HomeMy WebLinkAboutRFP - 10034 Waste Stream Management ServicesRFP 10034 Waste Stream Management Services Page 1 of 44
REQUEST FOR PROPOSAL
10034 WASTE STREAM MANAGEMENT SERVICES
RFP DUE: 3:00 PM MT (Mountain Time), March 7, 2025
The City of Fort Collins is requesting proposals from qualified Service Providers to implement a
waste management program for City offices, workplaces, and facilities that places a high
emphasis on diverting more material away from landfill disposal towards recycling, as well as
systematic reduction of the overall waste stream. The City seeks to partner with a single entity
that will coordinate trash removal and recycling service, in order to optimize collection efficiencies
and track progress toward waste reduction goals. All proposals must include both trash and
recycling services.
As part of the City’s commitment to sustainability, proposals must be submitted online through
the Rocky Mountain E-Purchasing System (RMEPS) at http://www.bidnetdirect.com/colorado/
city-of-fort-collins. Note: please ensure adequate time to submit proposals through RMEPS.
Proposals not submitted by the designated Opening Date and Time will not be accepted by
RMEPS. Proposals must be received before 3:00 p.m. (our clock) on March 7, 2025 and
referenced as Proposal No. 10034.
All questions should be submitted, in writing via email, to Ed Bonnette, CPM, CPPB, Senior
Buyer at ebonnette@fcgov.com, with a copy to Carole Herrick, Project Manager, at
Cherrick@fcgov.com, no later than 3:00 PM MT on February 21, 2025. Please format your
e-mail to include: RFP 10034 WASTE STREAM MANAGEMENT SERVICES in the subject line.
Questions received after this deadline may not be answered. Responses to all questions
submitted before the deadline will be addressed in an addendum and posted on the Rocky
Mountain E-Purchasing System webpage.
Rocky Mountain E-Purchasing System hosted by BidNet
A copy of the RFP may be obtained at http://www.bidnetdirect.com/colorado/city-of-fort-collins.
This RFP has been posted utilizing the following Commodity Code(s):
91027 Garbage/Trash Removal, Disposal and/or Treatment
92677 Recycling Services
Prohibition of Unlawful Discrimination: The City of Fort Collins, in accordance with the
provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 US.C. §§ 2000d to 2000d-
4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract
entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded
full and fair opportunity to submit bids in response to this invitation and will not be discriminated
against on the grounds of race, color, or national origin in consideration for an award.
The City strictly prohibits unlawful discrimination based on an individual’s gender (regardless of
gender identity or gender expression), race, color, religion, creed, national origin, ancestry, age
40 years or older, marital status, disability, sexual orientation, genetic information, or other
characteristics protected by law. For the purpose of this policy “sexual orientation” means a
person’s actual or perceived orientation toward heterosexuality, homosexuality, and bisexuality.
Financial Services
Purchasing Division
215 N. Mason St. 2nd Floor
PO Box 580
Fort Collins, CO 80522
970.221.6775
970.221.6707
fcgov.com/purchasing
RFP 10034 Waste Stream Management Services Page 2 of 44
The City also strictly prohibits unlawful harassment in the workplace, including sexual
harassment. Further, the City strictly prohibits unlawful retaliation against a person who engages
in protected activity. Protected activity includes an employee complaining that he or she has been
discriminated against in violation of the above policy or participating in an employment
discrimination proceeding.
The City requires its Service Providers to comply with the City’s policy for equal employment
opportunity and to prohibit unlawful discrimination, harassment and retaliation. This requirement
applies to all third-party Service Providers and their subcontractors/subconsultants at every tier.
Public Viewing Copy: The City is a governmental entity subject to the Colorado Open Records
Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any proposals submitted hereunder are subject to
public disclosure by the City pursuant to CORA and City ordinances. Service Providers may
submit one (1) additional complete proposal clearly marked “FOR PUBLIC VIEWING.” In this
version of the proposal, Service Providers may redact text and/or data that it deems confidential
or proprietary pursuant to CORA. All pricing will be considered public records subject to
disclosure under CORA and as such pricing cannot be redacted from the “FOR PUBLIC
VIEWING” version of the proposal. Failure to provide a public viewing copy will be considered a
waiver of any claim of confidentiality under CORA without regard to how the applicant’s proposal
or certain pages of the proposal are marked confidential, proprietary, or similar. Such statement
does not necessarily exempt such documentation from public disclosure if required by CORA, by
order of a court of appropriate jurisdiction, or other applicable law. Generally, under CORA, trade
secrets, confidential commercial information and financial data information may not be disclosed
by the City. Proposals may not be marked “Confidential” or ‘Proprietary’ in their entirety. By
responding to this RFP, Service Provider hereby waives any and all claims for damages against
the City for the City’s good faith compliance with CORA. All provisions and pricing of any
contract resulting from this request for proposal will be public information.
Service Providers Registration: The City requires new Service Providers receiving awards from
the City to submit IRS form W-9 and requires all Service Providers to accept Direct Deposit
(Electronic) payment. If needed, the W-9 form and the Vendor Direct Deposit Authorization Form
can be found on the City’s Purchasing website at www.fcgov.com/purchasing under Vendor
Reference Documents. Please do not submit these documents with your proposal, however,
if you take exception to participating in Direct Deposit (Electronic) payments please clearly note
such in your proposal as an exception. The City may waive the requirement to participate in
Direct Deposit (Electronic) payments at its sole discretion.
Sales Prohibited/Conflict of Interest: No officer, employee, or member of City Council, shall
have a financial interest in the sale to the City of any real or personal property, equipment,
material, supplies or services where such officer or employee exercises directly or indirectly any
decision-making authority concerning such sale or any supervisory authority over the services to
be rendered. This rule also applies to subcontracts with the City. Soliciting or accepting any gift,
gratuity favor, entertainment, kickback or any items of monetary value from any person who has
or is seeking to do business with the City of Fort Collins is prohibited.
Collusive or Sham Proposals: Any proposal deemed to be collusive or a sham proposal will be
rejected and reported to authorities as such. Your authorized signature of this proposal assures
that such proposal is genuine and is not a collusive or sham proposal.
The City of Fort Collins reserves the right to reject any and all proposals and to waive any
irregularities or informalities.
RFP 10034 Waste Stream Management Services Page 3 of 44
Utilization of Award by Other Agencies: The City of Fort Collins reserves the right to allow
other state and local governmental agencies, political subdivisions, and/or school districts to
utilize the resulting award under all terms and conditions specified and upon agreement by all
parties. Usage by any other entity shall not have a negative impact on the City of Fort Collins in
the current term or in any future terms.
The selected Service Provider shall be required to sign the City’s Agreement prior to commencing
services (see sample attached to this document).
Sincerely,
Gerry Paul
Purchasing Director
RFP 10034 Waste Stream Management Services Page 4 of 44
I. GENERAL INFORMATION
The City of Fort Collins is requesting proposals from qualified Service Providers to implement
a waste management program for City offices, workplaces, and facilities that places a high
emphasis on diverting more material away from landfill disposal towards recycling, as well as
systematic reduction of the overall waste stream.
The City seeks to partner with a single entity that will coordinate trash removal and recycling
service, in order to optimize collection efficiencies and track progress toward waste reduction
goals. All proposals must include both trash and recycling services. Failure to provide a
proposal for both services will disqualify the proposal from consideration by the City. Joint
proposals between multiple service providers may be submitted as long as there is a single
lead entity that would contract with the City.
We do not consider the full potential for recycling to have been realized yet. The City is
seeking to work closely with a Service Provider who is able to draw upon a range of skills and
capabilities, including: recycling technical expertise; familiarity with industry best management
practices; and introduction of new waste reduction technologies and approaches such as in-
bin cameras that help verify volumes and check quality of recyclables.
The Service Provider is requested to assist the City in developing and implementing a more
integrated, comprehensive process of managing its waste stream which is characterized by
accurate measurement, reporting, cost efficiencies, and innovation. The City intends to allow
the Service Provider to retain payments for all recyclable commodities included in the contract.
II. SCOPE OF PROPOSAL
A. Work Requirements
1. General Requirements:
a. The Service Provider shall provide all labor, equipment, apparatus, appliances,
tools, transportation and permits as required for refuse hauling and recycling
services from outdoor collection sites and based on the schedule agreed upon
(see Exhibit A, Current Deployments), as contracted by this procurement, and to
meet future needs.
b. Service Provider shall procure all licenses, pay all charges and fees, and give all
notices necessary and incidental to the lawful fulfillment of the services to be
provided.
c. Service Provider shall provide all scales equipment and/or pay costs for measuring
and reporting material by weight as required by the City.
d. All services performed under this contract will be to the highest industry standards
for services of this type, done by those normally engaged in this type of business,
and shall also be in compliance with all applicable codes and regulations.
e. Service Provider shall comply with all City, State and Federal health,
environmental safety and fire ordinances while performing the prescribed work.
