← Back to Cumberland County

Document Cumberlandcounty_doc_dd411a2933

Full Text

Cumberland RFP #12-18-2020-REFUSE 1 of 14 REQUEST FOR PROPOSALS Title: Cumberland County Refuse Hauling Services-RFP# 12-18-2020-REFUSE Issue Date: December 18, 2020 Due Date: January 15, 2021 by 1:30 pm (EST) By Mail: Cumberland County In Person: Administrator’s Office Attn: Don Unmussig 1 Courthouse Circle P.O. Box 110 County Administration Cumberland, VA. 23040 Cumberland, VA 23040 Pre-proposal Meeting: A pre-proposal meeting to be held in the Cumberland County Administration Basement Conference room on January 5, 2021 @ 1:30 p.m. Inquiries: Questions related to this project should be directed to: Don Unmussig, Purchasing Agent - [PHONE REDACTED] [EMAIL REDACTED] Note: This public body does not discriminate against faith-based organizations in accordance with the Code of Virginia, § 2.2-4343.1 or against an offeror because of race, religion, color, sex, national origin, age, disability, family status or any other basis prohibited by state or federal law relating to discrimination in employment. In compliance with this Request for Proposal (RFP) and all conditions imposed in this RFP, the undersigned firm hereby offers and agrees to furnish all goods and services in accordance with the attached signed proposal or as mutually agreed upon by subsequent negotiation, and the undersigned firm hereby certifies that all information provided below, and in any schedule attached hereto, is true, correct, and complete. SHIPPING TERMS: ALL PRICES QUOTED F.O.B CUMBERLAND COUNTY, VIRGINIA. Name and Address of Company: Signature: Name Title: Phone Fax ---PAGE BREAK--- Cumberland RFP #12-18-2020-REFUSE 2 of 14 CUMBERLAND COUNTY REQUEST FOR PROPOSAL #04-19-2020-REFUSE CUMBERLAND COUNTY REFUSE HAULING SERVICES I. PURPOSE The County of Cumberland is soliciting proposals from qualified contractors for hauling and disposal of refuse, processing of all recyclable material and providing all necessary equipment for three refuse transfer station sites. II. BACKGROUND Cumberland County is located in central Virginia, approximately one hour outside of the capital of Richmond. The county has around 10,052 residents and has three transfer stations positioned through Cumberland. III. SCOPE OF WORK Contractors are to provide proposals prices for: Contractors are to provide all containers, hauling, and disposal from the school and three transfer station sites as follows:  Cumberland County High School – one compactor for all school trash  Madison Station: o Two compactors for household trash o Three open top 30 yard containers o One open top 30 yard container for tires o One open top 30 yard container for recycled items The contractor would provide the installation of these compactors with the County providing power to a fused, electrical disconnect box within 15 feet of the locations of the power units for the compactors.  Randolph Station: o Two compactors for household trash o Two open top 30 yard containers o One open top 30 yard container for tires o One open top 30 yard container for recycled items Installation provided by contractor free-of-charge with the same prerequisites as set forth above for Madison Transfer Station.  Hamilton Station: o Two compactors for household trash o Two open top 30 yard containers o One open top 30 yard container for tires o One open top 30 yard container for recycled items Installation provided by contractor free-of-charge with the same prerequisites as set forth above for Madison and Randolph Transfer Stations. ---PAGE BREAK--- Cumberland RFP #12-18-2020-REFUSE 3 of 14  The above stated equipment requirements at the County facilities should be construed as the minimum requirement, but the Contractor is encouraged to submit a proposal that reflects any current best practices in use that will demonstrate efficiency and cost control for the Contractor and the County’s operations.  Collected refuse, other than containers specifically used for recyclables, will be taken to a material recovery facility (MRF) where material may be sorted to reclaim maximum quantities of recyclables.  30-cubic-yard open-top roll-off containers are to be provided for construction and demolition debris (C & Residents can also place bulky waste in these (i.e. furniture, mattresses, etc.). The contractor will accept all the material collected in these cans.  Contractor will provide a tire storage container at each transfer station to accumulate tires. Recycling of collected tires will be the responsibility of contractor.  Provide for removal of waste and replacement with empty containers on a schedule sufficient to allow the County to provide a full range of service during all regular hours of operation at the Madison, Hamilton and Randolph refuse transfer stations. Contractor shall be given necessary access to transfer stations for pick- up of refuse after regular hours of operation.  Bins and/or containers may be requested on a one-time basis from time-to-time at an additional charge.  