Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
132133 WASTE-NOT RECYCLING - CONTRACT - BID - 5001 OFFICE RECYCLING PROGRAM (3)
a SERVICES 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 Bradford Landers DBA/Green Mountain Recycling, hereinafter referred to as "Service Provider". W ITNESSETH: 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 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, 1996, 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 three (3) additional one year periods. 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 1 EXHIBIT C 00700 BID PROPOSAL FOR;J1 We hereby enter our bid for the City of Fort Collins' requirements for Office Recycling Program during 1996 at various City sites. Enter the total unit price for office recycling collection for the container/time (pick-up frequency as indicated on Attachment A and B). TOTAL FOR ATTACHMENT A $ $162.50 TOTAL FOR ATTACHMENT B $ $136.50 GRAND TOTAL $ $299.00/month *Note, the City of Fort Collins will receive credit on a' 1. Cost for additional pick-ups per site dollar for dollar basis from Green -Mountain Recycling shouli the City choose to reduce the frequency of service at any of i Indoor — $0.00 - $20.00 depending on location, volume, and type of materials. regularly scheduled pick-ups. No extra pick-up charges will I Outdoor — $0.00 - $20.00 depending on location, volume, and type of materials. assessed by Green Mountain Recycling for extra pick-ups until the City has received any such credit. For quantities of 0 -100 lbs. the cost for pick-up and shredding is $0.15Ab. 2. Cost of Confidential Record Destruction: For quantities of 101 - 500lbs. the cost for pick-up and shredding is $0.1011b. For quantities 501 lbs. or greater the cost for pick-up and shredding is $.08/lb. 3. In addition to the recyclable items listed on 00305 that must be collected, contractor will also collect the items checked below: ci Blueprint 9 Styrofoam Cl Other please see the following page for further information on additional items recycled by Green Mountain Recycling. 4. How shall the recyclables be stored/sorted?: Materials are collected from client's place of business and transported to our facility in Fort Collins. The materials are then sorted for contamination and then delivered to end market users. Firm Name Green Mountain Recycling Address 305 Airpark Drive No. 8 Fort Collins, Colorado 80524 Phone # (970) 224-1950 FAX # (970) 224-1950 E-1 Additional Materials Recycled by Green Mountain Recycling* Additional Materials Collected at No Additional Charge Styrofoam peanuts and styrofoam blocks. No charge. Computer cartridges. No charge. Nonferrous metals. No charge. Car and motor cycle batteries. No charge. Additional Materials Collected for an Additional Charge Green Mountain will collect the following materials at an additional charge only when specifically instructed to do so by the City. Low grade paper materials (includes most any type of paper which will tear including but not I imited to blueprint paper, kraft envelopes, hardcover and softcover books, box board, wrapping and packaging paper, milk and juice cartons, fluorescent colored paper, astro-brights, ream wrappers, paper cups, towels, and plates). Ferrous scrap metals. Scrap wood. Appliances Household type batteries $20.00 / ton collected $10.00 / ton collected $20.00 / ton collected (Dependent on type of appliance and total weight of appliance). (Dependent on type of batteries and total weight of batteries). *All additional materials will be tracked, recorded, and reported in the same manner as materials listed on 00305. 00800 ATTACHMENT A OFFICE RECYCLING PROGRAM - BUII.DINGS SERVICES Lc=dva Collection Building Number of Office Collection Points Proposed Numbs Frequency Cost I Weekly City Hall West, 300 LaPorte Avenue Nine (9) Collection Points: • Basement (central storage area) • Council Ofiicelmain floor * Council Information Center/main floor * Accounting/fast floor * ICS - 2 sites/ 2nd floor $ 2 0 . 