RFP 10034 Waste Stream Management Services Page 5 of 44
f. Service Provider will be held liable for any property damage resulting from the
performance of services under the contract. Multiple incidents of damage or safety
violations may be cause for termination of this contract and restrictions from future
contracts.
g. Service Provider shall designate a single point of contact (SPOC) with whom the
City will work to handle all matters related to the contract. The contact person must
hold a position that allows them to take appropriate action for immediate problem
resolution. The City shall designate a Contract Administrator who will fulfill the
same function on behalf of the City.
h. When Service Provider’s SPOC is not available (vacation/illness, out of office,
etc.), an alternate point of contact name, phone number, and email address shall
be provided to the City.
i. Service Provider shall give the City written notification of any change in the SPOC
within two (2) calendar days of the change.
j. The City requires that Service Provider’s SPOC meets with the City’s Contract
Administrator on no less than a quarterly basis to review operational performance
issues. The City reserves the right to increase this to a monthly basis at its option
in the event it is deemed warranted by the City Contract Administrator.
2. Hours of Work:
Service Provider shall work with facility managers to determine mutually agreeable
collection times for all refuse and recycling containers. Service Provider may not
collect waste or recyclables between the hours of 7:00 p.m. and 7:00 a.m. if the facility
is in, or adjacent to, a residential neighborhood or multi-family housing complex.
3. Pick-Up Requirements:
a. “Pick-up” includes emptying trash and recycling containers.
b. Pick-up service must be regularly scheduled at the appropriate frequencies to
prevent containers from overflowing.
c. Service Provider shall clean up from the grounds any trash or recyclables spilled
during the transfer process or such material in the immediate vicinity.
d. Service Provider shall provide on-call or emergency pick-up service for any
materials requested by the City within 24 hours.
e. The City shall have the right to visit and inspect any disposal or recycling sites
owned, operated or used by the Service Provider. Service Provider’s improper
dumping of materials designated on the City’s list of recyclables may be cause for
immediate contract cancellation, and possible legal action.
RFP 10034 Waste Stream Management Services Page 6 of 44
f. Service Provider shall perform in a manner that eliminates undue noise, safety
hazards or damage, and does not create unsanitary or unsightly conditions at the
pick-up sites or City facilities at large.
4. Items to be Provided by Service Provider:
a. Trash Containers: Service Provider shall at minimum furnish fixed-hinge, covered
trash containers, e.g., Dumpsters, in good condition, with appropriate locking
devices as needed, of the size and quantity required for the cubic yard or gallon
quantity listed in Exhibit D, Bid Sheet, Trash Cost Matrix.
i. Other equipment such as wheeled poly-cart containers (96-gallon, in most
cases) or compacting bins may be designated for trash collection in some
instances. All containers must be approved by the City prior to placement.
ii. Service Provider shall maintain trash containers in clean, sanitary and
serviceable condition at all times, and shall wash and sanitize containers
as needed and upon request.
iii. Service Provider shall immediately replace any malodorous, vandalized or
damaged containers.
b. Roll-Offs: Periodically, “on call” roll-off bin deliveries may be requested by
authorized City personnel for trash and/or recycling removal in excess of normal
subscription levels of trash (or recycling) service. Service Provider shall furnish
roll-off bins (e.g., 20- or 30-yd) in clean, serviceable condition and which feature
weather-resistant covers, for waste collection. Roll-off bin pricing shall be included
in Exhibit B, Bid Sheet, Roll-Off Pricing; and Exhibit C, Backup Roll-Off Hauling for
Timberline Recycling Center (TRC). Please note that Backup Roll-Off Hauling
for the TRC is a back-up contingency plan that will only be deployed in the
event of interruption to TRC’s primary hauling arrangement.
c. Recycling Containers: Service Provider shall at minimum furnish outdoor
recycling containers e.g., Dumpsters, in good condition, with appropriate locking
devices as needed, of the size and quantity required for the cubic yard or gallon
quantity listed in of the size and quantity listed in Exhibit E, Bid Sheet, Recycling
Cost Matrix.
i. Inside Recycling Containers: Service Provider is to provide indoor
recycling containers e.g., 96-gallon wheeled poly-carts with hinged
lids for recycling collection in breakroom areas.
ii. Additionally, Service Provider shall furnish appropriately sized containers
upon request as new or expanded recycling opportunities develop, material
collection strategies change, or changes in service levels are needed. This
may include but is not limited to: “Dumpsters”, cardboard cages, poly-carts
or compacting recycling bins as approved by the City.
iii. The City intends to use all outdoor collection sites; however, in the event
that an indoor location is necessary to use as a collection site for the
Service Provider when emptying recycling bins, the City will furnish indoor
recycling containers.
d. Signage: Service Provider shall furnish signage for trash and recycling containers
as provided for use in outdoor collection sites, in both English and Spanish. At a
minimum, signage should clearly identify items accepted (for recycling bins),
labeling and other means such as color-coded container lids for trash and recycling
RFP 10034 Waste Stream Management Services Page 7 of 44
bins which clearly differentiates them from one another, and contain contact
information for the Service Provider.
5. Trash Service:
a. Service Provider shall pick up refuse from municipal bin locations shown on Exhibit
A, Current Deployments, Trash & Recycling Services for disposal at Larimer
County Landfill as the default site. If you propose to use alternate sites, please
state what they are in your proposal.
b. Types of waste that will not be collected under this RFP include: hazardous
wastes, light bulbs, batteries, surplus scrap metals, appliances, refrigerators, and
electronic waste (computers & electronic equipment).
c. Service Provider shall report to the City on a monthly basis on trash volumes
picked up at each City location.
d. Trash compactors: Include the cost to deploy these at Parks and/or other locations,
and the criteria under which they become feasible.
6. Recycling Service:
a. Service Provider shall pick up recycling from municipal bin locations shown on
Exhibit A, Current Deployments, Trash & Recycling Services for single-stream
recycling of materials at the Larimer County Material Recovery Facilities (MRF)
as the default site. If you propose to use alternate sites, please state what they
are in your proposal.
b. Any recyclables collected from City facilities are to go to the Larimer County
Recycling Plant (unless an alternative processor is approved by the City’s Contract
Administrator or other designated City representative).
c. The Designated List of recyclables which, at a minimum, will be collected includes:
clear and colored glass bottles and jars, tin and aluminum cans, plastic containers
#1-7 as accepted at Larimer County MRF, mixed paper, paperboard, and
corrugated cardboard (this is the same list defined for curbside collection on the
City’s website at www.fcgov.com/recycling ).
d. Service Provider may elect to propose “dual-stream” collection for commingled
recyclables in lieu of “single-stream” as part of their proposal, at no extra cost to
the City.
e. The City desires for the Service Provider to introduce opportunities to recycle other
materials included by not limited to: packaging materials such as shrink-wrap
plastic, plastic strapping, and Styrofoam; food waste and other compostable
materials; dimensional lumber and other wood scraps; deconstruction waste such
as window glass and dry-wall; and used surplus office furniture.
f. The City is interested in opportunities to separately recycle high-value materials
such as White Office Paper. Include in your proposal how you would deploy this or
any other future opportunities.
RFP 10034 Waste Stream Management Services Page 8 of 44
g. Service Provider shall advise the City of opportunities to utilize zero-waste
management for special events, etc.
h. Service Provider may keep all recycling payments, and shall report to the City on
a monthly basis: amounts of payments received for each recyclable commodity,
and, processing plants or brokerage agencies from which payments are received.
7. Reporting and Billing Requirements:
a. The City requires accurate measurements of trash (landfill) material and recyclable
material collected from municipal locations to be taken, and reported, on a monthly
basis.
b. The Volumes Report must be submitted in a mutually agreed upon electronic
format, such as Excel, no later than the fifteenth (15th) of the month (for the
preceding month’s data) to the City’s Contract Administrator. The Volumes Report
shall also reflect monthly charges per account and provide the underlying
calculations for the conversion factor from volumes to weights.
c. Service Provider must provide a monthly Exceptions Report to the City’s
designated Contract Administrator that lists, by department and location, any extra
service requests for trash removal and/or recycling beyond the normal service level
to which that department or location subscribes.
d. Service Provider shall provide a single monthly billing statement to the City’s
Accounts Payable Department at invoices@fcgov.com that itemizes service fees
for each collection location’s normal “subscription” service level, listed by the
appropriate location and account number. A copy of the monthly statement is to
be provided to the City’s designated Contract Administrator.
e. In addition, Service Provider will provide a separate, itemized bill to Accounts
Payable at invoices@fcgov.com for any extra services rendered, by department
and location. A copy of this is to be provided to the City’s designated Contract
Administrator.
f. The City reserves the right to withhold payment for missed or skipped pickups.