Contractor will provide reports to the County to support the data requirements for the County Solid Waste Management Plan. ADDITIONAL INFORMATION Applicants should assume that the total annual waste will not exceed 8,000 tons at the school and Madison, Hamilton and Randolph transfer stations combined with approximately 50 - 60% of this waste collected at the Madison site. Current Hours of operation: (subject to change, including an increase in hours) Madison Transfer Station Monday – Sunday (7 days a week) 8:00 am – 5:00 pm Hamilton & Randolph Transfer Stations Monday, Wednesday, Friday, Saturday 8:00 am – 5:00 pm Sunday, Thursday 1:00 pm – 5:00 pm Closed on Tuesday IV. PROVIDED The details of this proposal shall include information on all of the following items. Additionally, each prospective firm may submit other information as deemed appropriate for the proper evaluation of his or her proposal. The proposal shall include: 1. An informative narrative introducing your firm, including a statement of qualifications for all individuals responsible for providing service under this contract. Summary resumes of all full time employees dedicated to technical services (to include any required certifications) are mandatory 2. Proposals shall be for a 3-year contract period, to continue after the initial 18 month period on a month-by-month basis, not to exceed a total of 36 months for the entire contract period. During the month-by-month period the contract can be terminated without cause at the convenience of the County with thirty (30) days prior notice. The firm may never cancel the contract for any reason other than non-payment by Cumberland County. The contract must include a detailed fee schedule ---PAGE BREAK--- Cumberland RFP #12-18-2020-REFUSE 4 of 14 with a not to exceed inflationary adjustment factor so Cumberland can calculate future maintenance costs for an indefinite time. 3. All work must be done in accordance with current and applicable standards published by international, national, state and local standards organizations. 4. Applicant will maintain working conditions that are safe, non-hazardous, sanitary, and protective of persons and property. IV. PROPOSAL SUBMISSION GUIDELINES A. Proposals MUST contain the following information, in the order listed: 1. Cover page of this RFP, which contains: i. Requested contact information. ii. Original signature of an agent authorized to bind the company. iii. Company FEI/FIN number 2. Completed SCC required form (Attachment 3. Insurance Requirement Form (Attachment 4. Certificate of Insurance Form (Attachment 5. Signed acknowledgement of each addendum generated during the open period of this solicitation. Each addendum will be available for download from the County website. 6. Completed References: A minimum of Six references for which Offeror has completed services comparable to those described in this RFP. For each reference, detail: a) Name of firm; b) Address of firm; c) Name, title, address, e-mail address, and phone and facsimile numbers of a contact for the firm; d) Number of years Offeror has served the firm; and e) Brief summary of scope of services provided. B. All proposals should include a detailed outline of work to be done. C. An authorized representative of the Offeror shall sign the proposal. Offerors shall submit all information requested; failure to submit all information requested may result in the Owner requiring prompt submission of the missing information and/or giving lowered evaluation of the proposal. Proposals which are substantially incomplete or lacking information may be rejected by the Owner in its sole discretion. Mandatory requirements are those required by law or regulation or are such that they cannot be waived and are not subject to negotiation. D. Proprietary Information--Ownership of all data, materials, and documentation originated and prepared for Cumberland County pursuant to the RFP shall belong exclusively to Cumberland County and be subject to public inspection in accordance with the Virginia Freedom of Information Act. Trade secrets or proprietary information submitted by an offeror shall not be subject to public disclosure under the Virginia Freedom of Information Act; however, the offeror must invoke the protections of § 2.2-4342F of the Code of Virginia, in writing, either before or at the time the data or other material is submitted. The written notice must specifically identify the data or materials to be protected and state the reasons why protection is necessary. The proprietary or trade secret material submitted must be identified by some distinct method such as highlighting or underlining and must indicate only the specific words, figures, or paragraphs that constitute trade secret or proprietary information. The classification of an entire proposal document, line item prices, and/or total proposal prices as proprietary or trade secrets is not acceptable and will result in rejection of the proposal. E. Offeror must submit one original and three copies of each proposal to Cumberland County. Each copy must contain an original signature. All pages of the RFP should be numbered. No other distribution of the proposal shall be made by the Offeror. ---PAGE BREAK--- Cumberland RFP #12-18-2020-REFUSE 5 of 14 F. Offeror must also submit a copy of the RFP, any addenda, attachments and other documentation in an electronic format which must be Microsoft Windows compatible. G. Submit Proposals in a sealed envelope or package. Clearly label the shipping/mailing packaging as well as the outside of your sealed envelope or package with the proposal item number, closing date and time, and your firm’s name and address. Proposals received by telephone, telegraph, facsimile, or any other means of electronic transfer shall