0 0 * City Clerk Office * Copier room/2nd floor e Outdoor recycling container/front CHW $ 2 Weekly City Hall East (Police Services) Seven (7) Collection Points: 300 LaPorte Avenue a Administtatiodlst floor * Records - 3 sites/lst floor • Patrol/first floor $ 2 0 .0 0 • Dispatch Center/2nd floor * Investigations/basement $ 3 Monthly ICS Annex, 321 Maple (1) $ 4.00 4 Weekly 281 North College Fourteen (14) Collection Points: a Copier room a Lunch/pop machine area 20.00 a Conference room * Building Inspection * Natural Resources/1st floor a Natural Resources/tad floor • Engineering Services - 2 sites • Parks Administration/lst floor * Parks Administration/2nd floor * CPES Administration * Advance Planning/ 2nd floor e Current Planning/2nd floor * GIS S 5* Weekly Light & Power/Water & Wastewater (1) Warehouse Service Center, 700 Wood Street 6 Monthly Street Utility, 625 Ninth (2) Collection Points: by copier; kitchen S 4 .00 7 Monthly Equipment Services, 835 Wood (3) Collection Points: * Admin. Office * Kitchen 4.00 * Lunchroom $ 8* Monthly Purchasing, 256 W. Mountain (1) 9 Weekly Human Resources, 200 W. Mountain (1) S 10.00 10 Monthly Facilities, 117 N. Mason (1) S 4 .00 ll* Weekly Lincoln Center, 417 W. Magnolia (1) 11 Loeadoa Number Collection Frequency Bwrding Number of Office Collection Points Cost 12 Monthly Neighborhood Resources. 405 Canyon (1) S 4.00 13* Weekly Park Shop, 413 S. Bryan (1) 14* Weekly Library, 201 Peterson (1) 15 Monthly Stormwater/Transportation, 235 Mathews (2) Collection Points: copier rooms S 4.00 16 Monthly PEA Administration/Parking, 102 Remington (2) Collection Points $ 4.00 17* Weekly Senior Center, 1200 Raintree (1) 18 Bi-weekly Revenue & Sales Tax, 330 S. College (2) Collection Points * By Copier * Kitchen/lunchroom S 5.25 19 Monthly EPIC, 1801 Riverside (1) $ 4.00 20* Monthly Water Treatment Plant, 4316 LaPorte Ave (1) 21* Monthly Wastewater Treatment Plant, 3036 E. Drake Road (1) 22 Monthly Transfort & Commuter Pool, 6570 Portner (3) Collection Points S 4.00 23* Weekly Southridge Golf Coarse, 5750 S. Lamy (Concessionaire) (1) 24* Monthly Lee Martinez Farm, 600 N. Sherwood (1) 25 Monthly Library Aaaex, 132 W Troutman (1) S 4.00 Fine Stations: 26 Bi-weeidy PEA Station 1, 505 Peterson (1) $ 5.25 27 Bi-weekly PEA Station 2, 415 S. Bryan (1) $ 5 .25 28 Bi-weekly PEA Station 3, 2000 Mathews (1) S 5.25 29 1 Bi-weekly PEA Station 4, 2030 Devonshire (1) S 5.25 30 Bi-weekly PEA Station 5, 4615 Hogan Drive (1) S 5.25 31 Bi-weekly PEA Station 6, 2511 Donella Court (1) S 5.25 32 Bi-weekly PEA Station 7, 2817 Overland Trail (1) $ 5.25 33 Bi-weekly PEA Station 10, 2067 Vermont Drive (1) S 5.25 34 Bi-weekly PEA Station 11. 3400 W. Vine Drive (1) $ 5.25 35* Weekly Old Town -outdoor recycling container (1) (*) indicates special requirements Total ATTACHMENT A S 162.50 12 ATTACHMENT B (x) _ Pick-up Locations With Special Requirements Building (#, refers to kmdon number on Attachment A Cost .. 1. Warehouse (#5) - dock containers - 3-CY IX/week cardboard, 3-CY IX/week paper $ 20.00 2. library (#14) - outdoor storage containers: Location #1 — outdoor polycarts with 122ki behind building to collect: • (2 polycarts) newspaper • (1 polycart) office paper • (1 polycort) commingled • (1 polycart) magazines • (1) 3-CY dumpster — corrugated cardboard T 20fiM !n — special outdoor recycling container (with lock) for public use for commingled (in front of building) S 17.50 3. Purchasing (#g) - outdoor polycarts for office paper, newspaper, magazines, commingled $ 4.00 4. Lincoln Community Center (#11) - outdoor storage containers • (I polycart) office paper • (I polycart) magazines • (1) 2-CY duwith lack— commingled $ 17.50 5. Senior Center (#17) - outdoor storage containers • (1 polycart) office paper • (I polycart) commingled • (1 poles) spec • (1 polycart) magazines • (1) 3-CY dumpster — corrugated cardboard S 20.00 6. Park Shop (#13) - outdoor storage containers • 0 polycart) glass dt plastic • (1 polycart) office paper • (1 polycart) newspaper • (1 polycart) magazines • (1) 2-CY dumpster - corrugated cardboard S 20.00 7. Lee Martinez Park (#24) - (1) outdoor polycart for commingled (inside fenced area, west of parking lot) S 4.00 S. Water Treatment Plant (#20) - (1) outdoor polycart - commingled; (1) outdoor polycart - newspaper, (1) outdoor polycart - office paper, (1) polycart - cardboard S 4. Wastewater Treatment Plant (#21) - (I ea) outdoor polycart for: commingled, newspaper, office paper, S cardboard 4.00 10. Southridge Golf Course (#23) - Concessionaire: 2-CY Ix/week/cardboard. 1 polycart- 1x/week1commingled $ 11. Old Town (#35) - outdoor recycling container has lock on it $ 8.00 Total ATTACHMENT B $13 6. 5 0 13 SERVICES 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 Bradford Landers DBA/Green Mountain 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: 1. 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, 1996, 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 three (3) additional one year periods. 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 1 4. Early Termination by City/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: Service, Provider: City of Fort Collins Green Mountain Recycling P.O. Box 580 305 Airpark Drive #8 Ft. Collins, CO 80522 Ft. Collins, CO 80524 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 6. City Reoresentative. 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. Indeoendent Service movider. 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 hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any SA 7/93 2 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 0 2) 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 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 SA 7/93 3 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 party'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, 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 SA 7/93 4 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. THE CITY OF FORT COLLINS, COLORADO BY: James B. O'Neill, II, CPPO Director of Purchasing and Risk Management Date: Bradford Landers Doing business as Green Mountain Recycling By: PRINT NAME TITLE Date: SA 7/93 5 4. Early Termination by City/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: Service Provider: City of Fort Collins Green Mountain Recycling P.O. Box 580 305 Airpark Drive #8 Ft. Collins, CO 80522 Ft. Collins, CO 80524 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.] 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 hereunder for the payment of FICA, Workmen's Compensation or other taxes or benefits or for any SA 7/93 2 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. 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 maybe 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 Recyclables 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 4 The Contractor shall not deliver the recyclable products to any site other than a recycling facility. 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. Please describe the type of container (size, color, etc.) you propose to provide for recyclables in this bid: INDOOR: OUTDOOR: 5 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. 00335 Payment for Recyclable Materials The Contractor shall send to the City each month, a check for any revenue. generated from the sale of all recyclable materials collected through the City of Fort Collins Office Recycling Program. Full payment shall be made by the Contractor to the City by the fifteen of the month. Checks will be made payable to the City of Fort Collins and mailed to: Recycling Coordinator, City of Fort Collins, Natural Resources Department, P.O. Box 580, Fort Collins, CO 80522. A monthly recap of all transactions, including total tonnage or quantity by recyclable and building and the total tonnage of any recyclable returned to the City as unsuitable due to contamination. Weight slips must also accompany each check. 