8. Resource Management Services:
a. Service Provider shall identify any sorting and contamination issues and provide
prompt feedback to the City on reported contamination issues, by department
and/or location, to the Contract Administrator. Service Provider shall provide
pictures of any recycling contamination issues to the City’s Contract Administrator.
b. Service Provider is to inform the City how it proposes to help the City to reach its
Zero Waste/Climate/Sustainability/Transportation Goals as part of your Proposal.
Service Provider shall also submit an annual report to the City’s Contract
Administrator detailing their progress in these areas:
i. What are your plans within the next five years to incorporate alternative fuel
collection trucks (i.e. compressed natural gas (CNG), electric, etc.)
RFP 10034 Waste Stream Management Services Page 9 of 44
ii. What are your plans within the next five years to collect food waste and/or
to support commercial composting?
iii. What innovations and supporting technologies do you have planned within
the next five years to help the City reduce its volume of trash generated,
increase the ratio of recycle to trash, and to move toward becoming a Zero
Waste operation?
iv. Tell us about your capability to facilitate site-specific trash and/or recycling
audits for selected City facilities.
c. The City is interested in smart metering technology that can tell the driver if the
bin is full, half-full, or empty. Tell us about any plans you have to employ or acquire
this technology within the next five years.
d. Gainsharing Incentives:
i. Tell us about your plans for resource efficiency improvements to yield
savings from areas including, but not limited to: avoided hauling costs,
avoided disposal costs, or other cost savings opportunities or initiatives.
ii. Propose a gain sharing split between the offeror and the City for savings
realized; so both parties share incentives for operational improvements.
9. Additional Information:
a. The City intends to award a contract with a one-year term, renewable for up to four
additional one-year terms. The City will consider awarding a non-cancelable
contract with a five-year term in the event an extended term provides more
advantageous pricing. All prices are to be firm fixed prices, inclusive of all
applicable taxes, fees, surcharges, etc. NO additional charges or fees
(administrative, environmental, late charges, fuel surcharges, Recycling
Contamination Fees, etc.) will be allowed.
b. In addition, the City of Fort Collins allows other Public Agencies the
opportunity to purchase off the Award for this Bid, at the option of the
Awarded Vendor(s). Other public agencies that are members of the Colorado
Multiple Assembly of Procurement Officials (MAPO) and/or the Colorado
Educational Purchasing Council (CEPC) cooperative purchasing groups, and
other public agencies that may have a desire to participate in any resulting awards
as a potential cooperative user.
B. Anticipated Schedule
The following represents the City’s target schedule for the RFP. The City reserves the
right to amend the target schedule at any time.
• RFP issuance: February 7, 2025
• Question deadline: 3:00 PM MT on February 21, 2025
• Final Addendum Issued: February 26, 2025
• Proposal due date: 3:00 PM MT on March 7, 2025
• Interviews (tentative): Week of March 24, 2025
• Award of Contract (tentative): April 18, 2025
RFP 10034 Waste Stream Management Services Page 10 of 44
C. Interviews
In addition to submitting a written proposal, the top-rated Service Providers may be
interviewed by the RFP assessment team and asked to participate in an oral presentation
to provide an overview of the company, approach to the project and to address questions.
The evaluation criteria for the oral interviews will be the same as the criteria for the written
evaluations and is included in Section IV.
Instead of traditional in-person interviews for the optional interview session, the City may
opt to use alternate methods including, but not limited to remote interviews through a
platform such as Microsoft Teams or Zoom.
D. Subcontractors
Service Provider will be responsible for identifying any subcontractors in their proposal.
Please note that the City will contract solely with the awarded Service Provider; therefore,
subcontractors will be the responsibility of the Service Provider.
E. Current standards
All work and/or materials must meet current standards in force by recognized technical
and professional societies, trade and materials supply associations, institutes and
organizations, bureaus and testing laboratories, and national, federal, state, county, and
local laws, codes and ordinances.
F. Fees, Licenses, Permits
The successful Service Provider shall be responsible for obtaining any necessary
licenses, fees or permits without additional expense to the City. All vehicles and equipment
shall be properly licensed and insured, carry the appropriate permits and be placarded as
required by law.
G. Laws and Regulations
The Service Provider agrees to comply fully with all applicable local, State of Colorado
and Federal laws and regulations and municipal ordinances to include American
Disabilities Act (ADA).
H. Invoicing and Payment
Invoices are to be emailed monthly to invoices@fcgov.com with a copy to the City’s
Contract Administrator. The cost of the work completed shall be paid to the Service
Provider each month following the submittal of a correct invoice by the Service Provider.
Currently the trash & recycling contract bill is a single monthly bill with the service address
listed; that way if a new account appears it is much easier for Accounts Payable to track
down the responsible department. It is the City’s preference that this method of billing be
continued by the awarded Service Provider.
Payments will be made using the prices stated in the Agreement. In the event a service
is requested which is not stated in the Agreement, the Service Provider and the City will
negotiate an appropriate unit price for the service prior to the Service Provider initiating
such work.
The City pays invoices on Net 30 terms.
RFP 10034 Waste Stream Management Services Page 11 of 44
III. PROPOSAL SUBMITTAL
Please limit the total length of your proposal to a maximum of fifty (50) 8 ½ x 11” pages
(excluding cover pages, table of contents, dividers and Acknowledgement form). Font shall
be a minimum of 10 Arial and margins are limited to no less than .5” for sides and top/bottom.
Extended page sizes, such as 11” x 17”, count as a single page and may be used for detailed
pricing. Links to other files or websites shall not be permitted. Proposals that do not conform
to these requirements may be rejected.
Service Providers are required to provide detailed written responses to the following items in
the order outlined below. The responses shall be considered technical offers of what Service
Providers propose to provide and shall be incorporated in the contract award as deemed
appropriate by the City. A proposal that does not include all the information required may be
deemed non-responsive and subject to rejection.
Responses must include all the items in the order listed below. It is suggested that the Service
Providers include each of the City’s questions with their response.
The City of Fort Collins shall not reimburse any firm for costs incurred in the preparation and
presentation of their proposal.
A. Cover Letter / Executive Summary
The Executive Summary should highlight the content of the proposal and features of the
program offered, including a general description of the program and any unique aspects
or benefits provided by your firm.
Indicate your availability to participate in the interviews/demonstrations on the proposed
dates as stated in the Schedule section.
B. Service Provider/Professional Information
1. Describe the Service Provider’s business and background
2. Number of years in the business
3. Details about ownership
4. An overview of services offered and qualifications
5. Size of the firm
6. Location(s) of offices. If multiple, please identify which will be the primary for our
account.
7. Primary contact information for the company including contact name(s) and title(s),
mailing address(s), phone number(s), and email address(s).
C. Scope of Proposal
1. Provide a detailed narrative of the services proposed if awarded the contract per the
scope above. The narrative should include any options that may be beneficial for the
City to consider.
2. Describe how the project would be managed and who would have primary
responsibility for its timely and professional completion.
3. Briefly describe the approach to execute the scope of work to include the methods and
assumptions used, and any exceptions and/or risks.
RFP 10034 Waste Stream Management Services Page 12 of 44
4. Describe the methods and timeline of communication your firm will use with the City’s
Contract Administrator and other parties. Please note any exceptions to the reporting
requirements in paragraph 7, Reporting and Billing Requirements of the scope.
5. Include a description of the software, analysis tools, and other innovative technology
such as smart metering either utilized or planned for the near future.
6. Briefly address each element of paragraph 8, Resource Management Services of the
scope to describe current practices and future plans.
7. Provide a high-level implementation schedule for deployment of the equipment and
time required to start-up services should you be awarded the contract.
8. Identify what portion of work, if any, may be subcontracted or outsourced to
subcontractors. Include all applicable information herein requested for each Service
Provider.