not be accepted. Proposals will be received on or before January 15, 2021 at 1:30 p.m. to Don Unmussig at County Administration unless otherwise modified by subsequent Addenda. H. Awards made in response to this RFP will be made to the highest qualified offeror whose proposal is determined, in writing, to be the most advantageous to the Owner taking into consideration the evaluation factors set forth in this RFP. The Owner reserves the right to reject any or all proposals and to waive any informality in proposals received whenever such rejection or waiver is in the best interest of the Owner. Award may be made to as many offerors as deemed necessary to fulfill the anticipated requirements of the Owner. The official time used for the receipt of responses is determined by reference to the clock designated by the Administration department. The Administration department shall determine when the Proposal Receipt Deadline has arrived and shall announce that the deadline has arrived and that no further proposals or proposal modifications will be accepted. Cumberland County reserves the right to reject any or all proposals, to waive or not waive informalities or irregularities, and select the firm whose qualifications, experience, and proposed services are, in the sole judgment of the County, determined to be in the County’s best interest. Cumberland County is an Equal Opportunity Employer and will not discriminate on the basis of race, creed, color, sex, national origin, age, handicap, or familial status. V. CLARIFICATION OF TERMS Please direct any questions or requests for documents to Don Unmussig at [EMAIL REDACTED] or by phone [PHONE REDACTED]. Deadline to contact Don Unmussig for concerns, questions or requests is January 12, 2021 at 4:30 p.m. All questions or requests for information should be submitted on a Request for Information so that all offerors may benefit from the same information. VI. INSURANCE By signing and submitting a proposal under this solicitation, the Offeror certifies that if awarded the contract, it will have the insurance coverage set forth below at the time the contract is awarded. The Offeror further certifies that the contractor and any subcontractors will maintain these insurance coverages during the entire term of the contract and that all insurance coverage will be provided by insurance companies authorized to sell insurance in Virginia by the Virginia State Corporation Commission. Offeror must submit to Cumberland County Administration Department certificates of insurance prior to beginning of work. It is the responsibility of the contractor to immediately notify Cumberland County should any policy be cancelled or changed. Failure to notify Cumberland County shall constitute a material breach of contract. A. Minimum Insurance Coverages and Limits Required: 1. Workers’ Compensation - Statutory requirements and benefits. 2. Employer’s Liability - $1,000,000 3. Commercial General Liability: $1,000,000 combined single limit. 4. Automobile Liability - $1,000,000 combined single limit. 5. Miscellaneous Error and Omissions $1,000,000 per occurrence ---PAGE BREAK--- Cumberland RFP #12-18-2020-REFUSE 6 of 14 6. Umbrella/Excess Liability - $5,000,000 VII. RECEIPT AND OPENING OF PROPOSALS A) It is the responsibility of the Offeror to assure that the proposal is delivered to the place designated for receipt of proposal and prior to the time set for receipt of proposals. Proposals received after the time designated for receipt of proposals will not be considered. B) Proposals will be opened January 15, 2021 at 1:45 p.m. in the Cumberland County Administration Building basement Conference Room and their contents made public for the information of those submitting proposals and others interested who may be present either in person or by representative. The officer or agent of the owner, whose duty it is to open them, will decide when the specified time has arrived. No responsibility will be attached to any officer or agent for the premature opening of a proposal not properly addressed and identified. C) The provisions of § 2.2-4342 of the Code of Virginia, as amended, shall be applicable to the inspection of proposals received. VIII. EVALUATION OF CRITERIA Evaluation Criteria: Proposals shall be evaluated by the Agency using the following criteria once responsiveness to submission guidelines has been met: 1. Relevant experience with similar projects 2. Qualifications and experience of key contract team members who are actively involved throughout the entire contract. 3. References from other similar projects. 4. Price 5. Specific plan and/or methodology to be used to perform the services. 