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 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. F 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. EXHIBIT C 00700 BID PROPOSAL FORA We hereby enter our bid for the City of Fort Collins' requirements for Office Recycling Program during 1996 at various City sites. Enter the total unit price for office recycling collection for the container/time (pick-up frequency as indicated on Attachment A and B). TOTAL FOR ATTACHMENT A $ $16.50 0 $136 TOTAL FOR ATTACHMENT B $ GRAND TOTAL $ $299.00/month 'Note, the City of Fort Collins will receive credit on a' ^+ 1 . Cost for additional pick-ups per site dollar for dollar basis from Green -Mountain Recycling shout, the City choose to reduce the frequency of service at any of Indoor — $0.00 - S20.00 depending on location, volume, and type of materials. regularly scheduled pick-ups. No extra pick-up charges will Outdoor — $0.00 - $20.00 depending on location, volume, and type of materials. assessed by Green Mountain Recycling for extra pick-ups until the City has received any such credit. 2. Cost Of Confldentlal Record Destruction: For quantities ofo-1o0lbs. the cost for pick-up and shredding is$0.15Ab. For quantities of 101 - 500 lbs. the cost for pick-up and shredding is $0.1011b. For quantities 501 lbs. or greater the cost for pick-up and shredding is $.08Ab. 3. In addition to the recyclable items listed on 00305 that must be collected, contractor will also collect the items checked below: 19 Blueprint OL Styrofoam 0 Other please see the following page for further information on additional items recycled by Green Mountain Recycling. 4. How shall the recyclables be stored/sorted?: Materials are collected from client's place of business and transported to our facility in Fort Collins. The materials are then sorted for contamination and then delivered to end market users. Firm Name Green Mountain Recycling Address 305 Airpark Drive No. 8 Fort Collins, Colorado 80524 Phone # (970) 224-1950 FAX # (970) 224-19950 Da. Additional Materials Recycled by Green Mountain Recycling* Additional Materials Collected at No Additional Charge Styrofoam.peanuts and styrofoam blocks. No charge Computer cartridges. No charge. Nonferrous metals. No charge. Car and motor cycle batteries. No charge. Additional Materials Collected for an Additional Charge Green Mountain will collect the following materials at an additional charge only when specifically instructed to do so by the City. Low grade paper materials (includes most any type of paper which will tear including but not I imited to blueprint paper, kraft envelopes, hardcover and softcover books, box board, wrapping and packaging paper, milk and juice cartons, fluorescent colored paper, astro-brights, ream wrappers, paper cups, towels, and plates). Ferrous scrap metals. Scrap wood. Appliances Household type batteries $20.00 / ton collected $10.00 / ton collected . $20.00 / ton collected (Dependent on type of appliance and total weight of appliance). (Dependent on type of batteries and total weight of batteries). *All additional materials will be tracked, recorded, and reported in the same manner as materials listed on 00305. 00800 ATTACHMENT A OFFICE RECYCLING PROGRAM - BUILDINGS SERVICES Location Collection Building Number of Office Collection Points Proposed NU06W Frequency Cost 1 Weekly City Hall West, 300 LaPorte Avenue Nine (9) Collection Points: • Basement (central storage area) • Council Office/main floor • Council Information Center/main floor • Accounting/first floor • ICS - 2 sites/ 2nd floor $ 2 0 . 0 0 • City Clerk Office • Copier room/2nd floor • Outdoor recycling container/front CHW $ 2 Weekly City Hall East (Police Services) Seven (7) Collection Points: 300 LaPorte Avenue • Administration/Ist floor • Records - 3 sites/1st floor • Patrol/first floor $ 2 0 . 