9. Is the project team available to attend meetings as required by the Scope of Work?
D. Firm Capability and Assigned Personnel
Provide relevant information regarding previous experience related to this or similar
projects, to include the following:
1. Provide an Organization Chart/Proposed Project Team: An organization chart
containing the names of all key personnel and subconsultants with titles and their
specific task assignment for this Agreement shall be provided in this section.
2. Provide resumes for the SPOC and other senior staff to be assigned to the project,
including partners, subconsultants, and subcontractors. Please limit resumes to one
page.
3. A list of qualifications for your firm and qualifications and experience of the specific
staff members proposed to perform the services described above.
4. References. Provide a minimum of three similar projects with public agencies in the
last 5 years that have involved the staff and subcontractors proposed to work on this
project. Include the owner’s name, title of project, beginning price, ending price,
contact name, email and phone number, subcontractors on the team and a brief
description of the work and any change orders. The Service Provider authorizes the
City to verify any and all information contained herein and hereby releases all those
concerned providing information as a reference from any liability in connection with
any information provided.
5. Provide any information that distinguishes Service Provider from its competition and
any additional information applicable to this RFP that might be valuable in assessing
Service Provider’s proposal.
E. Sustainability/TBL Methodology
In concise terms (no more than two pages), please describe your organization’s
commitment to sustainability and supporting values.
Each element of the TBL sustainability criteria will receive equal consideration in
determining the final Sustainability/TBL score.
1. Address how your firm strives to incorporate all three aspects (social, environmental,
and economic) of Triple Bottom Line (TBL) sustainable practices into the workplace.
RFP 10034 Waste Stream Management Services Page 13 of 44
Provide examples along with any metrics used to measure success within your firm.
2. Also provide examples of how your firm has incorporated all three aspects of TBL
sustainable practices in previous similar projects on which your firm has been the
prime Service Provider/Professional.
Some examples are provided below:
a. Environmental – Experience delivering projects / programs focused on
environmental health priorities in the areas of climate resiliency, water quality and
watershed protection, regulatory performance, management systems, air quality,
renewable energy, sustainable building and design, construction materials
management, and solid waste reduction.
b. Economic – Experience working and delivering projects with an emphasis on
strategic financial planning, job creation, business development, asset
management, various project delivery methods, value engineering, regional
partnerships, transparency, stakeholder engagement, strategic investments, aging
infrastructure, repurposing of existing facilities, and competing financial priorities.
c. Social - Experience working and delivering projects, programs, and/or initiatives
that support Equity, Diversity, and Inclusion throughout your firm’s workplace,
including leadership, and supply chain. Examples of this may be demonstration of
working within cultural and language gaps, development of diversity programs,
diverse project teams, equitable opportunity vendor supply chain, and how your
firm has applied an equity lens to processes such as recruitment, hiring,
purchasing, career pathways, salaries, and staff engagement.
F. Cost
In your response to this proposal, please provide pricing by completing the below Exhibits.
Please also address any cost savings that can be offered in the event the City elected to
award a five-year non- cancelable contract.. Electronic copies of the Exhibits are also
posted on BidNet, for your convenience:
1. Exhibit A Current Deployments: THIS IS FOR YOUR INFORMATION ONLY TO
SHOW CURRENT DEPLOYMENT LOCATIONS AND SCHEDULE.
2. Exhibit B Roll-Off Pricing.
3. Exhibit C Roll-Off Backup-Hauling Costs for Timberline Recycling Center (TRC).
Please note that Backup Roll-Off Hauling for the TRC is a back-up contingency
plan that will only be deployed in the event of interruption to TRC’s primary
hauling arrangement.
4. Exhibit D Trash Cost Pricing Matrix for the locations in Exhibit A.
5. Exhibit E Recycle Cost Pricing Matrix for the locations in Exhibit A.
6. Provide proposed annual price increases expressed as a percentage for years 2
through 5, for both an annual contract and a five-year non-cancelable contract.
G. Sample Agreement
Included with this request for proposals is a sample Agreement that the City intends to
use for obtaining the services of the Service Provider. The Service Provider is required to
review this Agreement and indicate any objections to the terms of the contract. If revisions
to the contractual terms are requested, provide suggested revisions.
RFP 10034 Waste Stream Management Services Page 14 of 44
H. Acknowledgement
The Acknowledgement form is attached as Section V. Complete the attached form
indicating the Service Provider hereby acknowledges receipt of the City of Fort Collins
Request for Proposal and acknowledges that the Service Provider has read and agrees
to be fully bound by all of the terms, conditions and other provisions set forth in the RFP.
RFP 10034 Waste Stream Management Services Page 15 of 44
IV. REVIEW AND ASSESSMENT CRITERIA
A. Proposal and Interview Criteria
Service Providers will be evaluated on the following criteria. This set of criteria will be the
basis for review and assessment of the written proposals and optional interview session.
At the discretion of the City, interviews of the top-rated Service Providers may be
conducted.
The rating scale shall be from 1 to 10, a rating of 1 doesn’t meet minimum requirements,
a rating of 5 means the category fulfills the minimum requirements, and 10 exceeds
minimum requirements in that category.
WEIGHTING
FACTOR CATEGORY STANDARD QUESTIONS
3.0 Scope of Proposal
Does the proposal address all elements of the
RFP? Does the proposal show an
understanding of the project objectives,
methodology to be used and results/outcomes
required by the project? Are there any
exceptions to the specifications, Scope of Work,
or agreement? Is the project team available to
attend meetings as required by the Scope of
Work? Will the firm’s proposal help the City to
reach its Zero Waste, Climate, Sustainability,
Transportation Goals?
2.0 Firm Capability &
Assigned Personnel
Does the firm have the resources, financial
strength, capacity and support capabilities
required to successfully complete the project on-
time and in-budget? Has the firm successfully
completed previous projects of this type and
scope? Do the persons who will be working on
the project have the necessary skills and
qualifications? Are sufficient people of the
requisite skills and qualifications assigned to the
project?
1.0 Sustainability/TBL
Methodology
Does the firm demonstrate a commitment to
Sustainability and incorporate Triple Bottom Line
methodology in both their Scope of Work for the
project, and their day-to-day business operating
processes and procedures?
Does the firm demonstrate a commitment to all
three aspects (social, environmental, and
economic) of the Triple Bottom Line (TBL)
methodology of sustainability for this project and
in their company value system as evidenced by
their day-to-day business operating processes,
practices and procedures?
RFP 10034 Waste Stream Management Services Page 16 of 44
WEIGHTING
FACTOR CATEGORY STANDARD QUESTIONS
4.0 Cost
Does the proposal include detailed cost break-
down for each cost element as applicable and
are the line-item costs competitive?
RFP 10034 Waste Stream Management Services Page 17 of 44
V. ACKNOWLEDGEMENT
This form may not be redlined and must be submitted with your proposal. Failure to adhere
to these requirements may result in your proposal being rejected.
Service Provider hereby acknowledges receipt of the City of Fort Collins Request for
Proposal and acknowledges that it has read and agrees to be fully bound by all of the terms,
conditions and other provisions set forth in the RFP 10034 WASTE STREAM MANAGEMENT
SERVICES and sample Agreement except as otherwise noted. Additionally, Service Provider
hereby makes the following representations to City:
a. All of the statements and representations made in this proposal are true to the best of the
Service Provider’s knowledge and belief.
b. Service Provider commits that it is able to meet the terms provided in this proposal.
c. This proposal is a firm and binding offer, for a period of 90 days from the date hereof.
d. Service Provider further agrees that the method of award is acceptable.
e. Service Provider also agrees to complete the proposed Agreement with the City of Fort
Collins within 10 days of notice of award. If contract is not completed and signed within
10 days, City reserves the right to cancel and award to the next highest rated firm.
f. Service Provider acknowledges receipt of addenda.
g. Service Provider acknowledges no conflict of interest.
h. Service Provider acknowledges that the City is a governmental entity subject to the
Colorado Open Records Act, C.R.S. §§ 24-72-200.1 et seq. (“CORA”). Any proposals
submitted hereunder are subject to public disclosure by the City pursuant to CORA and
City ordinances. Service Providers may submit one (1) additional complete proposal
clearly marked “FOR PUBLIC VIEWING.” In this version of the proposal, Service
Providers may redact text and/or data that it deems confidential or proprietary pursuant to
CORA. All pricing will be considered public records subject to disclosure under CORA
and as such pricing cannot be redacted from the “FOR PUBLIC VIEWING” version of the
proposal. Failure to provide a public viewing copy will be considered a waiver of any claim
of confidentiality under CORA without regard to how the applicant’s proposal or certain
pages of the proposal are marked confidential, proprietary, or similar. Such statement
does not necessarily exempt such documentation from public disclosure if required by
CORA, by order of a court of appropriate jurisdiction, or other applicable law. Generally,
under CORA, trade secrets, confidential commercial information and financial data
information may not be disclosed by the City. Proposals may not be marked “Confidential”
or ‘Proprietary’ in their entirety. By responding to this RFP, Service Provider hereby waives
any and all claims for damages against the City for the City’s good faith compliance with
CORA. All provisions and pricing of any contract resulting from this request for
proposal will be public information.
Legal Firm Name:
Physical Address:
Remit to Address:
Phone:
RFP 10034 Waste Stream Management Services Page 18 of 44
Name of Authorized Agent of Firm:
Signature of Authorized Agent:
Primary Contact for Project:
Title: Email Address:
Phone: Cell Phone:
NOTE: ACKNOWLEDGMENT IS TO BE SIGNED & RETURNED WITH YOUR PROPOSAL.
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 19 of 44
VI. SAMPLE AGREEMENT (FOR REFERENCE ONLY – DO NOT SIGN )
SERVICES AGREEMENT
This SERVICES AGREEMENT (AGREEMENT) made and entered into the day and year
set forth in the Agreement Period section below by and between the CITY OF FORT COLLINS,
COLORADO, a Colorado Municipal Corporation, (CITY) and , a(n) [enter state] [business
type], (SERVICE PROVIDER).
WITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows:
1. Scope of Services. The SERVICE PROVIDER agrees to provide Services in accordance
with the Scope of Services (Services) attached hereto as Exhibit A, consisting of [# of Pages]
and incorporated herein. Irrespective of references to named third parties in this
AGREEMENT and its Exhibits, the SERVICE PROVIDER shall be solely responsible for
performance of all duties hereunder.
2. Project Schedule. The Services to be performed pursuant to this AGREEMENT shall be
performed in accordance with the Project Schedule attached hereto as Exhibit [choose one],
consisting of [# of Pages], and incorporated herein.
3. Changes. The CITY may, at any time during the term of the AGREEMENT, make changes
to the AGREEMENT. Such changes shall be agreed upon in writing by the parties.
4. Agreement Period. This AGREEMENT shall commence , 20 (the Effective
Date) and shall continue in full force and effect until , 20 , unless sooner
terminated as herein provided. In addition, at the option of the CITY, the AGREEMENT may
be extended for additional one-year periods not to exceed [choose one] additional one-year
period(s). Renewals and pricing changes shall be negotiated by and agreed to by both
parties only at the time of renewal. [Any price changes shall not exceed percent (%)
per annual renewal]. Written notice of renewal shall be provided to the SERVICE
PROVIDER no later than thirty (30) days prior to AGREEMENT end.
5. Early Termination by CITY. Notwithstanding the time periods contained herein, the CITY
may terminate this AGREEMENT at any time without cause or penalty by providing at least
ten (10) calendar days written notice of termination to the SERVICE PROVIDER.
In the event of early termination by the CITY, the SERVICE PROVIDER shall be paid for
Services rendered to the date of termination, subject only to the satisfactory performance of
the SERVICE PROVIDER's obligations under this AGREEMENT. SERVICE PROVIDER
shall submit a final invoice within ten (10) calendar days of the effective date of termination.
Payment shall be the SERVICE PROVIDER's sole right and remedy for such termination.
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 20 of 44
6. Notices. All notices provided under this AGREEMENT shall be effective immediately when
emailed or three (3) business days from the date of the notice when mailed to the following
addresses:
SERVICE PROVIDER: CITY: Copy to:
Attn:
Email Address
City of Fort Collins
Attn:
PO Box 580
Fort Collins, CO 80522
Email Address
City of Fort Collins
Attn: Purchasing Dept.
PO Box 580
Fort Collins, CO 80522
purchasing@fcgov.com
All notices under this AGREEMENT shall be written.
7. Compensation. In consideration of the Services to be performed pursuant to this
AGREEMENT, the CITY agrees to pay the SERVICE PROVIDER [on a time and
reimbursable direct cost basis] [a fixed fee in the amount of ???? ($????)] [a fixed fee in the
amount of ???? ($????) plus reimbursable direct costs, wherein all such fees and costs
shall not exceed ???? ($????)] in accordance with Exhibit [choose one], consisting of [# of
Pages], attached and incorporated herein. Monthly partial payments based upon the
SERVICE PROVIDER's billings and itemized statements are permissible. The amounts of
all such partial payments shall be based upon the SERVICE PROVIDER's CITY-verified
progress in completing the Services to be performed pursuant hereto and upon the CITY's
approval of the SERVICE PROVIDER's actual reimbursable expenses. Final payment shall
be made following acceptance by the CITY of the Services.
Invoices shall be emailed to invoices@fcgov.com with a copy to the CITY Project Manager.
The cost of the Services completed shall be paid to the SERVICE PROVIDER following the
submittal of a correct itemized invoice by the SERVICE PROVIDER. The CITY is exempt
from sales and use tax. The CITY’s Certificate of Exemption license number is
09804502. A copy of the license is available upon written request.
The CITY pays undisputed invoices on Net 30 days from the date of the invoice submittal
to the CITY or, for disputed invoices, Net 30 days from the date of CITY Project Manager’s
approval.
8. Design and Service Standards. The SERVICE PROVIDER warrants and shall be
responsible for the professional quality, technical accuracy, accessibility requirements under
ADA and Public Accommodations and Technology Accessibility sections below, timely
completion and the coordination of all Services rendered by the SERVICE PROVIDER, and
the Project Instruments as defined in the Project Instruments and License section below.
The SERVICE PROVIDER shall, without additional compensation, promptly remedy and
correct any errors, omissions, or other deficiencies from such standards.
9. Indemnification. The SERVICE PROVIDER shall indemnify, defend, and hold harmless the
CITY and its officers and employees, to the maximum extent permitted under Colorado law,
against and from any and all actions, suits, claims, demands, or liability of any character
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 21 of 44
whatsoever claimed by the SERVICE PROVIDER or third parties against the CITY arising
out of or related to this AGREEMENT (including but not limited to contract, tort, intellectual
property, accessibility, or otherwise). This obligation extends to reimbursement of the
CITY's defense costs and reasonable attorney’s fees.
10. Insurance. The SERVICE PROVIDER shall maintain insurance in accordance with Exhibit
[choose one] consisting of [# of Pages], attached and incorporated herein.
11. Appropriation. To the extent this AGREEMENT or any provision in it. requires payment of
any nature in fiscal years subsequent to the current fiscal year and constitutes a multiple
fiscal year debt or financial obligation of the CITY, it shall be subject to annual appropriation
by Fort Collins City Council as required in Article V, Section 8(b) of the City Charter, City
Code Section 8-186, and Article X, Section 20 of the Colorado Constitution. The CITY shall
have no obligation to continue this AGREEMENT in any fiscal year for which there are no
pledged cash reserves or supporting appropriations pledged irrevocably for purposes of
payment obligations herein. Non-appropriation by the CITY shall not be construed as a
breach of this AGREEMENT.
12. Project Instruments and License.
a. Upon execution of this AGREEMENT, the SERVICE PROVIDER grants to the CITY an
irrevocable, unlimited and royalty free license to use any and all sketches, drawings, as-
builts, specifications, designs, blueprints, data files, calculations, studies, analysis,
renderings, models, plans, reports, and other deliverables (Project Instruments), in any
form whatsoever and in any medium expressed, for purposes of constructing, using,
maintaining, altering and adding to the project, provided that the CITY substantially
performs its obligations under the AGREEMENT. The license granted hereunder
permits the CITY and third parties reasonably authorized by the CITY to reproduce
applicable portions of the Project Instruments for use in performing the Services or
construction for the project. In addition, the license granted hereunder shall permit the
CITY and third parties reasonably authorized by the CITY to reproduce and use the
Project Instruments for similar projects, provided however, in such event the SERVICE
PROVIDER shall not be held responsible for the design to the extent the CITY deviates
from the Project Instruments. This license shall survive termination of the
AGREEMENT by default or otherwise.
b. Upon payment of each invoice, associated Project Instruments rendered by the
SERVICE PROVIDER shall become the CITY’s property. The SERVICE PROVIDER
shall provide the CITY with the Project Instruments in electronic format in a mutually
agreed upon file type.
