CITY OF LOCKPORT, NEW YORK SOLID WASTE PROGRAM

Size: px
Start display at page:

Download "CITY OF LOCKPORT, NEW YORK SOLID WASTE PROGRAM"

Transcription

1 CITY OF LOCKPORT, NEW YORK SOLID WASTE PROGRAM REQUEST FOR PROPOSALS TO PROVIDE REFUSE COLLECTION and DISPOSAL AND RECYCLABLE MATERIALS COLLECTION and PROCESSING March 31, 2011

2 NOTICE TO PROPOSERS The City of Lockport New York ( City ) has issued a Request for Proposals (RFP) for semiautomated or automated refuse hauling from collection sites within the City limits, refuse disposal (post April 2012), recycling hauling (from collection sites within the City limits) processing and sale of recyclables and recycling receptacles. A five-year service period is sought, with the potential for an additional five-year extension upon mutual consent of City and Respondent Contractor. In accordance with New York State General Municipal Law 120-w, it is the intention of the City to enter into negotiations for an agreement with the Respondent Contractor whose proposal, in the judgment of the City, best serves the City s needs considering net costs, technical feasibility and reliability, resources, risk allocation, and experience in similar operations. The City reserves the right to reject all proposals. This final RFP may be examined and obtained at the City of Lockport City Hall, 1 Locks Plaza, Lockport, New York 109 and is also available online at the City of Lockport website The City urges that all likely Respondent Contractors forward their contact information to the City, in order to receive updates, and addendums regarding this RFP. The final RFP will require a deposit of a certified check, payable to the order of the City of Lockport, for a sum equal to ten thousand dollars ($10,000), or a bond with sufficient sureties in a penal sum equal to ten thousand dollars ($10,000), with the condition that if the proposal is accepted, the successful bidder will enter into a contract for the terms of the agreement, and that he/she will execute an agreement with the City within fifteen (15) days from the date of acceptance of the proposal, as specified in the proposal conditions. 1 P age

3 TABLE OF CONTENTS SECTION NOTICE TO PROPOSERS PAGE NUMBER i 1.0 DEFINITIONS PROJECT BACKGROUND Current Refuse and Recycling Collection Operations PROPOSAL SCHEDULE 13.0 EVALUATION and SELECTION PROCESS PROPOSAL SUBMITTAL REQUIREMENTS Contractor s Description of Requested Services Commitment to Waste Reduction Description of Curbside Recycling Program (residential) Description of Curbside Recycling Program (commercial, Multiresidential) Program to Minimize Missed Collections and Manage Complaints Proposal Exceptions Completion of proposal forms Contractor Qualifications Value Added Alternatives Financial Viability/Funding Sources Certified Financial Statements Bond and Credit Ratings/References Demonstrated Financial Performances Affirmative Action/Equal Opportunity Employment GENERAL PROPOSAL CONDITIONS 20 2 P age

4 6.1 Period of Validity Responses Required RFP Point of Contact Correspondence Proposals Held as Non-Public Data Review Committee Negotiations Award of Contract Insurance Requirement Indemnification Performance Bond Force Majeure Standard of Performance Subcontract Termination Regulatory Compliance Information provided by the City Cost and Expenses of Offers Cancellation or modification of RFP and rejection of any and all proposals Ownership and Disclosure Auditing Requirements Additional Comments Applicable Laws Independent Parties Taxes 28 3 P age

5 6.26 General Contractor Requirements Vehicles Collection Schedule Refuse Disposal Locations Equipment and Personnel Subcontract Complaints Service Payment Reports and Records Alternate/Back-Up Plan City Issued Wheeled Refuse Carts Wheeled Refuse Cart Responsibility Operational Hours Holidays Administration of City User Fee Education/Promotion and Outreach Public Informational Meetings SPECIFIC PROPOSAL CONDTIONS Current Refuse Disposal Contract Period Eligible User Fee Program Participants Management of Exemptions 3 7. Refuse Collection Collection of Refuse from Single, Double and Triple Family Parcels Collection from Multiresidential and Commercial Parcels Refuse Disposal 36 P age