6. Contract duration and terms proposed. IX. ANNOUNCEMENT OF AWARD Upon the award or the announcement of the decision to award the contracts as a Result of this solicitation, Cumberland County will publicly post for inspection in the County Administration office and on the Cumberland County website at X. AWARD After evaluation of the Proposals received in response to the RFP, Cumberland County shall engage in individual discussions and interviews with proposers deemed fully qualified, responsible and suitable on the basis of initial responses, and with professional competence to provide the required services. Repetitive informal interviews are permitted. Proposers shall be encouraged to elaborate on their qualifications, performance data, and staff expertise relevant to the proposed contract. Proposers may also propose alternate concepts or methodology. At the conclusion of the informal interviews and on the basis of the information provided and developed in the selection process to this point, the Cumberland County shall rank, in the order of preference, the interviewed proposers whose professional qualifications and proposed services are deemed most meritorious. Price shall be considered, but need not be the sole determining factor. After negotiations have been conducted with each offeror so selected, the Cumberland County Board of Supervisors may decide which, in its opinion, has made the best proposals, and shall award the contracts to those offerors. Cumberland County may cancel this Request for Proposals or reject proposals at any time prior to an award, and is not required to furnish a statement of the reasons why a particular proposal was not deemed to be the most advantageous (Code of Virginia, § 2.2-4359D). The award document will be a contract incorporating by reference all the requirements, terms and conditions of the solicitation and the contractor’s proposal as negotiated. XI. PREPROPOSAL CONFERENCE ---PAGE BREAK--- Cumberland RFP #12-18-2020-REFUSE 7 of 14 A pre-proposal meeting to be held in the Cumberland County Administration Basement Conference room on January 5, 2021 @ 1:30 p.m. XII. GENERAL TERMS AND CONDITIONS A. APPLICABLE LAWS AND COURTS This solicitation and any resulting contract shall be governed in all respects by the laws of the Commonwealth of Virginia, and any litigation with respect thereto shall be brought in the courts of Cumberland County. Cumberland County and the contractor are encouraged to resolve any issues in controversy arising from the award of the contract or any contractual dispute using Alternative Dispute Resolution (ADR) procedures (Code of Virginia, § 2.2-4366). ADR procedures are described in Chapter 9 of the Vendors Manual. The contractor shall comply with all applicable federal, state and local laws, rules and regulations. B. ANTI-DISCRIMINATION 1. During the performance of this contract, the contractor agrees as follows: a) The contractor will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, family status or any other basis prohibited by state or federal law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the contractor. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause. b) The contractor, in all solicitations or advertisements for employees placed by or on behalf of the contractor, will state that such contractor is an equal opportunity employer. c) Notices, advertisements and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting these requirements. 2. The contractor will include the provisions of paragraph 1 above in every subcontract or purchase order over $10,000 so that the provisions will be binding upon each subcontractor or vendor. C. ETHICS IN PUBLIC CONTRACTING By submitting their proposals, offerors certify that their proposals are made without collusion or fraud and that they have not offered or received any kickbacks or inducements from any other offeror, supplier, manufacturer or subcontractor in connection with their proposal, and that they have not conferred on any public employee having official responsibility for this procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value was exchanged. D. IMMIGRATION REFORM AND CONTROL ACT OF 1986 By entering into a written contract with Cumberland County, the Contractor certifies that the Contractor does not, and shall not during the performance of the contract for goods and services in Cumberland County, knowingly employ an unauthorized alien as defined in the federal Immigration Reform and Control Act of 1986. E. DEBARMENT STATUS By submitting their proposals, offerors certify that they are not currently debarred by the Commonwealth of Virginia from submitting proposals on contracts for the type of goods and/or services covered by this solicitation, nor are they an agent of any person or entity that is currently so debarred. F. ANTITRUST By entering into a contract, the contractor conveys, sells, assigns, and transfers to Cumberland County all rights, title and interest in and to all causes of action it may now have or hereafter acquire under the ---PAGE BREAK--- Cumberland RFP #12-18-2020-REFUSE 8 of 14 antitrust laws of the United States and the Commonwealth of Virginia, relating to the particular goods or services purchased or acquired by Cumberland County under said contract. G. AUTHORIZATION TO CONDUCT BUSINESS IN THE COMMONWEALTH A contractor organized as a stock or nonstock corporation, limited liability company, business trust, or limited partnership or registered as a registered limited liability partnership shall be authorized to transact business in the Commonwealth as a domestic or foreign business entity if so required by Title 13.1 or Title 50 of the Code of Virginia or as otherwise required by law. Any business entity described above that enters into a contract with a public body pursuant to the Virginia Public Procurement Act shall not allow its existence to lapse or its certificate of authority or registration to transact business in the Commonwealth, if so required under Title 13.1 or Title 50, to be revoked or cancelled at any time during the term of the contract. A public body may void any