Loading...
HomeMy WebLinkAboutCedar Valley Recycling & Transfermamma YAWY RECYCLING 1920 Water St. PO Box 2008 (50704) Waterloo, IA 50703 Phone: 319.232.4150 Fax: 319.232.1086 Sales@BlackHawkWaste.com ( Cedar Valley Recycling & Transfer Proposal to Provide a Recycling Processing Facility Cedar Valley Recycling & Transfer would like to thank you for the opportunity to discuss your waste and recycling needs. We are the largest recycling facility in the area accepting single stream/co-mingle recycling. We pride our company on providing the best possible service while offering a vast variety of services. Cedar Valley Recycling has been doing business since 2000 under our ownership and provides a vast amount of recycling services. Able to receive and recycle multiple materials (as stated below) and sort the recyclabies on site before shipping out materials. Located at 1920 Water Street in Waterloo, Iowa, our company is centralized in location for quick turnaround of vehicles hauling in Waterloo and dropping off their recyclabies. Cardboard loads are loaded into a large baler which processes the cardboard into large bales for brokering and shipment. Single stream products are ran up a conveyor belt and sorted by machine and personnel responsible for pulling the desired products to be recycled. Employing approximately 32 people in the Waterloo community, the combination of sorters and operators take the sorted material and bale it into large "broker -size" bales for processing and shipment. If there are any issues or concerns with our service, you can reach out to a number of representatives that will be happy to help with your concern. By calling our number at 319-232-4150, you can ask for anyone of the following people to handle your concern: • Blane Benham (General Manager) • Randy Haurum, Scott Brunson or Mark Lawson (Operations) • Stephanie Thome (Pricing or Rebate information) With that in mind, we would like to quote the following: SINGLE STREAM RECYCLING REBATES AND CHARGES • MATERIALS ACCEPTED o Old Newspaper (ONP) o Chipboard o Residential Mixed Paper (junk mail, office/computer paper, file folders, telephone books, etc.) o Old Corrugated Containers (OCC) o Magazines and Catalogs o Plastic Containers labeled #1 through #7 (excluding Styrofoam and plastic bags) o Aluminum Beverage Containers o Pie Tins and Aluminum Foil o Steel Beverage and Food Containers The proposal asks that "charges" to the City of Waterloo be represented by a negative number. The following pricing would be charged to the City of Waterloo for the recyclabies brought into the facility, Cedar Valley Recycling. Find us on: facebook, Find updates at \vww.BlackHawkWaste.com or www.Facebook.com/BlackHawkWasteDisposal Ci 1920 Water St. PO Box 2008 (50704) Waterloo, IA 50703 Phone: 319.232.4150 Fax: 319.232.1086 Sales@BlackHawkWaste.com Cedar Valley Recycling & Transfer DESCRIPTION OF SERVICE Single Stream Recycling (above materials) *Any materials beside above materials VA!! be "contamination" Loads received other than the hours stipulated in proposal as Monday thru Friday 8am-4pm CST Sincerely, 6.3 Blane Benham General Manager En Find us on: IA facebook. COST Sorting/Disposal:-$55.00/ton (Negative Fifty-five and 00/100 dollars) Contaminated Loads: -$90.00/ton (Negative Ninety and 00/100 dollars) Sorting/Disposal: -$65.00/ton Find updates at www. BlackHawkWaste.com or www.Facebook.com/Black HawkWasteDisposal CITY OF WATERLOO, IOWA REQUEST FOR PROPOSALS TO PROVIDE RECYCLING PROCESSING SERVICES DATE: September 25, 2017 REQUEST FOR PROPOSAL: RECYCLING PROCESSING SERVICES FOR THE CITY OF WATERLOO, IOWA SUBMITTING AND OPENING PROPOSALS. All proposals must be received in a sealed envelope in the City Clerk's office (time and date stamped) by Thursday, October 12, 2017, at 1.00 p.m. Central Time (our clock) in order to be considered. The City Clerk's office is located at 715 Mulberry St., Waterloo, Iowa, 50703. Proposals sent electronically or via facsimile will not be accepted. The mailing container or envelope shall be plainly marked on the outside with the notation "SEALED PROPOSAL FOR RECYCLING PROCESSING SERVICES", and the name of the company submitting the proposal. The City is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the City, or any other means of delivery employed by the Proposer. Similarly, the City is not responsible for, and will not open, any proposal responses that are received no later than the date and time stated above. Late proposals will be retained in the RFP file, unopened. No responsibility will be attached to any person for premature opening of a proposal not properly identified. Proposals will be opened on Thursday, October 12, 2017at 1:00 p.m. Central Time in the City Clerk's office at City Hall, 715 Mulbeny St, Waterloo. The main purpose of this opening is to reveal the name(s) or the Proposer(s), not to serve as the forum for determining the awarded proposal(s). BONDS AND INSURANCE: Insurance is required with this Request for Proposal, as specified in Section IV B. NO CONTACT POLICY. After the date and time established for receipt of proposals by the City, any contact initiated by the Proposer or by a City representative, other than the Purchasing Division representative listed herein, concerning this Request for Proposal is prohibited. Any such unauthorized contact may cause the disqualification of the Proposer from the procurement transaction. 