0 0 • Dispatch Center/2nd floor • Investigations/basement $ 3 Monthly ICS Annex, 321 Maple (1) S 4.00 4 Weekly 281 North College Fourteen (14) Collection Points: • Copier room • Lunch/pop machine area 20.00 • Conference room • Building Inspection • Natural Resources/1st floor • Natural Resources/2nd floor • Engineering Services - 2 sites • Parks Administration/lst floor • Parks Administration/2nd floor • CPES Administration • Advance Planning/ 2nd floor • Current Planning/2nd floor • GIS S 5* Weekly Light & Power/Water & Wastewater (1) Warehouse Service Center, 700 Wood Street 6 Monthly Street Utility, 625 Ninth (2) Collection Points: by copier: kitchen S 4 .00 7 Monthly Equipment Services, 835 Wood (3) Collection Points: • Admin. Office • Kitchen 4.00 • Lunchroom S 8* Monthly Purchasing, Z56 W. Mountain (1) 9 Weekly Human Resources, 200 W. Mountain (1) S 10.00 10 Monthly Facilities, 117 N. Mason (1) S 4 .00 11* Weekly Lincoln Center. 417 W. Magnolia (1) 11 Location Number Collection Frequency Bwtding Number of Office Collection Points Cost 12 Monthly Neighborhood Resources, 405 Canyon (1) $ 4.00 13* Weekly Park Shop, 413 S. Bryan (1) 14* Weekly Library, 201 Peterson (1) 15 Monthly Stormwater/Transportation, 235 Mathews (2) Collection Points: copier rooms $ 4 .0 0 16 Monthly PFA Administration/Parking, 102 Remington (2) Collection Points $ 4.00 17* Weekly Senior Center, 1200 Raintree (1) 18 Bi-weekly Revenue dt Sales Tax, 330 S. College (2) Collection Points a By Copier e Kitchew1umchroom $ 5.25 19 Monthly EPIC, 1801 Riverside (1) $ 4.00 20* Monthly Water Treatment Plant, 4316 LaPorte Ave (1) 21* Monthly Wastewater Treatment Plant, 3036 E. Drake Road (1) 22 Monthly Trahnsfort dt Commuter Pool, 6570 Partner (3) Collection Points S 4.00 23* Weekly Southridge Golf Course, 5750 S. Lemay (Concessionaire) (1) 24* Monthly Lee Martinez Farm, 600 N. Sherwood (1) 25 Monthly Library Annex, 132 W Troutman (1) $ 4.00 Fire Stations: 26 Bi-weekly PFA Station 1, 505 Peterson (1) $ 5.25 27 Bi-weekly PFA Station 2, 415 S. Bryan (1) S 5 .25 28 Bi-weekly PFA Station 3, 2000 Mathews (1) S 5.25 29 Bi-weekly PFA Station 4, 2030 Devonshire (1) S 5.25 30 Bi-weekly PFA Station 5, 4615 Hogan Drive (1) S 5.25 31 Bi-weekly PFA Station 6, 25II Donella Court (1) S 5.25 32 Bi-weekly PFA Station 7, 2817 Overland Trail (1) S 5.25 33 Bi-weekly PFA Station 10, 2067 Vermont Drive (1) S 5.25 34 Bi-weekly PFA Station 11, 3400 W. Vine Drive (1) S 5.25 35* Weekly Old Town, outdoor recycling container (1) (*) indicates special requirements Total ATTACHMENT A S 162.50 12 ATTACHMENT B M . Pick-up Locations With Special Requirements Building (#) refers to location number on Attachment A Cost 1. Warehouse (#5) - dock containers - 3-CY IX/week cardboard, 3-CY IX/week paper S 20.00 2. Library (#14) - outdoor storage containers: Location #1 — outdoor polycam with locks behind building to collect: • (2 polycarts) newspaper • (1 polyaart) office paper • (1 polycatt) commingled • (1 polyart) magazines • (1) 3-CY dumpster — corrugated cardboard T 2gLO C —dial outdoor recycling container (with lock) for public use for commingled (in front of building) $ 17.50 3. Purchasing (#8) - outdoor polycarts for office paper, newspaper, magazines, commingled $ 4.00 4. Lincoln Community Center (#11) - outdoor storage containers • (1 polycart) office paper • (1 polyart) magaaaea • (1) 2-CY dumpater with lock— commingled $ 17.50 5. Senior Center (#17) - outdoor storage containers • (1 polyart) office paper • (1 polyart) commingled • (1 polyaart) newspaper • (1 poly) magazines • (1) 3-CY dumps<w — corrugated cardboard S 20.00 6. Park Shop (#13) - outdoor storage containers • (1 polyaart) glass & plastic • (1 polyaart) office paper • (1 polyaart) newspaper • • (1 polyatt) magazines (1) 2-CY dumpater . corrugated cardboard S 20.00 7. Lae Martinez Park (#24) - (1) outdoor polyaart for commingled (inside fenced area. west of parking lot) S 4.00 8. Water Treatment Plant (#20) - (1) outdoor polyaart - commingled; (1) outdoor poly= - newspaper, (1) outdoor polyaart - office paper, (1) polyaart • cardboard $ 9. Wastewater Treatment Plant (#21) - (1 ea) outdoor polyart for: commingled, newspaper, office paper, $ cardboard 4.00 10. Southridge golf Course (#23) - Concessionaire: 2-CY lx/week/cardboard: I polyart- ix/week/commingled S 11. Old Town (#35) - outdoor recvcling container has lock on it S 8.00 Total ATTACHMENT B $ 136.50 13 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 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 0 2) 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. 1 1. 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, such party may be declared in default thereof. 12. Remedies. In the event a party has been declared in default, such defaulting party SA 7/93 3 00315 Recvclina 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 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. a No Text Memorandum To: Shirley Bruns, Recycling Coordinator City of Fort Collins From: Perry Rose, Marketing Manager Green Mountain Recycling Date: January 8, 1995 Jetw ct- � � I V Attached to this memorandum are photographs of Green Mountain's containers immediately available for use by the City of Fort Collins. I am well aware that you were unsatisfied with Green Mountain's indoor bins. However, I ask you to reconsider their use in at least some of the City's locations. These bins are very sturdy and clean looking. They have an indefinite life and do not cave in as do cardboard boxes. It would be easy for us to provide these bins in low profile areas and the boxes you prefer in high profile areas. However, I am quickly looking into boxes for all City locations should our bins not prove acceptable. The gaylord boxes and 55 gallon drums we like to use for corrugated cardboard and commingled materials are also very handy. Once full, we are able to quickly slide them on our trucks. Empty ones are set-up a moment later. Where possible, we would like to use these practicable and efficient containers. Of course, we are cognizant of the City's need to have dumpsters and polycarts at certain locations and will provide them as specified. Green Mountain respectfully asks the City to consider a flexible approach to the issue of containers in its recycling program. Green Mountain made a substantially lower bid than the other two bidders to the RFP. This represents a real, monetary savings to the City. At the same time, Green Mountain guarantees superior service by continuously providing on -time pick-ups and collecting the maximum amount of solid waste for recycling. Green Mountain has no doubt that Waste Management, a multinational corporation with virtually unlimited resources, can instantly provide any mix and match of containers which you would like. However, Waste Management's bid will cost the City $29,400.00 per year whereas Green Mountain bid a mere $3588.00 per year. For a savings of $25,812.00, we think some flexibility is merited. As you may have already noticed, Waste Management is a trash company which does not focus its attention on recycling. In contrast, Green Mountain's only concern is recycling the maximum amount of materials possible at a reasonable cost to its clientele. Green Mountain does not believe that Waste Not can provide any better combination of containers than Green Mountain. Waste Not and Green Mountain are roughly equal in size, resources, and their capacity to provide containers to the City's liking. Therefore, the City would gain nothing by using Waste Not as the City's contractor; this is particularly true since Waste Not will cost the City $2412.00 more per year than Green Mountain. In fact, since Waste Not's facility is located over 45 minutes away from Fort Collins, it is not capable of providing the high level of service Green Mountain can. Green Mountain's bid fulfills the spirit of the RFP if not its exact specifications in regard to containers. By choosing Green Mountain, the City will be served by a contractor which provides an economical and ecologically sensitive recycling program. - - - - .._���1�:.��.:. . _ .: g�� � «ax«w�� «,� .-- �_ �� 9`�\����3d�� ~ 2 �.� -- �- �._�����������\y. � �::� y:� � 2:« ©<� � � 2 2 �� » . - . . . ® � � :� :� »� Gx:. - a .� � »� ; � .c:a ®.. a y� : �. v �� as:� �v .x� s - ®<z� >y ®.. ..� . , . . �- � .-. _ate � m� \� �s ��� <.�: 3 -.x iasau+�:s .*+�ss3r 'N'e _:C^..fi ''i',ii,�'Y„ J"E i, _5 .-. :f� � S _ .. TT'" " ...: ��+� �, i£ '�1�! Yq .. E�3 ��;. t �; E�� �� r�- t - { r� ` k }}�� fi�tti`3 F{r YN!