contract with a business entity if the business entity fails to remain in compliance with the provisions of this section. H. PROHIBITION OF ALCOHOL AND OTHER DRUGS §2.2-4312 of the Code of Virginia shall be applicable. It provides as follows: “During the performance of this contract, the contractor agrees to provide a drug-free workplace for the contractor's employees; (ii) post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in the contractor's workplace and specifying the actions that will be taken against employees for violations of such prohibition; (iii) state in all solicitations or advertisements for employees placed by or on behalf of the contractor that the contractor maintains a drug-free workplace; and (iv) include the provisions of the foregoing clauses in every subcontract or purchase order of over $10,000, so that the provisions will be binding upon each subcontractor or vendor. For the purposes of this section, "drug-free workplace" means a site for the performance of work done in connection with a specific contract awarded to a contractor in accordance with this chapter, the employees of whom are prohibited from engaging in the unlawful manufacture, sale, distribution, dispensation, possession or use of any controlled substance or marijuana during the performance of the contract.” The Contractor shall also establish, maintain and enforce policies, which prohibit the following acts by all Contractor, Subcontractor and Supplier personnel at the Site: The manufacture, distribution, dispensation, possession, or use of alcohol, marijuana or other drugs, except possession and medically prescribed use of prescription drugs; and The impairment of judgment or physical abilities due to the use of alcohol, marijuana or other drugs, including impairment from prescription drugs. XIII. SPECIAL TERMS AND CONDITIONS A. AGENCY’S RIGHT TO ISSUE RFP’S AND PROJECT ORDERS The Owner reserves the right, at its sole discretion, to issue RFPs for similar work, for other disciplines or types of work, and for other projects as the need may occur. The contractor may have only one Maintenance Program term contract in effect with an agency or its subsidiaries or branches at any time. The Owner also reserves the right to issue project orders to other contractors under term contracts at its sole discretion, based on its evaluation of each contractors expertise, current workload, capabilities, performance record, location or distance to the project, and other factors as may be pertinent to the particular project. The Owner also reserves the right under the provisions of this Contract to issue a project order to the contractor to provide services of a similar type or discipline covered by this RFP to a subsidiary, branch or state agency in the same geographic area. B. Cumberland County reserves the right to require background checks on all employees involved in the project due to compactor location on public school property. C. AUDIT ---PAGE BREAK--- Cumberland RFP #12-18-2020-REFUSE 9 of 14 The contractor shall retain all books, records, and other documents relative to this contract for five years after final payment. D. PAYMENT Invoices for each individual project shall be submitted by the contractor to the Cumberland County Finance Department and shall be paid in accordance with state and federal law. All invoices shall be in strict accordance with the terms of any contract awarded in response to this Request for Proposals. The fees for the services on each project shall be negotiated individually on a lump sum basis considering the scope of services required, the estimated man-hours required for each skill level/discipline, and the labor rates agreed up on listed in the contract. The compensation shall be determined by the certified record of man-hours expended by classification, skill level and discipline, and the hourly rates for each as listed in the contract. The contract prepared will document the negotiated acceptable labor rates for the various classifications, skill levels and disciplines. These rates will be used by the County for arriving at a lump sum fee total. If a project is to be performed on a lump sum basis, the County shall determine a lump sum based on the scope of service required, the estimated man-hours required for each classification, skill level and discipline, and the labor rates agreed upon during the contract negotiations. E. WITHDRAWAL OR MODIFICATION OF PROPOSALS Proposals may be withdrawn or modified by written notice received from offerors prior to the deadline fixed for proposal receipt. The withdrawal or modification may be made by the person signing the proposal or by an individual(s) who is authorized by him/her on the face of the proposal. Written modifications may be made on the proposal form itself, on the envelope in which the proposal is enclosed, or on a separate document. Written modifications, whether the original is delivered, or transmitted by facsimile, must be signed by the person making the modification or withdrawal. F. PROPOSAL BINDING Offeror must agree that this proposal be binding and may not be withdrawn for a period of ninety (90) days after the scheduled closing date of this RFP. G. ATTACHMENTS a) State Corporation Commission Form b) Insurance Requirement Form (Insurance Declaration page) c) Certificate of Insurance ---PAGE BREAK--- Cumberland RFP #12-18-2020-REFUSE 10 of 14 