1 Index: Section I. Proposal Requirements Checklist Section 11. Specific conditions and Instructions to this Proposal Section III. Detailed Specifications Section IV. General Conditions and Instructions to Proposals Section V. References Section VI. Pricing & Company Information Form SECTION LPROPOSAL REQUIREMENTS CHECKLIST DOCUMENTS REQUIRED TO BE SUBMITTED WITH THIS PROPOSAL Please review the following checklist to make sure the documents are included in your proposal. The required items and specific content mist be organized in the submitted proposal as they are listed below. A summarized letter of the vendor's proposal on the vendor's letterhead stationery. The letter must be signed by an officer of the vendor or a designated agent empowered to bind the firm in the contract offer. A minimum of three references from companies or agencies for projects similar in scope to this project. Include the company or agency's name and address, the name, title, phone number of each reference, and the date services were provided. References from other City of Iowa City employees will not be accepted (Section V). A completed and signed Pricing and Company Information Form (Section VI). The City is not responsible for the vendor's failure to provide information and pricing on required items. In this instance the prices submitted will prevail as the proposal price for all required equipment, materials, labor, and travel. Information on the services provided by the proposer, including the following items: • Give a detailed description of your company, including the location of your company, the services performed and how long your company has been performing the services, and the number of staff employed by your company. • Provide a detailed description of your company's methods of recycling, including your procedures. • Provide a list of equipment that your company owns to provide the proposed recycling services. • Procedures for handling customer service issues, including the customer service representative(s) responsible for the City of Waterloo's account. EXCEPTIONS/ DEVIATIONS to this Request for Proposal are to be included in Section VI. If adequate space is not provided for exceptions/deviations, please use a separate sheet of paper. If your company has no exceptions/deviations, please write "No Exceptions" in the space provided. If you state no exceptions, you may not add your company's terms and conditions or any other documents to your submitted proposal or any submittals after the proposal due date. Failure to note exceptions will mean that your company agrees to meet all requirements of the Request for Proposal. 3 SECTION II. SPECIFIC CONDITIONS AND INSTRUCTIONS TO THIS PROPOSAL A. SCOPE OF WORK: The City of Waterloo, Iowa is soliciting proposals from qualified vendors to provide recycling processing services. It is the intent of the City to compare the continuation of the current single stream (comingled) recycling system by accepting RFP responses. The awarded vendor shall provide a site for receiving recyclable materials and accommodate collection schedules Tuesday-Friday 8am-4pm, with the possibility of a few Saturdays. The awarded vendor shall provide a site for processing, storage and marketing. It is the intent of the City to: • Maximize the diversion of clean recyclable materials from the Black Hawk County Landfill via legitimate recycling markets. • Minimize the residual material landfilled after processing. • Fonn a cooperative partnership with the successful vendor to maximize public education, community outreach and other activities. • Maximize per-ton revenues derived from the sale of the recyclable materials and minimize transportation and overall costs. The materials collected and delivered to the transfer/processing facility as listed in this Scope of Services shall not be disposed of by land filling without the specific approval of the City. This implies that the Contractor will sort/process these materials to render the marketable status of the commodity. The removal of some contaminants and/or improper materials is expected. The cull materials, if process sorting is done locally in the metro-area, shall be tracked, reported monthly, and properly land filled at the Black Hawk County Landfill as per this agreement. The City agrees to coordinate any public education/relations efforts to minimize this problem; however, absolute product quality of the material delivered by the City cannot be assured, nor expected. B. BACKGROUND: The City of Waterloo is responsible for providing curbside recycling services to residents. The City employs staff to collect recycling curbside and to deposit collection at the processing facility. The City has a population of about 68,000 and serves approximately 11,000 households with monthly curbside recycling. Participation in curbside recycling programs range from 20-60% in most neighborhoods. Currently, about 500 tons of materials are collected curbside annually. C. CONTRACT TERM: 1. The contract shall commence on November 1, 2017. No price escalation will be allowed during the initial term of the contract. 2. The initial term of the contract shall be for one (I) year. The City may elect to extend this contract for one (1) additional one (1) year term with a maximum of four, one (1) year contract renewals. Extension of the contract after the initial one (1) year term is at the discretion of the City. 4 3. Requests for proposed price changes after the initial term of the contract must be submitted in writing to the Director of Public Works thirty (30) calendar days prior to the contract start date. The City reserves the right to accept or reject price increases, to negotiate more favorable terms, or to terminate without cost, the future performance of the contract. 4. Formal contract renewal will be issued, in writing, thirty (30) calendar days prior to expiration date of the current term. D. PROPOSAL REQUIREMENTS: 1. All vendors submitting a proposal must be capable of performing the services specified in this Request for Proposal. Before the award of this contract, vendors submitting a proposal may be required to show that they have the necessary equipment, experience, ability, and financial resources to perform the work within the time stipulated in a manner that is acceptable to the City. 2. If any vendor is in doubt as to the intent or meaning of any part of this Request for Proposal, the vendor must e-mail the Director of Public Works listed on page one (1) no later than October 11, 2017, 4:00 p.m. (CST). 3. Vendors are expected to fully inform themselves as to the conditions, requirements, and specifications before submitting a proposal. The submission of a proposal by a vendor implies acceptance of the terms and conditions herein, unless otherwise stated. 4. The format of the vendor's proposal must be consistent with the format of the specifications listed. 5. Any costs associated with the services provided under this contract not specifically set forth in this Request for Proposal will be the responsibility of the awarded vendor, and will be deemed included in the fees and charges bid herein. 6. Proposed pricing shall specify the destination of any contamination and include all costs to fulfill the contract and what the contamination fees are. 7. All applicable State of Iowa and federal laws, ordinances, licenses and regulations of a governmental body having jurisdiction shall apply to the award throughout as the case may be, and are incorporated herein by reference. 8. Responses may be rejected if the vendor fails to perform any of the following: a. To adhere to one or more of the provisions established in this Request for Proposal b. To demonstrate competence, experience, and ability to provide the equipment and services described in this Request for Proposal c. To submit a response on or before the deadline and complete all required forms d. To respond to a written request for clarification or additional information e. To fulfill a request for a presentation 9. Vendors may be required to submit financial statements subsequent to the opening of proposals together with such information as may be required to determine that a contemplated awardee is fully qualified to receive the award. 5 E. CONTRACTOR INTERVIEWS: The City reserves the right to conduct interviews with individual vendors to better assess the competency of the vendor and his/her designated project team members to provide the prescribed Scope of Services in a timely and satisfactory manner. Invitation to participate in a pre -selection interview shall be solely at the discretion of the City. All such interviews will be conducted in Waterloo and shall be without cost to the City. F. CONTRACT AWARD: 1. The vendor's proposal must be complete to be considered for award. 2. The City of Waterloo reserves the right to accept or reject any or all proposals and to waive irregularities or technicalities in any proposal when in the best interest of the City. The City of Waterloo reserves the right to accept or reject any exception taken by the vendor to the terms and conditions of the Request for Proposal. 3. 11 is the City's intent to make an award within thirty (30) working days of the proposal due date. 4. Award, if made, will be in accordance with the terms and conditions herein. 5. Award of this contract does not restrict the City from procuring the required services and supplies from other qualified vendors. 