECTION 3: General Terms and Conditions 21
SECTION 4: Pricing/Certifications/Signatures 25
SECTION 5: Attachments 28
ti r ONR QUIREMEN#'S ARE AS NOTED `..
Proposal and/or Performance Bond: Not Applicable to this solicitation
Certificate of Competency/License: Section 1.19
Indemnification/Insurance: Section 1.8 •
Pre-Proposal Conference/Walk-Thru: Section 1.4
At the date and time specified above,all proposals that have been received in a timely manner will
be opened,recorded, and accepted for consideration. The names of the vendors submitting proposals
will be read aloud and recorded. The proposals will be available for inspection during normal business
hours in the Office of Procurement Services thirty(30) calendar days after the due date. When counter-
signed by an authorized County representative,this document and any specifically identified attachments
may form the contract document binding the parties to all performance specified herein.
Vendors shall complete and return the entirety of this RFP, and attach all other information
requested in this RFP(see Provision 1.13/1.14). Failure to sign the proposal response,or to submit
the proposal response by the specified time and date,may be cause for rejection of the proposal.
NO-RESPONSE REPLY
If any vendor does not want to respond to this solicitation at this time, or, would like to be removed from Lake
County's Vendor List,please mark the appropriate space,complete name below and return this page only.
❑ Not interested at this time; keep our firm on Lake County's Vendors List for future solicitations for this
product/service
❑ Please remove our firm from Lake County's Vendor's List for this product/service.
VENDOR IDENTIFICATION
Company Name: Al Assets, Inc. FEIN#: 20-8045297
E-mail Address: andrew@alassets.com Contact Person: Andrew Hoopper
Al4 Asps
ice.
Tab B. Statement of Interest(501):
Al Assets Inc.fully understands the scope of services presented in this RFP. We are an early
pioneer of responsible electronics recycling and we are more than qualified to handle the
required functions of this RFP. We possess the knowledge and expertise along with the
resources,equipment, and capacity to handle the household electronics (E-Cycling) collected by
Lake County.
Al Assets is Florida's leading electronics recycler in experience and client satisfaction. We are
R2:2013 certified having achieved the industry's most recognized certification in 2012 and we
continue to participate in and improve the electronics recycling industry along the way. Al
Assets also continues a tradition of superior customer service as we maintain an exceptional
reputation among our clients. It is important to note that Al Assets Inc. has never lost or had
any of its recycling contracts terminated due to unsatisfactory performance. We truly care
about our clients-and we are committed to provide Lake County with unparalleled electronics
recycling and reclamation services.
As the incumbent vendor,we are very familiar with the household electronics generated by
Lake County. It is our hope that Lake County accepts this Statement of Interest as our desire to
continue serving the County by doing our part to divert e-waste from the general waste stream.
Al Assets assures that all identified work requirements described in this RFP will be completed
in an efficient and timely manner.
I affirm that the contents of this RFP submittal are accurate and true. Furthermore, any
reasonable requirements set forth in this RFP will be met including any insurance coverages,
resource availability, and licensing requirements.
Andrew Hoopper.
President,Al Assets Inc.
AiAssE1s
J4à a%
Tab C. Proposed Approach and Process:
1. Al Assets Inc. acknowledges that we are both capable and able to successfully complete the
work requirements specified in the RFP. Al Assets, Inc. is an electronics recycling firm
dedicated to providing its customers with the full range of life cycle management services. Al
Assets, Inc. is experienced in collection,transportation, inventorying, dismantling, palletizing,
sorting,testing, data destruction, and remarketing(reuse) operations involving over 60
employees.
The process at our Longwood facility will be the same regardless of how the end-of-life
electronics reach us (delivered or picked-up). Al Assets will furnish all the necessary labor,
equipment, and supplies to process Lake County's household electronics. Upon receipt of the
material,the following steps are taken to process the material from input to output:
• The inbound truck or container is unloaded under the supervision of the Recycling
Coordinator.
• The electronic products are segregated into categories identified in the contract. All
items are counted and weighed for reporting purposes. The Recycling Coordinator is
responsible for accuracy and will check for any discrepancies.
• The segregated items will then move to our holding area to await further processing.
• The Recycling Coordinator will then move the material into the processing area for
triage purposes.
• The Recycling Coordinator will record and document the material received.
• The Recycling Coordinator will then separate/triage the material and identify it for reuse
or for recycle.
• Materials identified for reuse will flow to our selling branches(Refresh Computers and
Technology Surplus Depot)for additional review,testing and eventually prepared for
sale. Note: Most items collected from residential sources are moved straight to
recycling for harvesting of components for reuse. Also, all hard drives are sanitized prior
to reuse or physical destruction.
• Materials identified for recycling are then moved to our recycling area where the
materials will either be dismantled and/or further sorted into commodities.
• All material is handled safely and securely by a trained recycling crew. They will
dismantle and sort the material in the recycling area.
• The material is separated into various metal categories (tin, aluminum, copper, etc.)and
over twenty E-scrap categories/commodities (boards,transformers, plastic, batteries,
cartridges, etc.).
•
• Recycled E-scrap material is then transported (by the downstream vendors)to qualified
downstream recyclers for further processing. Metals are recycled locally.
Al Assets makes every attempt to dismantle all material/items designated for recycling.
However,there are some items that are either not cost-effective or better to not be de-
manufactured. At this time, these items include CRT TVs and CRT monitors. The
housing/casing is best left on for safer transportation both in and out of our facility. The
downstream recyclers are experts in the field of CRT processing and disposal. Note:We are
currently exploring our options to become an end-of-life recycler for CRTs.
Al Assets only uses certified/audited downstream recycling vendors for any E-scrap material
generated out of our facility. There is no marketing employed other than to contact our
downstream vendors and derive the best price for the commodities that Al Assets has in its
possession. Al Assets maintains excellent working relationships with our vendors and will
simply contact them once material is ready for them.
For sellable material/items,Al Assets is uniquely positioned within our industry to offer both
an online presence (Technology Surplus Depot) and physical retail stores (Refresh Computers)
to distribute refurbished computers and electronic equipment. Again,these methods are
geared towards our remarketing clients and not so much for our clients with household
electronics.
Furthermore, Al Assets, Inc. is committed to operating within the requirements of ISO 14001:
2004, OHSAS 18001: 2007 and the R2: 2013 Standard. We are equally committed to meet or
exceed our customer requirements,to continually improve our processes,to prevent pollution
and work place injuries, and to maintain compliance with relevant environmental, Occupational
Health and Safety and data security legislation and regulations. Our employees are our greatest
asset. Any employee working on this project will have been properly trained and will receive
ongoing training to achieve our mentioned certification and safety commitments. Our
employees are customer centric and know to assist the client to the best of their abilities. Our
employees are motivated and will be sure to get the job done quickly and efficiently.
For this contract,'our Logistics Supervisor(Pam Smith)will serve as the point of contact for Lake
County as it relates to scheduling. Our Logistics Supervisor works very closely with our
Recycling Coordinator(Joao Assis)to coordinate any resource and/or equipment needed for
Lake County. Operational excellence and client satisfaction is the responsibility of the Project
Manager(Andrew Hoopper). Along with our support staff,the three identified individuals
listed above will work very closely to handle the communication,collection, and transportation
as it relates to the recycling/reclamation of end-of-life requirements of the RFP.
Communication is paramount for Al Assets and we believe is the key element to ensuring
prompt service, achieving customer satisfaction and handling any issue resolutions. Al Assets
is only a phone call or an email away for Lake County.
2. Exceptions—Section 2—Statement of Work,General Requirements#2 Business License
states that "Vendors must possess a Lake County Local Business Tax Receipt (f/k/a Business
License) in order to do business with the Lake County Board of County Commissioners. A copy
of such license must be submitted with the proposal". Al Assets does not currently have a Lake
County Business License and has instead submitted proof of our current business license from
the City of Longwood (Tab M.). However,we will obtain a Lake County Business License to
meet the requirement should the County seek to award the contract to Al Assets. At this time,
there are no other exceptions.
•
•'110/11**
LAKE COUNTY
FLORIDA
OFFICE OF PROCUREMENT SERVICES PHONE: (352)343-9839
315 WEST MAIN STREET,SUITE 441 FAX: 352)343-9473
PO BOX 7800
TAVARES FL 32778-7800
Addendum No. 1
July 6,2017
RFP 17-0625
Recycling/Reclamation End of Life Electronics
It is the vendor's responsibility to ensure their receipt of all addenda,and to clearly acknowledge all addenda within
their initial bid or proposal response.Acknowledgement may be confirmed either by inclusion of a signed copy of
this addendum within the proposal response,or by completion and return of the addendum acknowledgement
section of the solicitation found in Section 4. Failure to acknowledge any and all addenda may prevent the bid or
proposal from being considered for award.
This addendum does not change the date for receipt of bids or proposals.
Questions concerning this RFP are due July 24, 2017. The purpose of this addendum is to address questions
received to date as follows:
Question 1: Can Lake County utilize a"live-load"scenario?
Answer 1: If by"live load"he means they send a truck in and we have a complete load for them the answer is
no.Electronics are loaded into our roll-off containers when the customer brings them,when a container is full
we haul it to the vendor for disposal.
Question 2: Do you have a loading dock and forklift?
Answer 2: We have a very small loading dock and a fork lift.
Question 3: Can you store a large quantity of supplies?If not,do you have room for a staged trailer?
Answer 3: We cannot store a large quantity of supplies. Our loading dock area is really small for a staged
trailer but it is a possibility.
Acknowledgement of receipt of Addendum:
Firm Name: Al Assets Inc. Date: 07/28/2017
Signature: Title: President
Typed/Printed Name: Andrew Hoopper
li.
LAKE,1: COUNTY
, 'T
FCO-RFDA
OFFICE OF PROCUREMENT SERVICES PHONE: (352)343-9839
315 WEST MAIN STREET,SUITE 441 FAX: 352)343-9473
PO BOX 7800
TAVARES FL 32778-7800
Addendum No.2
July 11,2017
RFP 17-0625
• Recycling/Reclamation End of Life Electronics
•
It is the vendor's responsibility to ensure their receipt of all addenda,and to clearly acknowledge all addenda within
their initial bid or proposal response.Acknowledgement may be confirmed either by inclusion of a signed copy of
this addendum within the proposal response, or by completion and return of the addendum acknowledgement
section of the solicitation found in Section 4. Failure to acknowledge any and all addenda may prevent the bid or
proposal from being considered for award.
This addendum does not change the date for receipt of bids or proposals. The mandatory pre-proposal conference
is scheduled for 10:00 a.m.on July 19,2017 at the Solid Waste facility—see Section 1.4 of the RFP for address.
Questions concerning this RFP are due July 24, 2017. The purpose of this addendum is to address questions
received to date as follows:
Question 4: I noticed in the RFP under General Requirements,#8 Business License.If we are located outside of
Lake County,FL,would we still need to obtain a business license in order to submit a proposal?
Answer 4: The vendor's question specifically asks whether it needs a Lake County Business Tax Receipt to
submit a proposal. By the terms of the RFP,the answer is that a Lake County Business Tax Receipt is required
to submit a proposal:
Business License: Vendors must possess a Lake County Local Business Tax Receipt (f/k/a Business
License) in order to do business with the Lake County Board of County Commissioners.A copy of such
license must be submitted with the proposal. (emphasis added).
The more general question is whether the vendor needs a Lake County Business Tax Receipt to do business in
Lake County. Generally,a Lake County Business Tax Receipt is needed to do business in Lake County as the
language of the ordinance is quite broad:
Sec.13-73.-Business tax receipt required.
No person shall engage in or manage any business,profession or occupation anywhere within the limits of
the county unless the appropriate business tax has been paid and a county receipt has been procured from
the tax collector as provided by this article or unless such business, profession or occupation is exempt
pursuant to this article or other state, county or federal law.The receipt shall be issued to each person upon
payment of the appropriate business tax, and satisfaction of any other applicable conditions prescribed
pursuant to law. (emphasis added)
RFP 17-0625
Addendum 2
Page 2
Notably,Chapter 205,Florida Statutes provides a number of exemptions. It is ultimately the burden of the
vendor to demonstrate that it is either exempt or has obtained a Lake County Business Tax Receipt from the
Lake County Tax Collector.
Thus,the a best thing:for the vendor to do is to ask the Tax Collector if it is exempt or if the Tax Collector will
issue a Lake County.Business Tax Receipt: The vendor can then submit either the Lake County Business Tax
Receipt or.documentation that it is exempt(likely obtained from the Tax Collector).
•
Acknowledgement of rei eint,of Addendum:
Firm Name: Al Assets Inc. Date: 97/2812017
Signature:, Title: President
Typed/Printed Name: Andrew Hoopper
•
e�
LAKE COUNTY
FLORIDA
OFFICE OF PROCUREMENT SERVICES PHONE: (352)343-9839
315 WEST MAIN STREET,SUITE 441 FAX: 352)343-9473
PO BOX 7800
TAVARES FL 32778-7800
Addendum No. 3
July 25,2017
RFP 17-0625
Recycling/Reclamation End of Life Electronics
It is the vendor's responsibility to ensure their receipt of all addenda,and to clearly acknowledge all addenda within
their initial bid or proposal response.Acknowledgement may be confirmed either by inclusion of a signed copy of
this addendum within the proposal response,or by completion and return of the addendum acknowledgement
section of the solicitation found in Section 4. Failure to acknowledge any and all addenda may prevent the bid or
proposal from being considered for award.
This addendum does not change the date for receipt of bids or proposals.
Questions concerning this RFP were due July 24,2017;no additional questions were received. The purpose of this
addendum is to address issues raised at the mandatory pre-proposal conference held on July 19,2017.
1) The RFP is hereby amended to include the following as an additional Special Term and Condition (RFP
Section 1):
Section 1.29: Vendor Facility
The County reserves the right to perform an inspection of the vendor's facility(ies) during the offer
evaluation period,and any time during the term of the contract,and to use this inspection as a means for
determining the vendor to which award will be made under this solicitation. The acceptability of the size,
location,level of security,and overall functionality of the service facility shall be determined by the County
in consideration of the contract requirements. The County's best interests shall prevail in this regard,and
the decision of the County shall be final.
2) Clarification: The County has its own roll-off containers that are used for the collection of electronic waste.
When a container is full,the County will deliver the container to the vendor's facility for processing. The
items will be loose and intermingled. The vendor is responsible for separating,packaging,and processing
the items. When the next container becomes full,the County will deliver it to the vendor's facility and pick
up the container previously delivered which should now be empty.
In addition to this process,the vendor may wish to bring their own container or trailer to the County's
facility and process the items onsite,depositing them into its own container/trailer. The vendor may not
leave their own container/trailer onsite,however. Processing must occur and the trailer must be removed
at that time.
RFP 17-0625
Addendum 3
Page 2
3) The six(6) pricing forms contained in the original RFP are hereby deleted from the RFP and the two (2)
pricing forms included with this Addendum shall be used to submit pricing under this RFP. Any reference
to pricing forms 2,3,4,or 5 in the original RFP is hereby deleted.
4) Regarding certifications: We've been advised by FDEP that there are currently two certifications related to
these services-R2 or E-Stewards-which are recommendations but not requirements. However,please be
advised,per this Addendum,during the evaluation process preference may be given to vendors with one of
these certifications.
5) The following statement is hereby added to Section 2,Statement of Work,Items 9(Storage Containers and
Materials)and 14(Shipments) per discussion at the Pre-proposal Conference and for clarification:
"The County reserves the right to provide containers and transportation to vendor facility(ies)under the
resulting contract."
•
•
Acknowledgement of receipt of Addendum:
Firm Name: Al Assets Inc. Date: 07/28/2017
Signature:=-. .,�; ,;. — Title: President
Typed/Printed Name: Andrew Hoopper
SECTION 5—ATTACHMENTS RFP Number: 17-0625
ATTACHMENT 1—REFERENCES FORM
Agency Brevard County
Address 2250 Adamson Road
City,State,z>P Cocoa, FL 32926
Contact Person Rita Perini
Telephone 321-633-1888
Date(s)of
Service 2013 -Current
Type of
Service Collect, transport, and recycle end-of-life electronics
Comments:
Agency Polk County
Address 10 Environmental Loop S.
City,State,z>P Winter Haven, FL 33880
Contact Person Michael Ferguson
Telephone 863-284-4319 ext. 242 .
Date(s)of
Service 2016- Current
Type of
Service Collect, transport, and recycle end-of-life electronics
Comments:
Agecy Seminole County
Address 1950 State Road 419
city,state,zyp Longwood, FL 32750
Contact Person Mike Bruk
Telephone 407-665-2250
Date(s)of
Service 2012- Current
Type of
Service Collect, transport, and recycle end-of-life electronics
Comments:
29
SECTION 5—ATTACHMENTS RFP Number: 17-0616
ATTACHMENT 2-VENDOR PROFILE FORM
1. Vendor Name&Address: 1d. Licensed to do business in the State of Florida?
Al Assets Inc. X Yes No
1100 Charles Street
Longwood, FL 32750 2. Attach copies of firm licenses applicable to work
under this contract issued by State of Florida.
le. Name, Title & Telephone Number of Principal to
Contact
Andrew Hoopper, President
407-339-7030
1f.Address of office to perform work,if different from Item
1a. FEIN# 1
20-8045297
1b.Year Firm was established 2001
1c.Are you a"Not for Profit"501(c)(3)organization?
Yes No X
If you answered yes,please provide proof.
2. Vendor agrees that all work under the contract shall be performed in accordance with the specified
Schedule and timeframes stated in the RFP.
Al Assets is in agreement with the above statement.
3. The foregoing is a statement of facts.
Signature: ice Date: 07/31/2017
Andrew Hoopper President
(Typed or Printed Name) (Title)
30
m
cQ
. >,Q�
Z 40 c o H
1 n m s IX
'gyp s y C r
gO O
-
c ow Lt 1j
y mwco la o c co
I
E c >. 3c
4 Cl) d • tB = J
■.
iii
� c .5 a1 �
C cs >. O JJ W r) J C
m O V r C .c O w O V
E Zo c N .cOW .c w
: `� O W c o
r Q._ h (4- ' cYucc _ (P _ C n Z � - C a cc
, c < ay H le c W 0w .c as -, .CW V a7 ' il
0 Ny all
3 Q a O w = Q ? c ce 6 Q
yv0 . dcy+-' X mV
O
0a o OCi a c c p Ca 2y ., = a] O
y Q ao .,
cc0
0
! al .aO VJ
I. O _
N C tC N O
LLI co
a a N tLA t6 Z O ID O •
C y C a
ii �� 41 U C c CV O -) c ... 2 C.) N •�
d ,. - 6 6d wz .0 z (5 t ) A �
y c c aq >c 1- .c O o c 0 O i,
Ch a)
u
�o � OoaN2w o '�viv � U
c0-C > .- 2O2 re mo BYO 0 -
am 8 cg.M. I
M m
N
Z is
0 CI
r taa) moN .c CO ti U) M
•c E o'v o ire U c^O « .� c Q
Cti a)2 6-i 2 2 a`_) Z N Z orn c �' E 0
{ ~ to 03 E � >+ ~ o o C ° O ovi
co C m E z �.. � .� = C9 0
O.
co
Q
ro y N 7 0 Z += c0 0 2 0 N
1 y.0 O m V uo'� 0C) .~i 0 C) _i co -
m m 'o a°_c
m
�+ 0)l� v-- 0) a)0 w VV) 3 c
I. a 47 'a y 2 C
d-0 N .L.. coC CO .�..
w m r c N v O
c E Em - co O
J 2 c C c8 G C 'r+
m y.
O m 2 ++ 2
1I
ii
1
, i ,
I c
�
.o
co LLI
C W I
.� aoiaa)i
E.3 1--
d -"
II
CO It '
I 1 SIMI
To
Q. I c C l
o
A 16
• r ' --a 0
J ^ N
— O 0 W a fp
CA W ^ of -
W ,� c,o d
3 a)
CoCU c
-o 0
CO CO c �.C7
3 c . Q � m
"Li'l
W
Q 3 o coE U
H 0 = 5 U ,QO co W
<- - i
a ai 1- 5 a) M • w
> O , co u) •+ N Q � O N >O
N fn N (q "M
NU p � c0 � � U < v w �O �c < N Ir.+ LL NLL L 0 CLO 0 ._
o c o Q ti o 1 g o cog t IX U 0 `o 0, o c t °� Ncci o Q
co L z U c Cl) — _cco 8 .- a a) c v c- '5 CO f
U � � � c8U C.) eO E.(.9 � o co 0 Li- O V ZU
N3 2 O vMVV 0.5R C 18 co M OJ O W 0 M N p - LV M 0 0 ( (n mi Uo0 _1 co Q2 v2
.-U
I
uf Q I ,
y E Hco cci .c
N
U
C7 a ccu
o
I- c.) h N
o ^
ix U 2 co m o
•
q
ii
ia
N
—Jw
co
ca �
.— •5 0'
ca) c� cw
'CCS �U •0 CD •t C7
p �W Cw m
W
a a) a) a) J a) a)
13 = �
+y co
m2w m2w 'I*
CI o
d
.� m r m m . o m a)
rn
N) rno o rno 0) o g, m
(0 5. a) Z Sa) c6 b. 0 z co co Z073 0 a
aa
COCOce Q' a) �' W et co a).•.
vIS CC W �W Z'W 2 c0
w, a) L41.1 S c
w OOJ co UJ = •O0J - O W
a J lb OJ N O
U) wnU w wE co w wUaco2vm2co m2co
V' N co d co
O
O t .0 N Q Q O O t CO h Q Q p L cco
'
o U CD c � co o CC U 180 c � ccoo o CC U N-
o
Cll cv
N. Z^ > a1 c c O Q Z .•. > Z N c O Q r— N Z
CI O • = '- .E ZU C', O • = '- t z chi co O N
,--
cocn.5 IQ ° v) 10 c coco •c = C7 0 TrU ,o cou c 2d c Tr
FR rn u; cu Q ago O au c o °;m vv a"o c rn a) rn ( g
�mO LL U))U vv .-U �0 m0 1nV)U C- � t °) o of r
U m U in co U
r r
U 2
Z Z
y
= N .
cd as
m m
ill
N
m
J
Lao t 0 1
N W
NJ Z co
0W r coo
c ^ N3 I
impV) _
Cl) 2 co =to' Z6 w a)
~ 0
d 0)2 0)
o r c o > o
00 e-
.5.,
O co aa))
z co 0 "c� 0
CU cW � ? <� ,, Z �NJ a W
Ha) .�
O E cc 03
� 'c °o°2 CO c t�c
P- Z` ,� t 5 OC c a C CI)
O. E := a) a) c c w Q s
y To
=13J et OJU co `o11.4E co a)
•N a0 m2WCCoESW2?fnU reotSW 0U - NI-
0
G )
a) .. co. . a)
CO0)
o t0 I NCO d
gy�as O ZCO
i >0
fn
�� LW � c.)0.2
to= o �) -0 N O.�
0:1 To E � E 2 eco
aoc
G> ONO � � 0 0 a1 � � UX
Cl) c._ UcCnQ E as o m o a) .5
/A � � �G .i COO C.) o co 1— .r
co 1
.. > O = ONO I O d
U
c � cmc o U a .as
' .. ai o
- oa CNZ > Z a) mW co
0 LZU CO jC =C7o •v � ou>) ZNZ >' m
0 Nc 6 a) O O) G: L Cr' >-cc W O I
c .0 O 7 ca p 7 r O O 0 a) O O st
� U `.mU cAtnU a UHcondo- 0
v
i
co
IvJ
a) c
V 1 a)
co c
m I-
SECTION 4—PRICING/CERTIFICATIONS/SIGNATURES RFP Number: 17-0625
•
RFP TITLE: Recycling/Reclamation End of Life Electronics
NOTES:
• When purchasing on a direct basis, Lake County is exempt from all taxes (Federal, State, Local). A
Tax Exemption Certificate will be furnished upon request for such purchases. However,the vendor
will be responsible for payment of taxes on all materials purchased by the vendor for
incorporation into the project(see provision 3.8 for further detail).
• The vendor shall not alter or amend any of the information(including,but not limited to stated units
of measure,item description, or quantity) stated in the Pricing Section. If any quantities are stated in
the pricing section as being "estimated" quantities, vendors are advised to review the "Estimated
Quantities"clause contained in Section 3 of this solicitation.
• Any bid containing a modifying or "escalator" clause not specifically allowed for under the
solicitation will not be considered.
• Unit prices shall govern for all services priced on that basis as requested under this solicitation.
• All pricing shall be FOB Destination unless otherwise specified in this solicitation document.
• All pricing submitted shall remain valid for a ninety (90) day period. By signing and submitting a
response to this solicitation,the vendor has specifically agreed to this condition.
• Vendors are advised to visit our website at http://www.lakecountvfl.aov and register as a
potential vendor. Vendors that have registered on-line receive an e-mail nofice when the
County issues a solicitation matching the commodity codes selected by'a vendor during the
registration process.
• If the contractor has questions regarding the applicability of Chapter 119,
Florida Statutes, to the contractor's duty to provide public records relating
to this contract, contact the custodian of public records via the individual
designated in provision 1.2 of this solicitation.
ACKNOWLEDGEMENT OF ADDENDA
•
INSTRUCTIONS: Complete Part I or Part II,whichever applies
The vendor must list below the dates of issue for each addendum received in connection with this RFP:
Addendum#1,Dated: July 6, 2017
Addendum#2,Dated: July 11, 2017
Addendum#3,Dated: July 25, 2017
Addendum#4,Dated:
•
0 No Addendum was received in connection with this RFP.
25
SECTION 4—PRICING/CERTIFICATIONS/SIGNATURES RFP Number: 17-0625
•
PRICING SECTION
Lake County Central Solid Waste Division collects end-of-life electronics from Lake
County residents and other landfill customers. The elimination of this waste stream at the
County's landfills is the focus of this proposal; however, certain electronic parts are valuable
for their content of precious metal or may be reused by other consumers. Vendors are
requested to provide pricing on complete, unaltered electronic pieces and on electronic pieces
that have been broken down into their component parts (de-manufactured).
Attachment 5 is a compilation of the electronics collected at the Central Solid Waste
Facility. This table lists the general types and volumes of electronics collected in a twelve-
month period. The County is unable to guarantee the volume of wastes that will be offered for
reclamation in the future.
Attachment 6 is an itemized list of the electronics and their net weight totals collected at the
Central Solid Waste Facility.
•
All pricing for this RFP should be submitted on the price forms included in Section 5,
Attachment 7.
By Signing this Proposal the Vendor Attests and Certifies that:
• It satisfies all legal requirements(as an entity)to do business with the County.
• The undersigned vendor acknowledges that award of a contract may be contingent upon a determination by the
County that the vendor has the capacity and capability to successfully perform the contract.
• The vendor hereby certifies that it understands all requirements of this solicitation, and that the undersigned
individual is duly authorized to execute this proposal document and any contract or other transactions arising
out of this RFP.
Purchasing Agreements with Other Government Agencies
This section is optional and will not affect contract award. If Lake County awarded you the proposed contract,
would you sell under the same terms and conditions,for the same price,to other governmental agencies in the State
of Florida? Each governmental agency desiring to accept to utilize this contract shall b responsible for its own
purchases and shall be liable only for materials or services ordered and received by it. W. Yes 0 No(Check one)
Certification Regarding Felony Conviction
Has any officer, director, or an executive perfo ng equivalent duties, of the bidding entity been convicted of a
felony during the past ten(10)years? 0 YesCV No(Check one)
Certification Regarding Acceptance of County VISA-based Payment System
Vendor will accept payment through the County VISA-based payment system: ( t'es ❑ No
Reciprocal Vendor Preference:
Vendors are advised the County has established, under Lake County Code, Chapter 2,Article VII, Sections 2-221
and 2-222;a process under which a local vendor preference program applied by another county may be applied in a
reciprocal manner within Lake County.The following information is needed to support application of the Code:
1.Primary business location of the responding vendor(city/state): 1.4, woof HCl
2. Does the responding vendor maintain a significant phys' al location in Lake 6ounty at which employees are
located and business is regularly transacted: ❑ Yes INo If"yes" is checked, provide supporting detail:
26
SECTION 4—PRICING/CERTIFICATIONS/SIGNATURES RFP Number: 17-0625
Conflict of Interest Disclosure Certification
Except as listed below,no employee,officer,or agent of the firm has any conflicts of interest,real or apparent,due
to ownership, other clients, contracts, or interests associated with this project; and, this bid is made without prior
understanding,agreement,or connection with any corporation, firm, or person submitting a proposal for the same
services,and is in all respects fair and without collusion or fraud.
Certification Regarding Background Checks
Under any County contract that involves vendor or subcontractor personnel working in proximity to minors, the
vendor hereby confirms that any personnel so employed will have successfully completed an initial,and subsequent
annual, Certified Background Check, completed by the vendor at no additional cost to the County. The County
retains the right to request and review any associated records with or without cause,and to require replacement of
any vendor employee found in violation of this requirement. Vendor shall indemnify the County in full for any
adverse act of any such personnel in this r gard. Additional requirements may apply in this regard as included
within any specific contract award. 0Yes ❑ No
DUNS Number(Insert if this action involves a federal funded project): —
General Vendor Information and Proposal Signature:
Firm Name: Ai A m ti- 4 '�lV C,
Street Address: 1 100 C1446.C.0 ST. Lau 6,,Joo t, / Fl 3 a So
Mailing Address(if different): - n
Telephone No.: qo7-3 3e-703o Fax No.: /o7. q-07e7 E-mail: Gjnrljp,,,j redcl�2.SectS,
FEIN No. ,qn - Ro y s Prompt Payment Terms: - % days, net 3c
Signature: r/ Date: O 1/31
Print Name: ,,i / PPEn Title: PQ uc r
Award of Contract by the County:(Official Use Only)
By signature below,the County confirms award to the above-identified vendor under the above identified
solicitation. A separate purchase order will be generated by the County to support the contract.
Vendor awarded as:
w Sole vendor ❑ Pre-qualified pool vendor based on price
❑ Pre-qualified pool vendor(spot bid) 0 Primary vendor for items:
❑Secondary vendor for items: 0 Other status:
Signature of authorized County official: i -, -, Date: q-i(j_11
Printed name:00:1,1A goAe il) Title: Crodual. C.cOryteri0t•-,C,
27
EXHIBIT B
PRICE FORM 1 -DISPOSAL OF WHOLE (UNALTERED)ELECTRONICS
Type of Electronic Method of Estimated PRICE Per Unit
Product Size Processing
Quantity
PCs/CPUs 1474
All Reclaim* + $ 3.00
Laptops 286
All Reclaim* 4 $ 5,oo
9
Servers Reclaim*
All -j- $ 3,oo
CRT Monitors Reclaim* 728
All — $ g. O0
LCD Monitors All Reclaim* 5634-$ 3,00
CRT Televisions 5512
All Reclaim* — $ 1 gi.oo
Wood Television 208
All Reclaim* — $ 18.00
Projection 321
Television All Reclaim* — $ I 8,00
Fax Machines/ All Reclaim* 1068 .}_ $ p,Do
Scanners/Copiers
LCD Television All Reclaim* 1984 .}. $ 3 .00
Printers All Reclaim* 660 .,t- $ D.o o
VCR/DVD Players All Reclaim* 240 $ p,ov
Stereos All Reclaim* 180 +- $ O,oo
Misc. All Reclaim* 1152 t $ 0.00
*Reclaim means to beneficially recycle. •
Total Of Unit Prices: — $ 55. 00
Vendor Name: Al ASS Ers 'Luc
PRICE FORM 2 (formerly#6)
Associated Miscellaneous Meta(
Item Description 2016 Estimated Net Weight Percent of Published Price
In Pounds Paid to County
#2 Copper 2400 $ 0.0 0
Clean Aluminum $ 0.0n
Yellow Brass $ ©. 00
Transportation and Additional Tient
Billing Rate per Roll-Off $ N/4 —ivo 2o<<-of, SF.evKz OFFjiaD
Billing Rate per Roll-Off Return $/V/ - Am Roo. -oFf $Rz'v/ct oFF‘Cii
Billing Rate per Service Call $ 0.00
Other Shipment Method Pox 'MUCKS 4. 53' TeAcsTo2 772/41 LU
Billing Rate per 30-Minute Period for
Additional Pick-Up Time $ 0,0o
Billing Rate per 20-yard Open-Top Delivered by County
to Vendor Facility $ O.00
Ulz 4( oP& Po2Ditavg9,
Mobile Collection Events
Billing Rate per Hour,per Employee for
Staffing Mobile Collection Events $ 30, op
Vendor Name: ./4_ A$Si T_S z
CONTRACT APPROVAL FORM
TO: DARREN GRAY, CITY MANAGER
THRU: FREDDY SUAREZ, PURCHASING DIRECTOR 'F,5
FROM: MARILYN RODRIGUEZ, CONTRACTS COORDINATOR tri'
SUBJECT: RECYCLING /RECLAMATION END OF LIFE ELECTRONICS
DATE: OCTOBER 13, 2017
THE PURCHASING DIRECTOR RECOMMENDS THE FOLLOWING:
1. APPROVE: Agreement between the City of Clermont and Al Assets, Inc. to provide
recycling/reclamation services for end of life electronics for the Environmental Services
Department. Recycling services applies to household electronics(E-Cycling)collected by
the City of Clermont. The agreement shall take effect on the date of execution by both
parties and shall remain in effect until September 30, 2019, unless renewed or terminated
as provided by the Lake County B.C.C. contractual agreement. Upon mutual agreement,
the agreement may be renewed for one (1)additional one (1) year terms.
2. Why is this action necessary: In accordance with the City of Clermont Purchasing
• Policy, the City Manager is authorized to approve contracts under $50,000 that do not
require a budget amendment.
3. ADDITIONAL INFORMATION: At the request of the Environmental Services Department,
the Purchasing Department sought a contract with the Lake County B.C.C., contract
number 17-0625. The estimated annual expenditures is less than $26,000 and it is
included in the Environmental Services Department budget. The Purchasing Department
issued RFI 1810-002 to notify local vendors of the City's intent to utilize the Lake County
B.C.C. contract to provide recycling/reclamation services for end of life electronics. At the
completion of the RFI the Purchasing Department received no interest. The Lake County
B.C.C. contract was fully competed, advertised, and complies with the City of Clermont
Purchasing Policy.
4. FISCAL IMPACT: The fiscal impact may vary based on loan amount.
5. EXHIBITS: Lake County B.C.C. Bid Tabulation
Recycling / Reclamation End of Life Electronics Agreement
APPROVA AUTHORITY
Approved Disapproved 0
Reason/Suggestion (If disapproved)
1� Title V Date
O
A
O
a3 a
A 0 C n y
CD
CD
CO
re ta y y 2
P.
0
C p
0 a gO
G1
kO
co
J O
0 A eD
�i ee
L.
% r. b° a pa. o rat r.,
n p0 ocr 0A Cf °p
CI fro
n
3a F. t� raj ='71 1T1 rg '" r7'i I':.
I C� r
N K p b 0 M r
r A e g• k.4174..:,• _ O i I )
d ••••3 P, y
'0
ON A Cta ;;
DOb y eD
.71 IN
w 4 n.
v.
is.) y
k, 0 d
W
A co .<
w
a