Attachment A STATE CORPORATION COMMISSION FORM Virginia State Corporation Commission (SCC) registration information. The offeror: [ ] is a corporation or other business entity with the following SCC identification number: -OR- [ ] is not a corporation, limited liability company, limited partnership, registered limited liability partnership, or business trust -OR- [ ] is an out-of-state business entity that does not regularly and continuously maintain as part of its ordinary and customary business any employees, agents, offices, facilities, or inventories in Virginia (not counting any employees or agents in Virginia who merely solicit orders that require acceptance outside Virginia before they become contracts, and not counting any incidental presence of the bidder in Virginia that is needed in order to assemble, maintain, and repair goods in accordance with the contracts by which such goods were sold and shipped into Virginia from bidder’s out-of-state location) -OR- [ ] is an out-of-state business entity that is including with this bid an opinion of legal counsel which accurately and completely discloses the undersigned bidder’s current contacts with Virginia and describes why those contacts do not constitute the transaction of business in Virginia within the meaning of § 13.1-757 or other similar provisions in Titles 13.1 or 50 of the Code of Virginia. NOTE: [ ] Check here if you have not completed any of the foregoing options but currently have pending before the SCC an application for authority to transact business in the Commonwealth of Virginia and wish to be considered for a waiver to allow you to submit the SCC identification number after the due date for bids (the Commonwealth reserves the right to determine in its sole discretion whether to allow such waiver). ---PAGE BREAK--- Cumberland RFP #12-18-2020-REFUSE 11 of 14 Attachment B INSURANCE REQUIREMENT FORM Insurance: The contractor shall maintain adequate liability insurance, which shall protect and save harmless the County of Cumberland, Virginia, and its officials from all suits and actions of every kind and description arising from injury or damage to persons and property in the prosecution of said work or in failure to properly safeguard same, and from all claims arising under the workmen’s compensation laws. The contractor shall furnish proof of insurance prior to commencement of services. Separate forms, which name the County as additional insured and as alternate employer, must be included with the Certificate of Insurance. The Commonwealth of Virginia requires construction contractors and subcontractors to obtain and maintain workers’ compensation insurance while performing work on behalf of the County. Evidence of coverage needs to be provided prior to commencement of work. Contractor shall have ten (10) days from notice of intent to award to provide insurance documentation. Failure to and forms within this period may be cause for the County to award a contract to the next responsive bidder, and hold the original contractor liable for excess costs. Type of Insurance Coverage & Limits 1. Workers’ Compensation - Statutory requirements and benefits. 2. Employer’s Liability - $1,000,000 3. Commercial General Liability: $1,000,000 combined single limit. 4. Automobile Liability - $1,000,000 combined single limit. 5. Miscellaneous Error and Omissions $1,000,000 per occurrence 6. Umbrella/Excess Liability - $5,000,000 Return Insurance Declaration page as Attachment B with proposal. ---PAGE BREAK--- Cumberland RFP #12-18-2020-REFUSE 12 of 14 Attachment C CERTIFICATE OF INSURANCE Project: Location: County of Cumberland Owner: County of Cumberland 1 Courthouse Circle Cumberland, VA 23040 Contractor The undersigned hereby certifies that the following policies, subject to their terms, conditions and exclusions have been issued by the named companies to the above insured and are presently in full force and effect: A. WORKMEN’S COMPENSATION: Policy Expiration Insurance Coverage: Statutory Workmen’s Compensation. Employers liability limit each accident. B. COMPREHENSIVE GENERAL LIABILITY & PROPERTY DAMAGE: Policy Expiration Insurance Co. Address: LIMITS: Bodily Injury. Including Personal Injury Each person property damage / $ Each occurrence Each Occurrence / $ Aggregate Aggregate C. COMPREHENSIVE AUTOMOBILE LIABILITY & PROPERTY DAMAGE Policy Expiration Insurance LIMITS: Bodily Injury Each person property damage / $ Each occurrence COVERAGE PROVIDED – For operation of all owned, non-owned and hired vehicles. Continued. ---PAGE BREAK--- Cumberland RFP #12-18-2020-REFUSE 13 of 14 D. UMBRELLA EXCESS LIABILITY: Policy Expiration Insurance LIMITS: Single Limit Bodily Injury and Property Damage Each Occurrence. COVERAGE PROVIDED – Applies in excess of the coverage’s listed above for Employer’s Liability, Comprehensive General, Automotive and Property Damage Coverage. The undersigned further certifies that in the event of cancellation or any material change in any of the above policies, thirty (30) days prior written notice of such cancellation or change shall be delivered by registered mail to the above Owner. NAME OF AGENCY: Authorized Insurance Representative (Signature Required) ---PAGE BREAK--- Cumberland RFP #12-18-2020-REFUSE 14 of 14 Attachment D REQUEST FOR INFORMATION RFP# 04-01-2020-REFUSE Addendum:___________ Date: Company Name: Address: Information Requested: Response: