HomeMy WebLinkAbout132133 WASTE-NOT RECYCLING - CONTRACT - BID - 5001 OFFICE RECYCLING PROGRAMSERVICES AGREEMENT
THIS AGREEMENT made and entered into the day and year set forth below by and
between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter
referred to as the "City" and Earth Enterprises, Inc./DBA Waste -Not Recycling, hereinafter referred
to as "Service Provider".
WITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows:
Scope of Services. The Service Provider agrees to provide services in accordance
with the scope of services attached hereto as Exhibit "A", consisting of three (3) pages, and
incorporated herein by this reference.
2. Contract Period. This Agreement shall commence upon signing of Agreement, and
shall continue in full force and effect until December 31, 1998, 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 one (1) additional one year period. Pricing changes shall be negotiated
by and agreed to by both parties and may not exceed the Denver - Boulder CPI-U as published by
the Colorado State Planning and Budget Office. Written notice of renewal shall be provided to the
Service Provider and mailed no later than ninety (90) days prior to contract end.
3. Delay. If either party is prevented in whole or in part from performing its obligations
by unforeseeable causes beyond its reasonable control and without its fault or negligence, then the
party so prevented shall be excused from whatever performance is prevented by such cause. To
the extent that the performance is actually prevented, the Service Provider must provide written
notice to the City of such condition within fifteen (15) days from the onset of such condition.
SA 7/93
EXHIBIT C
Recycling Services - City of Ft Collins 1998 Office Collection Rates
Building
Collection Schedule
Cost per
Pickup per
Bldg
Total Annual Cost
Cost per month
City Hall West
weekly
$
15.00
$
780.00
$
85.00
City Hall East
weekly
$
15.00
$
780.00
$
65.00
ICS Annex (321 Maple)
monthly
$
18.00
$
216.00
$
18.00
281 N College (CPES)
weekly
$
15.00
$
780.00
$
65.00
Neighborhood Resources
monthly
$
18.00
$
216.00
$
18.00
Purchasing
monthly
$
18.00
$
216.00
$
18.00
Human Resources
weekly
$
12.00
$
624.00
$
52.00
Facilities
monthly
$
18.00
$
216.00
$
18.00
TOTAL (General Fund)
$
129.00
$
3,828.00
$
319.00
L!bFaFy ARnex-delete 1/1/98
menthFy
Library
weekly
$
18.00
$
936.00
$
78.00
Youth Center
monthly
$
20.00
$
240.00
$
20.00
Recreation (Howes)
bi-weekly
$
12.00
$
312.00
$
26.00
Park Shop
weekly
$
18.00
$
936.00
$
78.00
Lincoln Center
bi-weekly
$
22.50
$
585.00
$
48.75
Senior Center
weekly
$
10.00
$
520.00
$
43.33
Southridge Golf Course
bi-weekly
$
18.00
$
468.00
$
39.00
Collindale Golf Course
weekly
$
10.00
$
260.00
$
21.67
City Park 9
weekly
$
8.00
$
208.00
$
17.33
Lee Martinez Farm
monthly
$
18.00
$
216.00
$
18.00
EPIC
monthly
$
18.00
$
216.00
$
18.00
Warehouse /L&P Service Center
weekly
$
7.50
$
390.00
$
32.50
Water / Service Center
weekly
$
3.75
$
195.00
$
16.25
Wastewater / Service Center
weekly
$
3.75
$
195.00
$
16.25
Water Treatment Plant
monthly
$
20.00
$
240.00
$
20.00
Wastewater Treat Plant
monthly
$
20.00
$
240.00
$
20.00
Streets
monthly
$
18.00
$
216.00
$
18.00
Equipment Services
monthly
$
18.00
$
216.00
$
18.00
Stormwater/Transportation
every 21 days
$
7.50
$
135.00
$
11.25
Stormwater/Transportation
every 21 days
$
7.50
$
135.00
$
11.25
Transfort
bi-weekly
$
12.00
$
312.00
$
26.00
Revenue/Sales Tax
bi-weekly
$
5.00
$
130.00
$
10.84
Revenue/Sales Tax
bi-weekly
$
5.00
$
130.00
$
10.84
Smart Trips
monthly
$
18.00
$
216.00
$
18.00
TOTAL (Non-GF)
318.50
$
7,647.00
637.26
PFA Administration
bi-weekly
$
12.00
$
312.00
$
26.00
PF Station 1
weekly curbside
$
8.00
$
416.00
$
34.67
PF Station 2
weekly curbside
$
8.00
$
416.00
$
34.67
PF Station 3
weekly curbside
$
8.00
$
416.00
$
34.67
PF Station 4
weekly curbside
$
8.00
$
416.00
$
34.67
PF Station 5
weekly curbside
$
8.00
$
416.00
$
34.67
PF Station 6
weekly curbside
$
8.00
$
416.00
$
34.67
PF Station 7
weekly curbside
$
8.00
$
416.00
$
34.67
PF Station 10
bi-weekly curbside
$
8.00
$
208.00
$
17.33
PF Station 11 (Training)
weekly curbside
$
8.00
$
416.00
$
34.67
TOTAL - PFA
$
84.00
3,848.00
$
320.68
MONTHLY TOTAL
Is
531.50
12/17/97 sheet?
4. Early Termination byCily/Notice. Notwithstanding the time periods contained herein,
the City may terminate this Agreement at any time without cause by providing written notice of
termination to the Service Provider. Such notice shall be delivered at least fifteen (15) days prior
to the termination date contained in said notice unless otherwise agreed in writing by the parties.
All notices provided under this Agreement shall be effective when mailed, postage prepaid and sent
to the following addresses:
City:
City of Fort Collins
P.O. Box 580
Ft. Collins, CO 80522
Service Provider:
Waste -Not Recycling
1205 Hope Avenue
Pierce, CO 80650
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. Such payment shall be the Service Provider's sole
right and remedy for such termination.
5. Contract Sum. The City shall pay the Service provider for the performance of this
Contract, according to amounts stated in Exhibit C. [Option Cost Breakdown is attached Exhibit
"C"j
6. City Representative. The City will designate, prior to commencement of the work,
its representative who shall make, within the scope of his or her authority, all necessary and proper
decisions with reference to the services provided under this agreement. All requests concerning
this agreement shall be directed to the City Representative.
7. Independent Service provider. The services to be performed by Service Provider
are those of an independent service provider and not of an employee of the City of Fort Collins.
The City shall not be responsible for withholding any portion of Service Provider's compensation
SA 7/93
2
hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any
other purpose.
8. 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.
9. Acceptance Not Waiver. 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 or cause of action arising out of performance of this Agreement.
10. Warranty.
(a) Service Provider warrants that all work performed hereunder shall be
performed with the highest degree of competence and care in accordance
with accepted standards for work of a similar nature.
(b) Unless otherwise provided in the Agreement, all materials and equipment
incorporated into any work shall be new and, where not specified, of the
most suitable grade of their respective kinds for their intended use, and all
workmanship shall be acceptable to City.
(c) Service Provider warrants all equipment, materials, labor and other work,
provided under this Agreement, except City -furnished materials, equipment
and labor, against defects and nonconformances in design, materials and
workmanship/workwomanship for a period beginning with the start of the
work and ending twelve (12) months from and after final acceptance under
the Agreement, regardless 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 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.
11. 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
SA 7/93
3
the terms of this agreement, such party may be declared in default thereof.
12. Remedies. In the event a party has been declared in default, such defaulting party
shall be allowed a period of ten (10) days 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
himself of any other remedy at law or equity. If the non -defaulting party commences legal or
equitable actions against the defaulting party, the defaulting party shall be liable to the non -
defaulting party for the non -defaulting parry's reasonable attorney fees and costs incurred because
of the default.
13. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire
agreement between the parties and 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.
14. Indemnity/Insurance. a. The Service Provider agrees to indemnify and save
harmless the City, its officers, agents and employees against and from any and all actions, suits,
claims, demands or liability of any character whatsoever brought or asserted for injuries to or death
of any person or persons, or damages to property arising out of, result from or occurring in
connection with the performance of any service hereunder.
b. The Service Provider shall take all necessary precautions in performing the work
hereunder to prevent injury to persons and property.
c. Without limiting any of the Service Provider's obligations hereunder, the Service Provider
shall provide and maintain insurance coverage naming the City as an additional insured under this
Agreement of the type and with the limits specified within Exhibit B, consisting of one (1) page,
SA 7/93
4
attached hereto and incorporated herein by this reference. The Service Provider before
commencing services hereunder, shall deliver to the City's Director of Purchasing and Risk
Management, 256 West Mountain Avenue, Fort Collins, Colorado 80521 one copy of a certificate
evidencing the insurance coverage required from an insurance company acceptable to the City.
15. Entire Agreement. This Agreement, along with all Exhibits and other documents
incorporated herein, shall constitute the entire Agreement of the parties. Covenants or
representations not contained in this Agreement shall not be binding on the parties.
16. Law/Severability. The laws of the State of Colorado shall govern the construction
interpretation, execution and enforcement of this Agreement. In the event any provision of this
Agreement shall be held invalid or unenforceable by any court of competent jurisdiction, such
holding shall not invalidate or render unenforceable any other provision of this Agreement.
CITY OF FORT COLLINS, COLORADO
a municipal corporation
B : Y
Ja s . O'Neill II, CPPO
Di or of Purchasing and Risk Management
Date:
Earth Enterprises, Inc.