6 7.5.1 Refuse Collection Carts Phase-in of City-wide Refuse Carts Recycling Collection and Processing Provide 18-gal Recycling Containers for Weekly Collection Provide 65-gallon wheeled Recycling Cart (every-other- week-collection) Commercial/Multiresidential Recycling Collection Recycling Revenue Sharing Refuse Disposal Rate (post /30/2012) Separate Container Service Rates 3 APPENDIX A: REFUSE COLLECTION ROUTES APPENDIX B: CITY OF LOCKPORT REFUSE COLLECTION DATA APPENDIX C: COMMERCIAL COLELCTION ROUTE/CENTRAL BUSINESS DISTRICT APPENDIX D: REFUSE/RECYCLING WHEELED CART SPECIFICATION APPENDIX E: COMMERCIAL STREETS APPENDIX F: SAMPLE LIST OF ADDRESSES OF OCCUPIED PARCELS APPENDIX G: RECYCLABLE ITEM LIST APPENDIX H: SPECIFICATIONS FOR 18-GALLON RECYCLING BINS APPENDIX I: REVENUE SHARING WORKBOOK APPENDIX J: SPECIFIC PROPOSAL CONDITIONS CHECK SHEET APPENDIX K: AFFIRMATIVE ACTION/EQUAL OPPROTUTNITY EMPLOYMENT APPENDIX L: NON-COLLUSION STATEMENT 5 P age

7 1.0 DEFINITIONS Bulk Solid Waste- Solid Waste which is too large or too heavy to place inside City issued Refuse Cart. The term includes discarded small household furniture, bedding and mattresses, hot-water tanks, carpet (minimum 3 rolls, each no larger than ft long and 18 inches wide. This will also include Large Appliances to include stoves, refrigerators, dishwashers, dryers, washing machines, scrap metal and other large appliances. This term DOES NOT include air-conditioners, microwaveemitting equipment, microwave ovens and regulated material. Central Business District- Includes collection in the area of Washburn St. to S. Transit to Walnut to (and along) Main St. City of Lockport City - is a municipal corporation incorporated pursuant to the laws of the State of New York in City Disposal Sticker- A sticker available from the city or its agents which shall bear an identification mark established by the City. City Issued Container- A roll-away (wheeled) refuse cart issued by the City to property owners or their representatives, capable of semi-automated and/or automated refuse collection, for the sole purpose of storage, collection and disposal of source-separated solid waste. City Sticker Items- Must be refuse bags, cannot exceed 33-gallons. In no instance shall the bags be packed so as to contain more than their intended weight. Collectible material must be properly sealed and presented and set at curbside, adjacent to refuse cart (not on top), and contain City Sticker. All no bagged garbage and rubbish (other than monthly bulk item collection)without a city sticker must be left and reported to City. City User- A person who is a legal resident of the City of Lockport and who subscribes to CITY Refuse and Recycling Program and uses City Disposal Stickers in accordance with rules. Commencement Date- April 1, 2011 (or another mutually agreed upon date) through March 31, 2016 (or five years from the mutually agreed upon date). Commercial Refuse- waste originating in and around commercial establishments, industrial establishments and institutions. Commercial Refuse Management- The purposeful, systematic control of the generation, separation, storage, collection, processing and disposal of commercial and institutional waste. Commercial/Industrial User- Any producers of solid waste other than single, double or multifamily producer, including businesses, schools, churches, post offices, restaurants, governmental properties, institutional properties, parking lots, parking garages and parking ramps. 6 P age