6. Any change to the contract must be approved in writing by the Director of Public Works and the awarded vendor. 7. Consideration may be given to, but not limited to, the proposed procedures for recycling services, the vendor's qualifications and capability to perform the work, experience and references, cost analysis (pricing) and projection, and the vendor's ability to comply with the requirements of this Request for Proposal. 8. The awarded vendor will be required to submit a current certificate of insurance prior to delivery and commencement of work. The certificate of insurance shall include the following items: • The City of Waterloo will be named as additional insured • Project title as the description • Insurance carriers will be rated as A or better by A.M. Best G. INSPECTION OF OPERATIONS AND/OR RECORDS: The City reserves the right, but not the duty, to inspect any equipment, facility or service used by the vendor in providing services pursuant to this contract and, likewise, the right to inspect, make, and keep copies of all books and records maintained by the vendor which relate to the services provided by the vendor hereunder, at any reasonable time and upon reasonable notice. Such inspections shall be conducted in a manner to minimize disruption to the vendor's business. The vendor shall cooperate fully with the City during an inspection. 6 SECTION III. DETAILED SPECIFICATIONS A. RECYCLING METHODS: The proposer will receive recyclables as single stream (comingled). The single stream will include all materials listed below. MATERIALS: I. Recyclable materials collected in the curbside program will include: • Old newspaper (ONP) • Chipboard • Residential mixed paper (junk mail, office/computer paper, file folders, telephone books, etc.) • Old corrugated containers (OCC) • Magazines and catalogs • Plastic containers labeled #1 through #7 (excluding Styrofoam and plastic bags) • Aluminum beverage containers • Pie tins and aluminum foil • Steel beverage and food containers 7 SECTION IV. GENERAL CONDITIONS AND INSTRUCTIONS FOR PROPOSING A. COMPETENCY OF PROPOSER. No proposal may be accepted from or contract awarded to any person, firm or corporation that is in arrears or in default to the City of Waterloo upon any debt or contract. Prior failure of a Proposer to perform faithfully on any previous contract or work for the City may be grounds for rejection. If requested, the Proposer shall present evidence of performance ability and possession of necessary facilities, pecuniary resources and adequate insurance to comply with the terms of these proposal documents; such evidence shall be presented within a specified time and to the satisfaction of the City. B. EQUAL EMPLOYMENT OPPORTUNITY. All Proposers are subject to and must comply with the provisions of the City's EEO policy and applicable local, state and federal antidiscrimination laws. All City contractors, subcontractors or consultants with contracts of $25,000 or more (or less, if required by another governmental agency) must abide by the requirements of the City's Contract Compliance. Emergency contracts are exempt from this provision. C. INSURANCE REQUIREMENTS. When required, the successful Proposer shall provide insurance as follows: 1. Certificate of Insurance: Cancellation or Modification a. Before commencing work, the Contractor shall submit to the City for approval of a Certificate of Insurance meeting all requirements specified herein, to be in effect for the full contract period. b. The Contractor shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. C. Cancellation or modification of said policy or policies shall be considered just cause for the City of Waterloo to immediately cancel the contract and/or to halt on the contract, and to withhold payment for any work performed on the contract. d. The policy shall be primary in payment, not excess or contingent, regardless of any other coverage available to the City. 2. Minimum Coverage Any policy or policies of insurance purchased by the Contractor to satisfy his/her responsibilities under this contract shall include contractual liability coverage, and shall be in the following type and minimum amounts: 3. Insurance Requirements Informal Project Specs: Class I (under SIM) Type of Coverage Each Aggregate Occurrence a. Comprehensive General Liability (1) Bodily Injury & Property Damage $500,000 $1,000,000 8 b. Automobile Liability Combined Single Limit (1) Bodily Injury & Property Damage $500,000 c. Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. The City requires that the Contractor's Insurance can-ier be "A" rated or better by A.M. Best. D. SPECIFICATIONS 1. FORMAL SPECIFICATIONS. The Proposer shall abide by and comply with the true intent of the specifications (i.e., not take advantage of any unintentional error or omission). Whenever mention herein is made of a service to be provided in accordance with laws, ordinances, building codes, underwriters' codes or similar expressions, the requirements of these laws, ordinances, etc., shall be construed as the minimum requirements of the specifications. 2. QUALIFICATIONS, CREDENTIALS AND REFERENCES. The Proposer shall provide a description of qualifications, credentials, experience, and resources as they relate to the provision of the proposal. The Proposer shall also provide a list of clients for whom similar work has been performed within the last two years, including the firm, contact person, address, and phone number of each contact person. 3. ADDENDUM TO SPECIFICATIONS. Any substantive interpretation, correction or change of the proposal documents shall be made by written addendum. Interpretation, corrections or changes of the proposal documents made in any other manner shall not be binding. Such interpretations, corrections or changes shall not be relied upon by Proposer. Any addenda shall be issued by the City within a reasonable time prior to the proposal date. It is the Proposer's responsibility to visit the City of Waterloo's web -site to insure that they have received all important addenda or revisions to the Request for Proposal prior to bidding. E. SELECTION OF FIRM 1. REJECTION OF PROPOSALS. The City reserves the right to accept or reject any or all proposals, to waive irregularities and technicalities, and to request resubmission. The City also reserves the right to reject the proposal of any Proposer who has previously failed to perform properly or complete on time contracts of a similar nature, or a proposal from a Proposer who, investigation shows, is not in a position to satisfactorily and timely perform the contract. 2. SELECTION. The City desires to enter into negotiations and ultimately reach an agreement with a Proposer who demonstrates the best combination of attributes to conduct the project, and who also negotiates a project cost with the City that is fair and reasonable. The City may conduct discussions with any Proposer who has submitted a proposal to determine qualifications, for further consideration. Since the initial review by the City will be deemed preliminary in nature, the document and process will be deemed confidential until such time as the successful Proposer is selected. Criteria for selection will include but not be limited to: • The quality, availability, adaptability and life cycle costing of the commodities and/or service. 9 • Guarantees and warranties. • Ability, capacity and skill to provide the commodities and/or service required within the specified time. • Ability to provide future maintenance and service. • Character, integrity, reputation, experience and efficiency. • Quality of performance of previous and/or existing contracts. • Whether the Proposer is in arrears to the City, in debt on a contract or is a defaulter on surety to the City. • if reasonable doubts arise as to Proposer's solvency, the City reserves the right to require financial information sufficient to show solvency and/or require a performance bond. • Such other relevant information as may be secured by the City. • Cost estimate; the City is not required to accept [he proposal with the lowest cost estimate. Once the City has reached an agreement with the Proposer, a letter will be mailed to the awardee. The letter will define the conditions of the contract between the City and the contractor selected to receive the award. 3. CORRECTIONS TO SUBMITTED PROPOSALS. Any changes that are made to this proposal using correction fluid, writing utensils, etc. before submission must be dated and initialed in each area that a change was made. 4. PRICING REQUIREMENTS. All pricing submitted by the Proposer shall be indicated in both words and figures. (Ex. $200.50, Two hundred dollars and fifty cents). F. GENERAL CONTRACT PROVISIONS 1. CONTRACT AWARD. Upon City's selection and satisfactory negotiation between City and Proposer on the work to be performed, a written award in the form of a formal letter, contract or other instrument shall result in a binding contract without further action by either party. The contract shall be on forms provided by the City; or if the Proposer's contract document is used, the City reserves the right to modify any document to conform to the request for proposal and to do so in the light most favorable to the City. 2. AVAILABILITY OF FUNDS. A contract shall be deemed valid only to the extent of appropriations available to each project. The City's extended obligation on these contracts which envision extended funding through successive fiscal periods shall he contingent upon actual appropriation for the following fiscal year. 3. CHANGE IN LAWS: In the event of a change in law that frustrates the goals of the City relative to this contract, the City will be entitled to terminate the contract upon written notification to the vendor without cost or penalty to the City. 10 4. CONTRACT ALTERATIONS. The City reserves the right to make changes to the Services to be provided which are within the Project. No assignment, alteration, change, or modification of the terms of this Agreement shall be valid unless made in writing and agreed to by both the City and the Proposer. The Proposer shall not commence any additional work or change the scope of the Service until authorized in writing by the City. 5. PRESS AND PUBLICITY The City of Waterloo shall be responsible for all press and publicity related to recycling within the City of Waterloo. Any and all efforts made by the Contractor that will affect the operation under this contract shall be reviewed by the City prior to initiation. This City shall not unreasonably restrict the normal business advertising of the Contractor. Proposer shall make no claim for additional compensation in the absence of a prior written approval and amendment of this Agreement executed by both the Proposer and the City. This Agreement may only be amended, supplemented or modified by a written document executed in the same manner as this Agreement. 6. SUBLETTING OF CONTRACT. Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract or their right, title or interest therein, or their power to execute such contract to any other person, firm or corporation without the prior written consent of the City, but in no case shall such consent relieve the Proposer from their obligations, or change the terms of the contract. 7. CONTRACT PERIOD. Contract shall remain in force for the full specified period and until all services have been satisfactorily delivered and accepted and thereafter until all requirements and conditions shall be met, unless: a. Extended upon written authorization of the City and accepted by contractor, for a period negotiated and agreed upon by both parties, when in the best interest of the City. b. Terminated due to default, as described below. 8. DEFAULT. The contract may be cancelled or annulled by the City in whole or in part by written notice of default to the Proposer upon non-performance, violation of contract terms, delivery failure, bankruptcy or insolvency, or the making of an assignment for the benefit of creditors. The City reserves the right to grant Contractor a specified cure period during which to cure or remedy the default, which cure period shall be included in the written notice of default. If default is not cured within the specified time, City reserves the right, but is not obligated to, extend the cure period or City may deem the Contract terminated without further notice. In either event, the defaulting Contractor (or his/her surety) shall be liable to the City for cost to the City in excess of the defaulted contract price. Lack of knowledge by the Contractor will in no way be a cause for relief from responsibility. If the Contract is terminated, an award may then be made to the next qualified Proposer; or when time is of the essence, services may be contracted in accordance with Emergency procedures. 9. DELIVERY FAILURES. Failure of a contractor to provide commodities and/or service within the time specified, unless extended in writing by the City or failure to replace rejected commodities and/or service when so directed by the City shall constitute delivery failure. When such failure occurs the City reserves the right to cancel or adjust the contract, whichever is in the best interest of the City. In either event, the City may purchase in the open market commodities and/or service of comparable worth to replace the articles of service rejected or not delivered. On all such purchases, 11 the Contractor shall reimburse the City, within a reasonable time specified by the City, for any expense incurred in excess of contract prices, or the City may deduct such amount from monies owed the Contractor. If the contract is not cancelled, such purchases shall be deducted from contract quantities. The City reserves the right to accept commodities and/or service delivered which do not meet specifications or are substandard in quality, subject to an adjustment in price to be determined by the City. Acceptance will be at the sole discretion of the City. 10. FORCE MAJEURE. The Contractor shall not be liable in damages for delivery failure when such failure is the result of fire, flood, strike, and act of God, act of government, act of an alien enemy or any other circumstances which, in the City's opinion, is beyond the control of the Contractor. Under such circumstances, however, the City may at its discretion cancel the contract. 11. INDEMNITY. The Proposer shall indemnify, defend and hold harmless the City of Waterloo and its officers, employees and agents from any and all liability, Loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury including death, license, patent, or copyright infringement, or property damage rising out of or resulting from the Proposer's operations under this Contract, whether such operations be by the Contractor or by any Subcontractor or by anyone directly or indirectly employed by either. Proposer is not, and shall not be deemed to be, an agent or employee of the City of Waterloo. Responsibility for Damage Claims - It is specifically agreed between the parties executing this contract that it is not intended by any of the provisions of any part of the contract documents to create in the public or any member thereof a third party beneficiary hereunder, or to authorize anyone not a party to this contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this contract. It is understood that no subcontractor is a third party beneficiary to any contract between the Contracting Authority and the prime contractor. Nothing in any special provision or any supplemental specification shall be construed as eliminating or superseding the requirements of this section. Proposer further agrees to: a. Save the City, its agents and employees harmless from liability of any nature or kind for the use of any copy -right or non -copyright composition, secret process, license, patented or unpatented invention, article, apparatus, or appliance, including any device or article forming a part of the apparatus or appliance of which the Proposer is not the patentee, assignee, licensee or owner, famished or used in the performance of the contract. b. Obtain all permits and licenses required by city, state and federal governments and pay all related fees. The Proposer shall also comply with all laws, ordinances, rules and regulations of the City, State of Iowa and the Federal Government. 12. ANTI -DISCRIMINATION. Proposer shall not discriminate against any person in employment or public accommodation because of race, religion, color, creed, gender identity, sex, national origin, sexual orientation, mental or physical disability, marital status or age. "Employment" shall include but not be limited to hiring, accepting, registering, classifying, promoting, or referring to employment. "Public accommodation" shall include but not be limited to providing goods, services, facilities, privileges and advantages to the public. 12 G. PAYMENT PROVISIONS 1. PAYMENT TERMS. Payments to the City of Waterloo should be submitted monthly to: City of Waterloo Public Works 625 Glenwood St Waterloo, Iowa 50703 2. INVOICING. Following acceptance of each payment term, payment shall be made within thirty (30) calendar days from receipt of itemized invoice and acceptance of goods or services by the City. Before City will pay any invoice, the invoice must first include proposal number, department name, dollar amount, and any other pertinent information. Submit invoices to: City of Waterloo Public Works 625 Glenwood St Waterloo, Iowa 50703 3. COMPENSATION a. A monthly statement and report of all materials processed shall be submitted on/or before the 15th of the following month. Payments by the City shall be made within thirty (30) days of receiving said statement and report. The City shall set all fees that are to be charged to residential users should they ever be required. b. The contractor will notify the Director of Public Works, in writing, of any rate change (30) days in advanced of the effective date of change. c. The Contractor shall develop and maintain a billing and accounting system that will provide for an itemized and summarized statement of services provided by the Contractor that will include the itemized total amounts of materials processed on a monthly basis. D. In the event that the processing/transfer facility has to be shut down for maintenance or repair for any period of time, the Contractor must provide a viable option for the City to process curbside recycling. 4. WITHHOLDING PAYMENT. Consideration for withholding payment shall include faulty materials, or workmanship, failure to meet delivery deadlines, and liens that have been filed, or evidence indicating a possible filing of claims. In all cases, regulations and limitations imposed by the Federal Government and State of Iowa shall prevail. 5. TAXES. The City of Waterloo is exempt from all Federal, State of Iowa and other states' taxes on the purchase of commodities and services used by the City of Waterloo within the State of Iowa. The Director of Public Works shall provide tax exemption certification to out of state suppliers as required. Out of state taxes imposed on purchases of commodities and/or services which are used within another state are applicable and subject to payment. 13 SECTION V. REFERENCES The vendor must provide a minimum of three (3) references from past and present clients for projects similar in scope to this project including the company or agency's name and address, the name, title, phone number of each reference, and date of service. The City reserves the right to contact each reference to assist with the evaluation of this Request for Proposal. References from other City of Waterloo employees will not be accepted. 