��"nY G � i � � J t Green Mountain Recycling Outdoor Containers Top of Outdoor 55 Gallon Container .55 Gallon Containers City of Fort Collins Adminktrative Services Purchas._.6 Division MEMORANDUM TO: Shirley Bruns, Natural Resources FROM: John Stephen, CPPB DATE: December 22, 1995 RE: Bid #5001 Recycling - Office Program Enclosed for your evaluation and review is the documentation pertaining to the above quote. Please review and return as soon as possible with your comments and any changes. If you have any questions, please contact John Stephen at 6777. 256 W. Mountain Avenue • P.O. Box 580 • Fort Collins, CO 80522-0580 • (970) 221-6775 • FAX (970) ?21-67( / 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 party's reasonable attorney fees and costs incurred because of the default. 13. Bindina 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, 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 SA 7/93 4 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. THE CITY OF FORT COLLINS, COLORADO BY. Jame . O'Neill, Il, CPPO Director of Purchasing and Risk Management SA 7/93 Date:_ I cj (o Bradford Landers Doing business as Green Mountain %Recycling BY - A� s� ZAA �,dGl i PRINT 16VE TITLE Date: oR �IYK- 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 Recvdino Containers The Contractor shall provide all necessary indoor and outdoor recycling containers at designated City sites (Attachment A and B) for the accumulation of recydables, such containers to be maintained in good working order, condition, and appearance. The containers shall be of sufficient capacity to store the recydables 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 recydables 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 recydables. 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 (appro)imately 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. CSR LH. ISSUE DATEOS/96 A0401\I/. CERTIFICA `..OF INSURANCE a 02/05/96.CE PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE Boulder Insurance Assoc., Inc. DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE 1601 28th Street POLICIES BELOW. Boulder, CO 80301 COMPANIES AFFORDING COVERAGE 303-444-4443 COMPANY A Hawkeye/United Security Ins Co LETTER CLETTEq v B Colorado Compensation Ins Auth -� INSURED Green Mountain Recycling :- COMPANY `.LETTER i P.O. Box 1096 ' y Boulder, CO COMPANv D 80306 LETTER COMPANY E LETTER COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER LTR POLICY EFFECTIVE POLICY EXPIRATION LIMITS DATE (MWDD/YY) DATE (MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE S 1,000,000 A X COMMERCIAL GENERAL LIABILITY HAL206427311 05/15/95 05/15/96 PRODUCTS-COMP/OP AGG. S 1,000,000 CLAIMS MADE X OCCUR. PERSONAL & ADV. INJURY S 1,000,000 OWNER'S& CONTRACTOR'S PROT. EACH OCCURRENCE s 1,000,000 FIRE DAMAGE (Any one fire) $ 50,000 MED. EXPENSE (Any one person): $ 5,000 AUTOMOBILE LIABILITY COMBINED SINGLE $ 500,000 A ANY AUTO HBA706427321 05/15/95 05/15/96 LIMIT ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ NON -OWNED AUTOS (Per accidenp GARAGE LIABILITY PROPERTY DAMAGE S EXCESS LIABILITY : EACH OCCURRENCE S UMBRELLA FORM - AGGREGATE _...._.... $ OTHER THAN UMBRELLA FORM B WORKER'S COMPENSATION 3191257 04/01/95 04/01/96 _ STATUTORY LIMITS EACH ACCIDENT $ 100,000 AND DISEASE—POUCY UMIT $ 500,000 EMPLOYERS' LIABILITY DISEASE —EACH EMPLOYEE $ 100,000 OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/SPECIAL ITEMS Certificate holder is named Additional Inaured with respect to liability coverages as their interests may appear. CERTFICATE HOLDER CANCELLATION - SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE ` EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO City of Fort Collins MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Attn: Purchasing Department 4' Jim O'Neil LEFT, BUT FAILURE TO L SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR 256 W. Mountain Ave. LIABILITY OF ANY D ON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. Ft. Collins CO 80521 :. AUT ENTATIVE / i ACORD 25-S (7190) ®ACOR CORPORATION 1990