8 Commingled Recyclables- mixed recyclable materials separated from MSW at the point of generation. Composting- a controlled microbial degradation of organic waste yielding a nuisance-free product of potential value as a soil conditioner. Construction Waste- Waste resulting from the commercial operations of persons, firms or corporations engaging in the construction, reconstruction, demolition, excavation or repair of buildings, property or streets. Curbside Collection-collection at individual households or commercial buildings by municipal or private haulers, for subsequent transport to management facility. Default Service- Residents and individual apartment units that do not respond by XX will automatically default to o o o o Single Family: one (1)-95 gallon refuse cart Double Family: two (2)-95 gallon refuse carts Triple Family: three (3)-95 gallon refuse carts Four Family units must a. present appropriate documentation of service contract engagement or b. default to four ()-95 gallon refuse carts. Double Family Parcel: a person who owns or occupies and improved parcel of land in the City of Lockport which is designated for or occupied by a residential use with two dwelling units. Facility- the structures, land, and other improvements on the land, used for treating, sorting, or disposing of waste. A facility may consist of several treatment, storage, or disposal operational units. Final Request for Proposals RFP - shall mean completed, formal procurement document, issued in accordance with Section 120-w of the New York State General Municipal law for the purpose of soliciting contracts and agreements for solid waste management, collection and disposal. Force Majeure- shall mean any occurrence that effectively prevents a party from performing any of its obligations under this agreement(s), to the extent that such occurrence is demonstrably beyond the reasonable control of the non-performing party; and shall include, but not be limited to, such occurrences as acts of war, whether declared or not; riots or violent calamities; strikes or other labor disputes whether or not on the part of the employees or either party hereto; or future order of any government, court or regulatory body claiming jurisdiction, specifically including, but not limited to, the New York State Department of Environmental Conservation. Hazardous Materials- A solid waste or combination of solid wastes which, because of its quantity, concentration or physical, chemical, or infectious characteristics, may cause or presents a 7 P age

9 significant threat to human health and/or the environment when improperly treated, stored, transported, disposed or otherwise managed. From a regulatory standpoint hazardous waste is defined on a basis of regulations in the Resource Conservation and Recovery Act administered by the USEPA. Industrial Waste- Any and all residue resulting direction from industrial or manufacturing operations. It shall not include refuse origination from office operations or an industrial establishment, nor shall it include refuse resulting from the commercial operations of persons, firms or corporations engaged in the construction of buildings, the repair of streets and buildings, demolition or excavation. Residue or waste resulting from tree or landscaping services shall also be excluded. Integrated Waste Management-coordinated use of a hierarchy of management methods, including recycling, composting, incineration, and landfilling. Landscape Waste- All accumulations of grass or shrubbery cuttings, leaves, tree branches, and other materials accumulated as the result of the care of the lawn, shrubbery, vines and trees. Materials Recovery Facility (MRF)- a materials recovery facility Multiresidential User- A person who owns or occupies an improved parcel of land in the City of Lockport which is designated for or occupied by a residential use with four or more dwelling units. Proposal- shall mean a document submitted in response to the final RFP. Parcel- a single address or location that may have a single, double or triple residency or a small commercial business that requires collection of solid waste and recyclables Recycling- separating and processing a given waste material from the waste stream for reuse or processing so as to be suitable for use as a raw material for manufacturing. Recycling Container- A bin, roll-away cart or other container set at curbside, supplied by the City or designee of the CITY, for use by waste generators within the CITY, which is readily identifiable by a hauler as a container for recyclable materials. Containers supplied by the CITY designee shall be used exclusively for the storage and collection of recyclables pursuant to a city-sponsored recycling program, and such containers shall, at all times, remain the property of the CITY. Refuse- solid waste generated at residences, commercial establishments, and institutions. Means garbage, refuse or other waste, and other material resulting from residential dwellings or establishments and existing public areas which are not defined as RECYCLABLES or LANDSCAPE WASTE. Excluded from the definition of refuse (municipal solid waste) are the following which the Contractor shall have no obligation to accept or process (herein the excluded wastes ): any radioactive, volatile, highly flammable, explosive, toxic, biomedical, or hazardous material or any 8 P age