13. CITY Project Manager. The CITY will designate, before commencement of the Services, the
CITY Project Manager who will make, within the scope of their authority, all necessary and
proper decisions with reference to the Services provided under this AGREEMENT. All
requests for contract interpretations, change order, and other clarification or instruction shall
be directed to the CITY Project Manager.
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 22 of 44
The initial CITY Project Manager for this AGREEMENT is [Enter Name] and can be reached
at [Enter Email] or [Enter Phone]. The CITY Project Manager is subject to change by the
CITY.
14. Project Status Report. Project status reports may be required by Exhibit A – Scope of
Services and shall be submitted to the CITY Project Manager. Failure to provide any
required status report may result in the suspension of the processing of any invoice.
15. Independent Contractor. The Services to be performed by the SERVICE PROVIDER are
those of an independent contractor and not of an employee of the CITY. The CITY shall not
be responsible for withholding or remitting any portion of SERVICE PROVIDER's
compensation hereunder or any other amounts on behalf of SERVICE PROVIDER for the
payment of FICA, Workmen's Compensation, unemployment insurance, other taxes or
benefits or for any other purpose.
16. Personal Services. It is understood that the CITY enters into the AGREEMENT based on
the special abilities of the SERVICE PROVIDER and that this AGREEMENT shall be
considered as an AGREEMENT for personal services. Accordingly, the SERVICE
PROVIDER shall neither assign any responsibilities nor delegate any duties arising under
the AGREEMENT without the prior written consent of the CITY.
17. Subcontractors/Subconsultants. SERVICE PROVIDER may not subcontract any of the
Services without the prior written consent of the CITY, which shall not be unreasonably
withheld. If any of the Services are subcontracted hereunder (with the consent of the CITY),
then the following provisions shall apply:
a. the subcontractor must be a reputable, qualified firm with an established record of
successful performance in its respective trade performing identical or substantially
similar work;
b. the subcontractor will be required to comply with all applicable terms of this
AGREEMENT;
c. the subcontract will not create any contractual relationship between any such
subcontractor and the CITY, nor will it obligate the CITY to pay or see to the payment of
any subcontractor; and
d. the work of the subcontractor will be subject to inspection by the CITY to the same extent
as the work of the SERVICE PROVIDER.
The SERVICE PROVIDER shall require all subcontractor/subconsultants performing
Service(s) hereunder to maintain insurance coverage naming the CITY as an additional
insured under this AGREEMENT in accordance with Exhibit [choose one]. The SERVICE
PROVIDER shall maintain a copy of each subcontractor’s/subconsultant’s certificate
evidencing the required insurance. Upon request, the SERVICE PROVIDER shall provide
the CITY with a copy of the certificate(s) within two (2) business days.
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 23 of 44
The SERVICE PROVIDER shall be responsible for any liability directly or indirectly arising
out of the Services performed under this AGREEMENT by a subcontractor/subconsultant,
which liability is not covered by the subcontractor/subconsultant's insurance.
18. Acceptance Not Waiver. The CITY's approval of Project Instruments furnished hereunder
shall not in any way relieve the SERVICE PROVIDER of responsibility for the quality or
technical accuracy of the Services. The CITY’S approval or acceptance of, or payment for
any of the Services shall not be construed to operate as a waiver of any rights or benefits
provided to the CITY under this AGREEMENT.
19. Warranty.
a. SERVICE PROVIDER warrants that all Services performed hereunder shall be
performed with the highest degree of competence and care in accordance with accepted
standards for Services of a similar nature.
b. Unless otherwise provided in the AGREEMENT, all materials and equipment
incorporated into any Services shall be new and, where not specified, of the most
suitable grade of their respective kinds for their intended use, and all Services must be
of a quality acceptable to CITY.
c. SERVICE PROVIDER warrants all equipment, materials, labor and other Services,
provided under this AGREEMENT, except CITY-furnished materials, equipment and
labor, against defects and nonconformances in design, materials and Service quality for
the original manufacturer’s warranty term or a period beginning with the start of the
Services and ending twelve (12) months from and after final acceptance under the
AGREEMENT, whichever is time is longer, regardless of whether the same were
furnished or performed by SERVICE PROVIDER or by any of its subcontractors of any
tier. Upon receipt of written notice from the CITY of any such defect or
nonconformances, the affected item or part thereof shall be redesigned, repaired or
replaced by SERVICE PROVIDER in a manner and at a time acceptable to CITY.
20. Default. Each and every term and condition hereof shall be deemed to be a material element
of this AGREEMENT. In the event either party should fail or refuse to perform according to
the terms of this AGREEMENT, that party may be declared in default upon notice.
21. Remedies. In the event a party has been declared in default, that defaulting party shall be
allowed a period of ten (10) calendar days from the date of notice within which to cure said
default. In the event the default remains uncorrected, the party declaring default may elect
to:
a. terminate the AGREEMENT and seek damages;
b. treat the AGREEMENT as continuing and require specific performance; or
c. avail themselves of any other remedy at law or equity.
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 24 of 44
In the event of a dispute between the parties regarding this AGREEMENT, each party shall
bear its own attorney fees and costs, except as provided for in the Indemnification and
Technology Accessibility sections.
22. Entire Agreement; Binding Effect; Authority to Execute. This AGREEMENT, along with all
Exhibits and other documents incorporated herein, shall constitute the entire AGREEMENT
of the parties regarding this transaction and the matter recited herein. This AGREEMENT
supersedes any prior agreements, promises, or understandings as to the matter recited
herein. The AGREEMENT shall be binding upon said parties, their officers, employees,
agents and assigns and shall inure to the benefit of the respective survivors, heirs, personal
representatives, successors and assigns of said parties. Covenants or representations not
contained in this AGREEMENT shall not be binding on the parties. In the event of a conflict
between terms of the AGREEMENT and any exhibit or attachment, the terms of the
AGREEMENT shall prevail. Each person executing this AGREEMENT affirms that they
have the necessary authority to sign on behalf of their respective party and to bind such
party to the terms of this AGREEMENT.
23. Law/Severability. The laws of the State of Colorado and the City of Fort Collins Charter and
Municipal Code shall govern the construction, interpretation, execution, and enforcement of
this AGREEMENT—without regard to choice of law or conflict of law principles. The Parties
further agree that Larimer County District Court is the proper venue for all disputes. If the
CITY subsequently agrees in writing that the matter may be heard in federal court, venue
will be in U.S. District Court for the District of Colorado. In the event any provision of this
AGREEMENT shall be held invalid or unenforceable by any court of competent jurisdiction,
that holding shall not invalidate or render unenforceable any other provision of this
AGREEMENT.
24. Use by Other Agencies. The CITY reserves the right to allow other state and local
governmental agencies, political subdivisions, and/or school districts (collectively Agency)
to use the CITY’s award determination to the SERVICE PROVIDER. Use by any other
Agency shall not have a negative impact on the CITY in the current term or in any future
terms. Nothing herein shall be deemed to authorize or empower the Agency to act as an
agent for the CITY in connection with the exercise of any rights hereunder, and neither party
shall have any right or authority to assume or create any obligation or responsibility on behalf
of the other. The other Agency shall be solely responsible for any debts, liabilities, damages,
claims or expenses incurred in connection with any agreement established between them
and the SERVICE PROVIDER. The CITY’s concurrence hereunder is subject to the
SERVICE PROVIDER’s commitment that this authorization shall not have a negative impact
on the Services to be completed for the CITY.
Prohibition Against Unlawful Discrimination. The SERVICE PROVIDER acknowledges that
the CITY, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78
Stat. 252, 42 US.C. § 2000d to 2000d-4); C.R.S. § 24-34-401, and any associated State or
Federal laws and regulations strictly prohibits unlawful discrimination based on an
individual’s gender (regardless of gender identity or gender expression), race, color, religion,
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 25 of 44
creed, national origin, ancestry, age 40 years or older, marital status, disability, sexual
orientation, genetic information, or other characteristics protected by law. Pursuant to CITY
policy “sexual orientation” means a person’s actual or perceived orientation toward
heterosexuality, homosexuality, and bisexuality. The CITY also strictly prohibits unlawful
harassment in the workplace, including sexual harassment. Further, the CITY strictly
prohibits unlawful retaliation against a person who engages in protected activity. Protected
activity includes an employee complaining that he or she has been discriminated against in
violation of the above policy or participating in an employment discrimination proceeding.
The SERVICE PROVIDER shall comply with the CITY’s policy for equal employment
opportunity and to prohibit unlawful discrimination, harassment and retaliation. This
requirement applies to all third-party vendors and their subcontractors at every tier.