/}
Doingbusinessas Waste -Not Recycling
By? C� � • (.,870t
Aiih% P. 0vmer
PRINT NAME
CORPORATE PRESIDENT OR VICE PRESIDENT
Date:�g _
ATTEST (Cor o ate Seal)
CORPORAT SE /RETARY
SA 7/93
5
EXHIBIT A
SCOPE OF WORK
00300 Office Recycle Collection
The successful bidder, hereinafter referred to as Contractor shall be
responsible for collection of source -separated (pre -separated by City -staff)
recyclable materials generated in the daily operation of City facilities, subject
to approval by the City, as listed in Attachment A and Attachment B to
Exhibit C. The cost of all containers and labor required shall be included in
the Contractor's bid price.
All regularly scheduled pick-ups must be completed on schedule, excluding
unavoidable circumstances. If the contractor misses three or more
consequently scheduled pick-ups during a calendar year, the contract may
be cancelled.
Requests for unscheduled pickups shall be honored by the Contractor. All
non-scheduled pickups must be completed within 24 hours of the request.
Requests for additional containers shall also be honored, within 24 hours of
the request.
The contractor shall collect recyclable materials from indoor recycling
containers from all building collection points shown on Attachment A.
The required pick-up frequency schedule shown on Attachment A is
based on current building recyclable material volumes. Locations with
special requirements are indicated on Attachment B.
Each contractor shall describe all information relative to containers (type,
size, color) they propose to provide for recyclables in this bid. The City
shall be allowed to inspect such containers and approve before bid
award.
00305 List of Recvclables to be Collected
The following list of recyclables must be picked up by the Contractor.
• office paper (white & colored)
• computer paper (green bar & white)
• junk mail (opened)
• newspaper
• magazines and catalogues
• aluminum and steel cans
• glass bottles and jars
• plastic #1 (PET) and #2 (HDPE) bottles and jugs
• corrugated cardboard
• paperboard
The Contractor shall not deliver the recyclable products to any site other than a recycling
facility.
4
00315 Recycling Containers
The Contractor shall provide all necessary indoor and outdoor recycling containers at
designated City sites (Attachment A and B) for the accumulation of recyclables, such
containers to be maintained in good working order, condition, and appearance. The
containers shall be of sufficient capacity to store the recyclables and prevent overflow
according to the specified collection schedule. The City will provide employee desk -side
or under -the -desk containers.
Central office, and building storage containers shall meet Fire Code regulations. All
containers, except building storage containers, shall stay on City premises at all times.
Storage containers can be removed and immediately replaced by Contractor.
All containers shall be kept in good condition and appearance (working order) throughout
the term of this contract. All graffiti must be removed from outside containers or replaced
with non -graffiti containers within 48 hours.
Containers must be replaced at the City's request, within 48 hours. The Contractor shall
provide all necessary labor and equipment to remove recyclables from the designated
areas and to load into its trucks. Pick-up of the recyclables will occur during regular
business hours on a regularly scheduled basis approved by the City Representative. The
Contractor will, at times, be required to make special collections, and provide containers
for same. Such special collections may include, but not be limited to, telephone books or
large quantities of collected recyclables.
Contractor is responsible for replacing containers (at contractors expense) in the event of
theft, breakage, loss, or the addition of buildings.
Contractor will provide, at Contractor's expense, all necessary recycling containers within
one week of notification of contract signing, unless extended by the City, at its sole
discretion.
00325 Contaminated Product
The City will be responsible for separating the recyclable materials into the appropriate
storage containers provided by the Contractor. The Contractor shall notify the City's
Representative of any designated recycling area that continually has excessive amounts of
contamination. The Contractor will provide the City with a list of allowable and non -
allowable contaminants within one week of notice of award.
00345 Invoice Forms
Invoice Forms shall be approved by the City Accounting Division prior to
use. The Contractor shall respond positively to modifications requested by
the City.
The Contractor shall send the City two monthly invoices for recycling
5
collection. One invoice (12 month recur) must include all monthly recycling
services which remain constant throughout the year (same charge every
month). The other invoice must include charges which fluctuate
(approximately every 4 or 6 months) throughout the year.
00350 Addition/Deletion Procedure
The City Representative must be notified of all additions/deletions to the
original work schedule and changes must be approved prior to billing.
The nature, location, price and name of City person requesting change
must be included with the notification. A new line must be added to
the invoice as a separate charge and not added to location.
11
EXHIBIT B
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, and containing substantially the following
statement"
"The insurance evidenced by this Certificate will not be cancelled or materially altered, except after ten (10)
days written notice has been received by the City of Fort Collins."
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, such 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. 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 for any claims
arising out of work performed under this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Service Provider shall maintain during the life
of this Agreement for all of the Service Provider's employees engaged in work performed under this
agreement:
1. Workers' Compensation insurance with statutory limits as required by Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident, $500,000 disease
aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Service Provider shall maintain during the life of this
Agreement such commercial general liability and 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 each coverage, Commercial General and Vehicle, shall not be less than $500,000
combined single limits for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Service Provider shall be responsible
for any liability directly or indirectly arising out of the work performed under this Agreement by a
subcontractor, which liability is not covered by the subcontractor's insurance.