10 other waste or material not meeting the requirements of this contract. The term hazardous material shall include, but not be limited to, any amount of waste listed or characterized as hazardous by the United States Environmental Protection Agency or any state agency of jurisdiction. However, it is reasonable to expect that there is a chance of accidental mixing of such waste with the normal refuse stream. The Contractor must be prepared to deal with such situations. The City must be contacted if the Contractor finds such material. Refuse Cart- See City Issued Container Residential User- A person who owns or occupies and improved parcel of land in the City of Lockport which is designed for or occupied by a residential use with three or fewer dwelling units. This term includes, but is not limited to vacant lots and two residential structures on one parcel. Residential Building Refuse- Any and all refuse or residue resulting from building construction, reconstruction, repair or demolition or other incidental work in connection with any premises; or from replacement of building equipment or appliances, which work is performed by the owner or resident. Blend with CONSTRUCTION WASTE: Waste resulting from the commercial operations of persons, firms or corporations engaging in the construction, reconstruction, demolition, excavation or repair of buildings, property or streets. Respondent Contractor- An entity that specializes in recycling, commercial and residential waste removal, sanitation for residential, commercial, industrial and municipal customers. Separate and Additional Collection Service- residents desirous of disposing quantities of refuse may separately contract with City approved hauler using additional container service rates included in this RFP. Single Family Parcel- a person who owns or occupies and improved parcel of land in the City of Lockport which is designated for or occupied by a residential use with one family dwelling unit. Single Stream Recycling- a system in which all paper fibers and containers (glass, plastic, aluminum) are mixed together in the same receptacle for recycling. Source Separation- The segregation of recyclables and other recoverable materials from nonrecyclable solid waste at the point of generation for separate collection, donations, sale or other disposition. Tagged Item- See City Disposal Sticker Transfer Station- A location where certain types of waste can be temporarily stored, in between being dropped off by domestic waste collection lorries and being carried off by larger vehicles for subsequent treatment and ultimate disposal. Triple Family Parcel- a person who owns or occupies and improved parcel of land in the City of Lockport which is designated for a or occupied by a residential use with three dwellings. 9 P age

11 Waste Reduction Program- Programs designed to reduce the volume of solid waste, to enhance reclamation and recovery of solid waste or recyclables otherwise destined for the municipal waste stream, and includes recycling programs; changes to the packaging portion of the waste stream to reduce solid waste generated; and activities and enterprises of scrap dealers. Variable Cart Selection Options- Residents and individual apartment units will have the option to select from three varying capacities for disposal of solid waste on a weekly collection schedule: o Single Family: Single container service of 35, 65 or 95. Multiple container service will not exceed four () total 95-gallon carts. Only 95-gallon carts are available for multiple container service. o Double Family: Property owner may select two (2) individual container sizes (35, 65 or 95 gallon). Service selection greater than two (2) refuse carts will default to three (3) 95-gallon refuse carts. Multiple container service is not to exceed four () total 95-gallon carts. o o Triple Family: All units must subscribe to a minimum of three (3) 95 gallon refuse cart service, not to exceed four () total 95-gallon carts. Four Family units must either present appropriate documentation of service contract engagement to City or select a minimum of -95 gallon refuse cart service. Yard Waste- Compost material, organic yard and garden waste, leaves, grass clippings and brush. This term does not include regulated material. 10 P age