25. ADA and Public Accommodations. In performing the Services required hereunder, the
SERVICE PROVIDER agrees to meet all requirements of the Americans with Disabilities
Act of 1990, C.R.S. § 24-85-101, and all applicable rules and regulations (ADA), and all
applicable Colorado public accommodation laws, which are imposed directly on the
SERVICE PROVIDER or which would be imposed on the CITY as a public entity.
26. Technology Accessibility. The SERVICE PROVIDER represents that the Project
Instruments hereunder, shall fully comply with all applicable provisions of C.R.S. §
24-85-101, and the Accessibility Standards for Individuals with a Disability, as established
by the State of Colorado Governor’s Office of Information Technology (OIT) pursuant to
C.R.S. § 24-85-103 (2.5), including all updates and amendments to those standards as
provided by the OIT. The SERVICE PROVIDER shall also comply with all State of Colorado
technology standards related to technology accessibility and with Level AA of the most
current version of the Web Content Accessibility Guidelines (WCAG), incorporated in the
State of Colorado technology standards.
To confirm that the Project Instruments meet these standards, the SERVICE PROVIDER
may be required to demonstrate compliance. The SERVICE PROVIDER shall indemnify,
save, and hold harmless the CITY against any and all costs, expenses, claims, damages,
liability, court awards and other amounts (including attorneys’ fees and related costs)
incurred by the CITY in relation to the SERVICE PROVIDER’s failure to comply with C.R.S.
§ 24-85-101, or the Accessibility Standards for Individuals with a Disability as established
by OIT pursuant to C.R.S. § 24-85-103 (2.5).
The CITY may require the SERVICE PROVIDER’s compliance to the State’s Accessibility
Standards to be determined by a third party selected by the CITY to attest to the Project
Instruments and software compliance with C.R.S. § 24-85-101, and the Accessibility
Standards for Individuals with a Disability as established by OIT pursuant to C.R.S. §
24-85-103 (2.5).
27. Data Privacy. SERVICE PROVIDER will comply with all applicable data privacy regulations
and laws, specifically including Colorado’s Privacy Act, C.R.S § 6-1-1301 (the Privacy Act).
SERVICE PROVIDER shall ensure that each person processing any personal data
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 26 of 44
connected to the Services is subject to a duty of confidentiality with respect to the data. If
applicable, SERVICE PROVIDER shall require that any subcontractors meet the obligations
of SERVICE PROVIDER with respect to any personal data connected to this AGREEMENT.
The Parties agree that upon termination of the Services that SERVICE PROVIDER shall, at
the CITY’s choice, delete or return all personal data to the CITY unless retention of the
personal data is required by law. SERVICE PROVIDER shall make available to the CITY all
information necessary to demonstrate compliance with the obligations of the Privacy Act.
SERVICE PROVIDER shall allow for, and contribute to, reasonable audits and inspections
by the CITY or the CITY’s designated auditor.
28. Governmental Immunity Act. No term or condition of this AGREEMENT shall be construed
or interpreted as a waiver, express or implied, of any of the notices, requirements,
immunities, rights, benefits, protections, limitations of liability, and other provisions of the
Colorado Governmental Immunity Act, C.R.S. § 24-10-101, and under any other applicable
law.
29. Colorado Open Records Act. The SERVICE PROVIDER acknowledges the CITY is a
governmental entity subject to the Colorado Open Records Act, C.R.S. § 24-72-201
(CORA), and documents in the CITY’s possession may be considered public records subject
to disclosure under the CORA.
30. Delay. Time is of the essence. Subject to Force Majeure , if the SERVICE PROVIDER is
temporarily delayed in whole or in part from performing its obligations, then the SERVICE
PROVIDER shall provide written notice to the CITY within two (2) business days defining
the nature of the delay. Provision of written notice under this Section shall not operate as a
waiver of any rights or benefits provided to the CITY under this AGREEMENT.
31. Force Majeure. No Party hereto shall be considered in default in the performance of an
obligation hereunder to the extent that performance of such obligation is delayed, hindered,
or prevented by force majeure. Force majeure shall be any cause beyond the control of the
party that could not reasonably have been foreseen and guarded against. Force majeure
includes, but is not limited to, acts of God, fires, riots, pandemics, incendiarism, interference
by civil or military authorities, compliance with regulations or orders of military authorities,
and acts of war (declared or undeclared), provided such cause could not have been
reasonably foreseen and guarded against by the affected party. Force majeure shall not
include increases in labor, commodity, utility, material, supply, fuel, or energy costs, or
compliance with regulations or orders of civil authorities. To the extent that the performance
is actually prevented, the SERVICE PROVIDER must provide notice to the CITY of such
condition within ten (10) calendar days from the onset of such condition.
32. Special Provisions. Special provisions or conditions relating to the Services to be performed
pursuant to this AGREEMENT are set forth in Exhibit [choose one] - Confidentiality,
consisting of four (4) pages, incorporated herein.
33. Order of Precedence. In the event of a conflict or inconsistency within this AGREEMENT,
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 27 of 44
the conflict or inconsistency shall be resolved by giving preference to the documents in the
following order of priority:
a. The body of this AGREEMENT (and any written amendment),
b. Exhibits to this AGREEMENT, and
c. The Purchase Order document.
34. Prohibited Terms. Nothing in any Exhibit or other attachment shall be construed as a waiver
of any provision above. Any terms included in any Exhibit or other attachment that requires
the CITY to indemnify or hold SERVICE PROVIDER harmless; requires the CITY to agree
to binding arbitration; limits SERVICE PROVIDER’s liability; or that conflicts with statute,
City Charter or City Code in any way, shall be void.
[Signature Page Follows]
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 28 of 44
THE CITY OF FORT COLLINS, COLORADO
By:
Gerry Paul, Purchasing Director
Date:
ATTEST:
APPROVED AS TO FORM:
SERVICE PROVIDER
By:
Printed:
Title:
Date:
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 29 of 44
EXHIBIT A
SCOPE OF SERVICES
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 30 of 44
EXHIBIT [CHOOSE ONE]
BID SCHEDULE/ COMPENSATION
The following pricing shall remain fixed for the initial term of this AGREEMENT. Any applicable
price adjustments may only be negotiated and agreed to in writing at the time of renewal.
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 31 of 44
EXHIBIT [CHOOSE ONE]
INSURANCE REQUIREMENTS
The SERVICE PROVIDER will provide, from insurance companies acceptable to the CITY, the
insurance coverage designated hereinafter and pay all costs. Before commencing work under
this bid, the SERVICE PROVIDER shall furnish the CITY with certificates of insurance showing
the type, amount, class of operations covered, effective dates and date of expiration of policies.
In case of the breach of any provision of the Insurance Requirements, the CITY, at its option, may
take out and maintain, at the expense of the SERVICE PROVIDER, insurance as the CITY may
deem proper and may deduct the cost of such insurance from any monies which may be due or
become due the SERVICE PROVIDER under this AGREEMENT.
Insurance certificates should show the certificate holder as follows:
City of Fort Collins
Purchasing Division
PO Box 580
Fort Collins, CO 80522
The CITY, its officers, agents and employees shall be named as additional insureds on the
SERVICE PROVIDER's general liability and automobile liability insurance policies by
marking the appropriate box or adding a statement to this effect on the certificate, for any
claims arising out of work performed under this AGREEMENT.
Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The SERVICE PROVIDER shall maintain
Worker’s Compensation and Employer’s Liability insurance during the life of this
AGREEMENT for all of the SERVICE PROVIDER's employees engaged in work performed
under this AGREEMENT. Workers' Compensation & Employer’s Liability insurance shall
conform with statutory limits of $100,000 per accident, $500,000 disease aggregate, and
$100,000 disease each employee, or as required by Colorado law.
B. General Liability. The SERVICE PROVIDER shall maintain during the life of this
AGREEMENT General Liability insurance as will provide coverage for damage claims of
personal injury, including accidental death, as well as for claims for property damage, which
may arise directly or indirectly from the performance of work under this AGREEMENT.
Coverage for property damage shall be on a (broad form) basis. The amount of insurance for
General Liability shall not be less than $1,000,000 combined single limits for bodily injury and
property damage.
C. Automobile Liability. The SERVICE PROVIDER shall maintain during the life of this
AGREEMENT Automobile Liability insurance as will provide coverage for damage claims of
personal injury, including accidental death, as well as for claims for property damage, which
may arise directly or indirectly from the performance of work under this AGREEMENT.
Coverage for property damage shall be on a (broad form) basis. The amount of insurance for
Automobile Liability shall not be less than $1,000,000 combined single limits for bodily injury
and property damage.
D. Errors and Omissions. The SERVICE PROVIDER shall maintain errors and omissions
insurance in the amount of $1,000,000.
E. Cybersecurity. The SERVICE PROVIDER shall maintain cybersecurity insurance in the
amount of $5,000,000.
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 32 of 44
EXHIBIT [CHOOSE ONE]
CONFIDENTIALITY
IN CONNECTION WITH THE SERVICES to be provided by SERVICE PROVIDER under
this AGREEMENT, the parties agree to comply with reasonable policies and procedures with
regard to the exchange and handling of confidential information and other sensitive materials
between the parties, as set forth below.
1. Definitions.
For purposes of this AGREEMENT, the party who owns the referenced information and is
disclosing same shall be referenced as the “Disclosing Party.” The party receiving the
Disclosing Party’s information shall be referenced as the “Receiving Party.”
2. Confidential Information.
Confidential Information controlled by this AGREEMENT refers to information that is not public
and/or is proprietary, including but not limited to location information, network security system,
business plans, formulae, processes, intellectual property, trade secrets, designs,
photographs, plans, drawings, schematics, methods, specifications, samples, reports,
mechanical and electronic design drawings, customer lists, financial information, studies,
findings, inventions, ideas, CITY customer identifiable information (including account,
address, billing, consumption, contact, and other customer data), utility metering data, service
billing records, customer equipment information.
To the extent practical, Confidential Information shall be marked “Confidential” or
“Proprietary.” Nevertheless, SERVICE PROVIDER shall treat as Confidential Information all
customer identifiable information in any form, whether or not bearing a mark of confidentiality
or otherwise requested by the CITY, including but not limited to the non-exclusive list of
Confidential Information above. In the case of disclosure in non-documentary form of non-
customer identifiable information, made orally or by visual inspection, the Disclosing Party
shall have the right, or, if requested by the Receiving Party, the obligation to confirm in writing
the fact and general nature of each disclosure within a reasonable time after it is made in
order that it is treated as Confidential Information. Any information disclosed to the other party
before the execution of this AGREEMENT and related to the services for which SERVICE
PROVIDER has been engaged shall be considered in the same manner and be subject to the
same treatment as the information disclosed after the execution of this AGREEMENT with
regard to protecting it as Confidential Information.
3. Use of Confidential Information.
Receiving Party hereby agrees that it shall use the Confidential Information solely for the
purpose of performing its obligations under this AGREEMENT and not in any way detrimental
to Disclosing Party. Receiving Party agrees to use the same degree of care Receiving Party
uses with respect to its own proprietary or confidential information, which in any event shall
result in a reasonable standard of care to prevent unauthorized use or disclosure of the
Confidential Information. Except as otherwise provided herein, Receiving Party shall keep
confidential and not disclose the Confidential Information. The CITY and SERVICE
PROVIDER shall cause each of their directors, officers, employees, agents, representatives,
and subcontractors to become familiar with, and abide by, the terms of this Exhibit, which shall
survive this AGREEMENT as an on-going obligation of the Parties.
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 33 of 44
SERVICE PROVIDER shall not use such information to obtain any economic or other benefit
for itself, or any third party, other than in the performance of obligations under this
AGREEMENT.
4. Exclusions from Definition.
The term “Confidential Information” as used herein does not include any data or information
which is already known to the Receiving Party or which before being divulged by the
Disclosing Party: (a) was generally known to the public through no wrongful act of the
Receiving Party; (b) has been rightfully received by the Receiving Party from a third party
without restriction on disclosure and without, to the knowledge of the Receiving Party, a
breach of an obligation of confidentiality; (c) has been approved for release by a written
authorization by the other party hereto; or (d) has been disclosed pursuant to a requirement
of a governmental agency or by operation of law, subject to Paragraph 5 below.
5. Required Disclosure.
Notwithstanding Paragraph 4(d) above, if the Receiving Party receives a request (by
interrogatories, requests for information or documents, subpoena, civil investigative demand
or similar process, or by federal, state, or local law, including without limitation, the Colorado
Open Records Act) to disclose any Confidential Information, the Parties agree the Receiving
Party will provide the Disclosing Party with immediate notice of such request, so the Disclosing
Party may seek an appropriate protective order before disclosure or waive the Receiving
Party’s compliance with this Exhibit.
The Receiving Party shall furnish a copy of this Exhibit with any disclosure.
Notwithstanding this Paragraph 5, Receiving Party shall not disclose Confidential Information
to any person, directly or indirectly, nor use it in any way, except as required by law or
authorized in writing by Disclosing Party.
6. Data Protection and Data Security.
SERVICE PROVIDER shall have in place information security safeguards designed to
conform to or exceed industry best practices regarding the protection of the confidentiality,
integrity and availability of Confidential Information and shall have written agreements
requiring any subcontractor to meet those standards. These information security safeguards
(the “Information Security Program”) shall be materially consistent with, or more stringent than,
the safeguards described in this Exhibit.
(a) SERVICE PROVIDER’s information security safeguards shall address the following
elements:
• Data Storage, Backups and Disposal
• Logical Access Control (e.g., Role-Based)
• Information Classification and Handling
• Secure Data Transfer (SFTP and Data Transfer Specification)
• Secure Web Communications
• Network and Security Monitoring
• Application Development Security
• Application Security Controls and Procedures (User Authentication, Security
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 34 of 44
Controls, and Security Procedures, Policies and Logging)
• Incident Response
• Vulnerability Assessments
• Hosted Services
• Personnel Security
(b) Subcontractors. SERVICE PROVIDER may use subcontractors, though such activity shall
not release or absolve SERVICE PROVIDER from the obligation to satisfy all conditions
of this AGREEMENT, including the data security measures described in this Exhibit, and
to require a substantially similar level of data security, appropriate to the types of services
provided and Confidential Information received, for any subcontractor SERVICE
PROVIDER may use. Accordingly, any release of data, confidential information, or failure
to protect information under this AGREEMENT by a subcontractor or affiliated party shall
be attributed to SERVICE PROVIDER and may be considered to be a material breach of
this AGREEMENT.
7. Information Storage. Confidential Information is not to be stored on any local workstation,
laptop, or media such as CD/DVD, USB drives, external hard drives or other similar portable
devices unless the SERVICE PROVIDER can ensure security for the Confidential Information
so stored. Workstations or laptops to be used in the Services will be required to have personal
firewalls on each, as well as have current, active anti-virus definitions.
8. Continuing Obligation. The agreement not to disclose Confidential Information as set forth in
this Exhibit shall apply during the term of the Services and or AGREEMENT and at any time
thereafter unless specifically authorized by the CITY in writing.
9. Termination Remedy. If SERVICE PROVIDER breaches any of the terms of this Exhibit, in
the CITY’s sole discretion, the CITY may immediately terminate this AGREEMENT and
withdraw SERVICE PROVIDER’s right to access Confidential Information.
10. Return of Information. Notwithstanding any other provision of this AGREEMENT to provide
Project Instruments and work product, all material, i.e., various physical forms of media in
which Confidential Information is stored, including but not limited to writings, drawings, tapes,
diskettes, prototypes or products, shall remain the sole property of the Disclosing Party and,
upon request, shall be promptly returned, together with all copies thereof to the Disclosing
Party. Upon return of such materials, all digital and electronic data shall also be deleted in a
non-restorable way by which it is no longer available to the Receiving Party. Upon Disclosing
Party’s request, written verification of the deletion (including date of deletion) is to be provided
to the Disclosing Party within ten (10) days after completion of engagement, whether it be via
termination, completion or otherwise.
11. Injunctive Relief. SERVICE PROVIDER Receiving Party acknowledges that the Disclosing
Party may, based upon the representations made in this AGREEMENT, disclose security
information that is critical to the continued success of the Discloser’s business. Accordingly,
Receiving Party agrees that the Disclosing Party does not have an adequate remedy at law
for breach of this AGREEMENT and therefore, the Disclosing Party shall be entitled, as a non-
exclusive remedy, and in addition to an action for damages, to seek and obtain an injunction
or decree of specific performance or any other remedy, from a court of competent jurisdiction
to enjoin or remedy any violation of this AGREEMENT.
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 35 of 44
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 36 of 44
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 37 of 44
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 38 of 44
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 39 of 44
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 40 of 44
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 41 of 44
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 42 of 44
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 43 of 44
Official Purchasing Document
Last updated 5/2024
RFP 10034 Waste Stream Management Services Page 44 of 44