1.) Company Name: City of Denver, IA Company Address: 107 N. State St, Denver, IA Company Contact: Larry Farley Title of Contact: Mayor Phone Number: 319-984-5642 Date of Services: 2005 - present 2.) Company Name: Company Address: Company Contact: Title of Contact: Phone Number: Date of Services: City of Fairbank, IA 116 E. Main St, Fairbank, IA Marlene Strempke City Clerk 319-635-2869 1999 - present 3.) Company Name: Company Address: Company Contact: Title of Contact: Phone Number: Date of Services: City of Evansdale, IA 123 N Evans Rd.. Evansdale, IA DeAnn City Clerk 319-232-6683 1999 - present Note: Additional references may be included with the submitted proposal. 14 SECTION VI. PRICING & COMPANY INFORMATION FORM Proposed pricing must include labor, travel, materials, equipment and all other costs required to perform the requirements of the contract. Any costs excluded from the vendor's submitted proposal will be the responsibility of the vendor. The proposer shall provide a guaranteed minimum price per ton of recyclable materials to be paid to the City for the life of the base contract of one (1) year. A positive number indicates a minimum price per ton that the City will receive. Zero indicates no minimum price per ton that the City will receive and no processing fee. A negative number indicates a per -ton processing fee for the base life of the contract. Single stream materials: Please provide one price per ton for single stream materials. Single stream processing $ -55.00 per ton (Negative Fifty -Five and 00/100 dollars for clean curbside) Cardboard $ n/a per ton (Cardboard in single stream will be considered part of single stream and charged at those rates) State the amount of maximum contamination allowed 30% (After 30%, load is deemed trash and will be hansported to landfill as trash) State the maximum residual percentage 0% State the contamination fee -$90.00 per ton for all contaminated tons ALTERNATIVE FEE STRUCTURE: Please attach a detailed explanation and include documentation if your company's pricing is calculated differently than stated above. Note: If applicable, include any revenue sharing arrangements. EXCEPTIONS/ DEVIATIONS to this Request for Proposal shall be taken below. If adequate space is not provided for exceptions/deviations, please use a separate sheet of paper. If your company has no exceptions/deviations, please write "No Exceptions" in the space below. If you state no exceptions, you may not add your company's terms and conditions or any other documents to your submitted proposal or any submittals after the proposal due date. *Any loads received other than proposed 8am-4pm Mon -Fri, will be charged at $-65.00/ton (Negative Sixty -Five and 00/100 dollars). The undersigned proposer, having examined and determined the scope of this Request for Proposal, hereby proposes to provide the required labor, services and equipment and to perform the work as described in the proposal documents and to do all work at the prices set forth within. The undersigned proposer states that this proposal is made in conformity with the specifications and qualifications contained herein. In the event that there are any discrepancies or differences between any conditions of the vendor's proposal and the Request for Proposal prepared by the City of Waterloo, the City's Request for Proposal shall prevail. 15 The undersigned proposer certifies that this proposal is made in good faith connection with any other person or persons bidding on the project. Designated person(s) who can be contacted for information during the period of contract administration upon award of the contract. Provide the following information: Name: Scott A. Brunson and without collusion or evaluation and for prompt Phone Number: 319-232-4150 x1 05 E-mail Address: scott@blackhawkwaste.com No ink stamps will be accepted. The information below must be legibly typed or handwritten. Name of Firm: Cedar Valley Recycling & Transfer Authorized Representative: Blane Benham Signature of Representative: Title of Authorized Representative: General Manager Address: 1920 Water St City/State/Zip: Phone Number: Fax Number: Waterloo. IA 50703 319-232-4150 319-232-1086 Website Address: www.blackhawkwaste.com E -Mail Address: sales a( blackhawkwaste.com Date Signed: 10-11-17 Addenda Form The undersigned hereby acknowledges receipt of the following applicable addenda: Addenda Number Date 16 The term of this contract shall be one (1) year, commencing November 1, 2017, through October 31, 2018. The City and the Contractor may mutually extend this contract for an additional one (1) year. Cedar Valley Recycling & Transfer Contractor By: 31owuz___ Title: City Q V✓l City of Waterloo, Iowa Mayor Approved by the City Council of Waterloo, Iowa, on , 2017 ATTEST: , City Clerk, Waterloo, Iowa 17 -Doco,4 r.,r-6Nvvt l=E uoc,kestDo, foggfact.it4G4 SEALED 1Ro?DSA1. cD Q?DGESSt 5t�itv t Cf S %iG r (.6 ' r7`l Cal o f tA)A rE P.L.OD , TA Crrt C. s OFFtt.E '115 ial•St tY 'T. ya►i,EtLs.oo, 2A 5b103