12 2.0 PROJECT BACKGROUND A mayoral subcommittee was tasked with evaluating and recommending a cost effective, solid waste management program inclusive of curbside recycling collection, for all city residents. Recent labor negotiations have granted the City of Lockport the option to allow privatized waste hauling within the City. The subcommittee focused upon creating a cost effective, strategic hauling plan that diverted waste from disposal and offered full curbside recycling opportunities to residents. The City of Lockport recognizes the removal and reduction of certain materials from the solid waste stream will decrease the flow of waste to landfills, aid in the conservation of valuable resources, and reduce the costs associated with managing waste. Methods of solid waste management emphasizing source reduction, reuse and recycling are essential in Lockport for long-term preservation of public health, economic prosperity, and environmental quality. Consistent with the subcommittee s goals of identifying a cost effective hauling program that emphasizes recycling and waste reduction, the committee proposed the City pursue a Variable Refuse Cart/User Fee program that includes residential curbside recycling. Such a program declares the imposition of solid waste disposal costs to each generator on the basis of volume disposed, providing a necessary incentive to reduce the generation of solid waste by recycling and waste reduction. This final Request for Proposals (RFP) is designed to complement the City s transition to a Variable Cart/ Solid Waste User Fee program. It is expected that the proposed methodology will complement a curbside recycling program and consequently increase diversion of recyclable, reusable and compostable materials from the disposal steam. The implementation of a limited refuse capacity program is expected to also promulgate intangible benefits such as vermin/rodent control, aesthetics, composting participation and increased environmental awareness. 2.1 Current Refuse and Recycling Collection Operations The current refuse and recycling program is managed and implemented by the City of Lockport Highway and Parks Department. Daily refuse collection involves deployment of five (5) refuse collection trucks per collection district within the City. On each collection day, separate 1-ton pick-up trucks collect cardboard and newspaper placed at the curbside (Cardboard and newspaper are then taken to the Highway garage compactor). Commingled curbside recyclables collection is not available. Currently, residents utilize a single commingle container drop-off location within the city. Detailed maps of each collection route, inclusive of zoning parcel breakdown and estimated collection stops, is included as Appendix A. Average daily collection stops are estimated at 1,36 stops (Table 2.1). A median of.1 tons of refuse was collected from a study period extending from February 2010 through February Refuse collection peaked in June 2010, at 50.6 tons and was lowest in January 2010, at 31.8 tons. Data quantification during the annual study period is included as Appendix B. 11 P age

13 Data assembled from years 2000 through 2009 indicates Lockport annually disposed an average of 11,655 tons of refuse. Annual recyclables collection coordinated by the City, since 2007, has resulted in the collection of 500 tons of cardboard/newspaper and approximately 30 tons of commingled recyclables annually. Independent of refuse collection, the city also collects brush, leaves and yard debris for composting or use as a bulking agent at the City compost facility. Annual compostable collection estimates for years 2009 and 2010 range between 750 tons and 1,200 tons, respectively. The City will continue to provide a Yard Waste collection program. In summary, over the study period, average annual per capita waste disposal rates of household refuse equaled 3.2-lbs. Average per capita diversion (includes curbside cardboard/newspaper, yard waste, and drop-off bins) equaled 0.25-lbs or 7% (Table 2.2). 12 P age

14 3.0 PROPOSAL SCHEDULE The City of Lockport is undertaking this competitive procurement in compliance with procedures specified in Section 120-w. The schedule for this solicitation of proposals is included in the timeline presented below. The City reserves the right to modify this schedule as necessary, and is therefore tentative and subject to changes. All addendums and changes to this project will be sent via electronic mail to all prospective respondents that have provided contact information. The City will accept final proposals at City Hall, 1 Locks Plaza, Lockport, New York 109 until 3:00pm Friday May 5 th, Proposed Date November 2, 2010 December 8, 2010 January 26, 2011 March 30th May 6th May 9 th through May 18th May 25th June 3rd June 8th July 16th If needed, TBD If needed, TBD Action Draft RFP Notice published and RFP available Proposal Meeting Draft RFP Responses due Final RFP published in accordance with 120-w. Last day to submit final proposals Final proposals evaluated Proposal evaluation completed and selection of contractor for contract negotiation commencement. Complete negotiations and recommend responsible contractor with more responsive RFP for contract reward. Make award to selected Contractor. Commence contract If award is made to a contractor other than the lowest bidder, the City will hold a public hearing. If award is made to a contractor other than the lowest bidder, the City will adopt a resolution with the particularized findings regarding the factors upon which the City made the award, and indicating that City requirements are met by the award, and that the award is in the public interest. 13 P age

