Loading...
HomeMy WebLinkAbout132133 WASTE-NOT RECYCLING - CONTRACT - AGREEMENT MISC - WASTE-NOT RECYCLINGSERVICES 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 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: 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 two (2) pages and incorporated herein by this reference. 2. Contract Period. This Agreement shall commence September 1, 2010, and shall continue in full force and effect until August 31, 2011, 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 four (4) additional one year periods. Renewals and pricing changes shall be negotiated by and agreed to by both parties. The Denver Boulder Greeley CPI published by the Colorado State Planning and Budget Office will be used as a guide. 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. 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 1 SA rev03/10 EXHIBIT B INSURANCE REQUIREMENTS 1. 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: I "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: 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. Rev7/2009 E3 E-Waste Recycle Services Exhibit C — Cost Schedule TVs, leaded glass $10 Monitors, leaded glass, 19" & u $10 Monitors, leaded glass, IV and less $8 Flat -panel TVs and monitors $4 Computer CPUs $2 Printers $ 5 Scanners $5 Fax machines $5 Copiers $0.18 per pound Peripherals (i.e., mice, keyboards, cables, manuals, software media, etc. No Charge Laptops No Charge Servers No Charge Cell Phones, Blackberries, PDAs No Charge UPS, small $5 UPS, medium $10 UPS, large $15 Toner and Printer cartridges No Charge Small appliances microwaves, toaster ovens, typewriters, etc $3 Batteries: Lithium and Nickel -Cadmium No Charge Batteries, Lead Acid $0.25 per pound Batteries, Alkaline $1.28 per pound Batteries, Magnesium $2.15 per pound Batteries, Nickel Iron $0.90 per pound Batteries, Mixed Types (require sorting) $4.20 per pound Furniture & Equipment removal* No Charge Other hard -to -recycle* Quote upon request *Service Provider will haul City furniture and equipment away at the request of the City. Service Provider reserves the right to refuse items that they have no end - market for. Service Provider uses any revenue generated by sale of the item to cover the cost to load and haul it away. *Service Provider will work with the City to find markets for hard -to -recycle items that are not covered under the City's normal Trash and Recycling contract; at the request of the City. These will be explored on a case -by -case basis to determine any cost to process. Pickup Fee: 25 units or more, no charge. < 25 units, $25 Pickup Fee added. From:GWI Fa)dDr9707761563 PAW2 of 2 Qate:9/312010 1029 AM Pa9e:2 of 2 CERTIFICATE OF LIABILITY INSURANCE AID �F7973/10 DDD/. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED 'BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. certificateIMPORTANT: If the holder Is an ADDITIONAL INSURED. t must be endorsed. If SUBROGATION 13 WAIVED, subject to the terms and conditions of the pokey, certain policies may require an endorsement. A statement on this certificate does not confer rlgMs to the certificate holder In Neu of such endorsement(s). PRODUCER LBN Insurance Agcy-Johnstown 4848 Thompson Pkwy, Ste 200 .Johnstown CO 80534 Phone:970-635-9400 Fax:970-635-9401 NAME: . PHONE F"I I=. No, Ed): INC' No): ADDRESS: cusTowRo* EARTH-3 NSURER(S) AFFORDING COVERAGE NAICs INSURED Earth Enterprises, Inc. Dba Waste- Not Recycling 1065 Poplar Street Loveland CO 80537 INSURER A mountain states Insutaace c=p INSURERS: Vodecwritars at Eloyds, wnden INSURERC. WSUJRER D INSURER E NSlAi9R F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: IHIS S IO (;FH I R Y I HAI I HE NOULTES M INbUWKX LIS IFy IjtLUW HAVt Ii W K;bUEU 10 IHt INM&U NAMED AUDW: K ? iHk:RXIC'Y PERM INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCIMENr WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAM. LTR TYPE OF INSURANCE ;Nlzm POLICY NUMBER {MIMD1WTY! (MMOD/YYYY! Lam GENERAL LIABLmr EACH OCMIRENCE $ $1, 000 , 000 A X COMMERCIAL GENERAL LIABILITY CLAIMS MADE D OCCUR CPP0099342 06/03/10 06/03/11 PREMISES(Eeocamerce) $ $100,000 LED E)P (AM one Person) s $10 , 00 0 x UND2470402 BLKT ADD' L INSURED PERSONAL &AOV INJURY s $1, 000 , 000 X UND390 GENERAL AGGREGATE s $2 , 000 , 000 :saraaTr/aoalnllavroe: GENL AGGREGATE LIARMPLIES PER PRODUCTS - COMPIOP AGG i 17 POLICY X LOC $ A AUTOMOBILE UABLITY ANYAUro CPP0099342 06/03/10 06/03/11 COMBWED SINGLE LIMIT (Eaaaaded) $$1,000,000 BODILY NJURY(Per psrsan► $ - ALL OWNED AUTOS X SCHEDLILEOAUTOG X HIREDAWOS B000.Y INJURY (Per ecddert) i PROPERTY DAMAGE (Per accident) s X NON OM4ED AUros i X Hired/Non-owned I ICOMP DED: $100 _ A UMiBRELLALAB X OCCUR CPP0099342 06/03/10 06/03/11 EACH OCCURRENCE $$4,000,000 AGGREGATE s $4 , 000 , 000 EXCESS LIAR aAU AADE DEDUCTIBLE s X RETENTION $ 10000VVU.Mm" = - UumbMAIP-M AND EMPLOYERS' LABILITY YIN ANY PROPRIETORIPAR'1TEIRAD ECUI1VE ❑ OFFICERI EMBEREXCLDED? (MandetorY In NH) IX yes, deSCn"be under DESCRIPTION OF OPERATIONS below 1 A N/A It* TOR- LIMITS ER E.L. EACH A;CIDENr S E.L. DISEASE - EA EMPLOYEE $ E.L. DISEASE - POLICY LIMIT s B Errors 6 omissions 298713RT00003 06/03/10 06/03/11 E60 $1,000,000 A POLLUTION I CPP0099342 06/03/10 06/03/11 POLLUTION $250,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attsch ACORD 101, AdOlorml Romarks Schedule, I mon is ragidrad) Tf required bwrittencontract or written agreement, tse certificate holder is included a► additional insured for ongoing operations under general ` liability. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CITYOFF THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED N ACCORDANCE WRH THE POLCY PROVISIONS. City of Fort Collins AUTHOR® REPRESENT) 215 North Mason P.O. Box 580 Fort Collins, CO 80522-0580 reserved ACORD 25 (2009109) The ACORD name and logo are registered marks of ACORD �4C�°RQ CERTIFICATE ®F LIABILITY INSURANCE �' oa/23/10/23/l0 PRODUCER 1-303-534-4567 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION z>L of Colorado, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 1550 17th Street ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 600 Denver, Co 80202 INSURERS AFFORDING COVERAGE INSURED INSURER APinnacol Assurance Earth Enterprises, Inc. dba Waste not Recycling INSURER B: c/o OnePoint Employer Solutions LLC and OnePoint BIRO LLC INSURERC: 5670 Greenwood Plaza Slvd, #200. Englewood , CO 80111 INSURERD: �.vv�waues - 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. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IIm NSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION DATE (MMIDDIM LIMITS GENERAL LIABILITY EACH OCCURRENCE $ FIRE DAMAGE (My one fire) $ COMMERCIAL GENERAL LIABILITY MED DCP Any one Person) $ - CLAIMS MADE OCCUR - PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GENL AGGREGATE LIMIT APPLIES PER POLICY JFCT PRO LOC PRODUCTS - COMP/OP AGG $ AUTOMOBILE LIABILITY ANYAUTO COMBINED (Ea a�MSINGLELIMIT $ ALL OWNED AUTOS SCHEDULED AUTOS BODILY INJURY (Per person) $ HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ ANY AUTO $ AUTO ONLY: AGG EXCESS LIABILITY EACH OCCURRENCE $ AGGREGATE $ OCCUR CLAIMS MADE $ $ DEDUCTIBLE $ RETENTION $ A WORKERS COMPENSATION AND EMPLO_YERS, LIABILITY 4131018 05/01/10 05/01/11 X WCSTATU OTH- E-L-EACH ACCIDENT $ 100,000 - E-LDISEASE- EAEMPLOYE $ 100,000 E.L. DISEASE -POLICY LIMIT $ 500,000 OTHER . s s $ DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS - I. IK-.; IIYIYRGK LGI ICK: I IUIV SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION Waste Not Recycling DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL 1065 Poplar Street IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRET. Loveland, CO 80537 r��=SEITATIE USA s - 15376308 L Certificate Delivery by CertificatesNow - www.ConfirmNeLoom - 877,669.8600 O ACORD CORPORATION 1988 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: Copy to: Service Provider: City of Fort Collins City of Fort Collins Waste -Not Recycling Attn: Purchasing Attn: John Husted, MIS 1065 Poplar St PO Box 580 PO Box 580 Loveland, CO 80534 Fort Collins, CO 80522 Fort Collins, CO 80522 Attn: Anita Comer, President 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 Providers obligations under this Agreement. Such payment shall be the Service Providers sole right and remedy for such termination. 5. Contract Sum. The City shall pay the Service Provider for.the performance of this Contract, subject to additions and deletions provided herein, per the attached Exhibit "C", consisting of one (1) page, and incorporated herein by this reference. 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 Providers compensation 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 'r: SA rev03/10 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 similarnature. 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 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 3 SA rev03/10 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 forthe 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, P. O. Box 580 Fort Collins, Colorado 80522 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 4 SA rev03/10 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. 17. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et. seq., Service Provider represents and agrees that: a. As of the date of this Agreement: 1. Service Provider does not knowingly employ or contract with an illegal alien who will perform work under this Agreement; and 2. Service Provider will participate in either the e-Verify program created in Public Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th Congress, as amended, administered by the United States Department of Homeland Security (the "e-Verify Program') or the Department Program (the 'Department Program'), an employment verification program established pursuant to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility of all newly hired employees to perform work under this Agreement. b. Service Provider shall not knowingly employ or contract with an illegal alien to perform work under this Agreement or knowingly enter into a contract with a subcontractor that knowingly employs or contracts with an illegal alien to perform work under this Agreement. c. Service Provider is prohibited from using the a -Verify Program or Department Program procedures to undertake pre -employment screening of job applicants while this Agreement is being performed. SA rev03/10 d. If Service Provider obtains actual knowledge that a subcontractor performing work under this Agreement knowingly employs or contracts with an illegal alien, Service Provider shall: 1. Notify such subcontractor and the City within three days that Service Provider has actual knowledge that the subcontractor is employing or contracting with an illegal alien; and 2. Terminate the subcontract with the subcontractor if within three days of receiving the notice required pursuant to this section the subcontractor does not cease employing or contracting with the illegal alien; except that Service Provider shall not terminate the contract with the subcontractor if during such three days the subcontractor provides information to establish that the subcontractor has not knowingly employed or contracted with an illegal alien. e. Service Provider shall comply with any reasonable request by the Colorado Department of Labor and Employment (the "Department') made in the course of an investigation that the Department undertakes or is undertaking pursuant to the authority established in Subsection 8-17.5-102 (5), C.R.S. f. If Service Provider violates any provision of this Agreement pertaining to the duties imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If this Agreement is so terminated, Service Provider shall be liable for actual and consequential damages to the City arising out of Service Provider's violation of Subsection 8-17.5-102, C.R.S. g. The City will notify the Office of the Secretary of State if Service Provider violates this provision of this Agreement and the City terminates the Agreement for such breach. 2 SA rev03/10 CITY OF FORT COLLINS, COLORADO a municipai corporation By: Jame . O'Neill II, CPPO, FNIGP Direct of Purchasing and Risk Management Date: 1 Waste -Not Recycling (� PRIN'TA4AME CORPORATE PRESIDENT OR VICE PRESIDENT Date: fi 2-0 AT(ACorpo to Seal) T A9 CORPO A E SECRETARY 7 SA rev03/10 E-Waste Recycle Services Exhibit A — Scope of Work I. GENERAL INFORMATION: The City of Fort Collins (City) has selected a qualified Service Provider to recycle E- Waste in the form of Data -bearing and non -data -bearing electronic devices; and other miscellaneous hard -to -recycle items as the need arises. The City will work closely with the Service Provider, who has been selected for their ability to draw upon a range of, skills and capabilities, including recycling technical expertise, and familiarity with industry Best Management Practices. II. WORK REQUIREMENTS: A. General Requirements: • Service Provider shall provide all labor, equipment, apparatus, appliances, tools, transportation and permits as required for recycling services from indoor collection sites. • 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. • 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. • Service Provider shall comply with all City, State and Federal regulations; 'and specifically, the Colorado Department of Public Health and Environment (CDPHE) requirements for operating a recycling facility. • 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 City materials may be cause for immediate contract cancellation, and possible prosecution. • Service Provider shall report to the City on a monthly basis on types of materials and weights picked up from City departments. Service Provider and City Sustainability Coordinator shall agree on a mutually acceptable electronic reporting format. • Service Provider shall provide a single monthly billing statement to the City's Accounts Payable Department that itemizes service fees for each City department. • The City reserves the right to make payments with a City credit card (currently Visa) at no additional charge. • The City will award a one-year renewable annual contract, with annual option to renew for up to four optional renewal years (maximum length five years total). 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, etc.) will be allowed. B. Specific Requirements: • Data -Bearing Devices: o City MIS Department will perform the data wipe on any CPUs, laptops, cell phones, Blackberries, PDAs, servers, or any other electronic devices containing City data that were issued by the City; prior to pickup by Service Provider. o The City MIS Department will be provided Certificates of Recycling for all a -waste and Certificates of Destruction for all hard drives and hard -drive -bearing devices such as cell phones, Blackberries, and PDAs. o All City Data -Bearing Devices for pickup are to be routed through the City's MIS Department. Unless Service Provider is notified otherwise, Pickup Calls for Data -Bearing Devices will originate from the City's MIS Department. Any deviations are to be ,approved in advance by the MIS Project Manager or his/her designate. o MIS may also process computer -peripheral items such as monitors (glass and flat -panel), printers, scanners, faxes, copiers, UPS's, mice, keyboards, cables, manuals, software, media, etc. • Non -Data -Bearing Devices: o TVs, microwaves, small appliances, fax machines, monitors (glass and flat -panel), printers, scanners, faxes, copiers, UPS's, mice, keyboards, cables, manuals, software, media, etc. and other non - data -bearing electronic devices can be picked up from City departments other than MIS by Service Provider. o Where possible, the City will attempt to consolidate volume to minimize the number of pickups required by Service Provider. • Pickup Fee: 25 units or more, no charge. < 25 units, $25 Pickup Fee added. C. Other Hard -to -Recycle Items: • Toner and Printer cartridges • Furniture and Equipment • Other as requested by City and mutually agreed to by Service Provider