15 TBD Notice of the official City action awarding the contract published in accordance with Section 120-w. 1 P age

16 .0 EVALUATION and SELECTION PROCESS The objective of this RFP process is to select a Respondent Contractor whose proposal is judged though the evaluation process outlined in this section, to be in the best interests of the City of Lockport. All proposals will be evaluated according to the information submitted, including (a) evaluation and verification of the respondent s qualifications, experiences and references; (b) evaluation of technical information; and (c) analysis of financial and economic information. The City of Lockport Common Council, as its option, will select the proposal most advantageous and suitable to the needs of the City per the recommendation of the Refuse Committee, following negotiations. Each proposal will be evaluated for completeness and responsiveness. At the City s discretion during the evaluation process, it may either reject any proposal deemed incomplete or nonconforming with instructions or request further information or clarification from respondents. Proposals of non-qualifying respondents will not be considered for further evaluation. Each proposal will also be evaluated to determine if the minimum financial and technical requirements are met. While the overall cost to City residents will constitute a major criterion for the evaluation of the proposals, the City reserves the right to assess the entire proposal for each of the evaluation categories described. The respondent must demonstrate sufficient financial resources to meet all contract requirements. The proposal will be evaluated relative to the respondent s creditworthiness, annual report, financial statements, and bonding ability. Company experience, in general, project experience, management capability, operations experience, and experience conducting business with the public sector will be evaluated. A list of descriptions for each evaluation criteria is as follows: Project Experience: The project experience of the respondent will be evaluated according to the following: o o o o o Previous experience in refuse collection and disposal management and recycling operations management. Willingness and ability to respond to changes and concerns expressed by the City representatives. Provided references Commitment and ability to meet schedules and long-term contract obligations. History of environmental compliance. Management Capability: Respondents will be evaluated based on experience and ability to provide requested services. Management capability will be evaluated according to the following: 15 P age

17 o o o o Project management Worker health and safety policies and practices Experience working with municipal officials Experience of personnel assigned to project management, experience with management of refuse collection and disposal operations and recycling collection and processing operations. Experience with Public Sector Entities: Respondents experience with the public sector including their track record with municipal contracts and providing public sector access to information will be evaluated. Technical Evaluation submitted in accordance with Proposal Concepts. The purpose of the technical evaluation is to verify that the technical approach and schedule are in the best interests of the City. Furthermore, the information will be evaluated to determine if it is responsible or if inconsistencies exist. Following evaluations of all proposals, it is the intent that one or more respondents will be selected for negotiations. The negotiations may be conducted simultaneously on a competitive basis. The City may conduct proposal clarification discussions, and negotiations with one or more proposal submittals. The City reserves the right to terminate negotiations with one or more respondents at any time, to conduct negotiations to clarify, strengthen, and modify proposals only with the respondents whose proposals have not been previously set aside, and to resume discussion and negotiations with respondents who proposals were previously set aside. 16 P age

18 5.0 PROPOSAL SUBMITTAL REQUIREMENTS Each respondent shall submit information regarding their proposed approach for implementation of the project, in addition to the required information contained in the specific proposal conditions. The approach shall include the following minimum information: 5.1 Contractor s Description of Requested Services Provide a detailed description of the Contractors ability to implement the project as proposed in Section 6.0 and 7.0, and the likelihood for success. List key milestones and potential obstacles. Provide a project schedule indicating key dates. As part of this information, respondents should supply a list of existing projects, a summary of how they are similar in nature to this proposed project, and associated references that can be contacted by the evaluation team during the interview and/or negotiation process. 5.2 Commitment to Waste Reduction Respondent Contractor s commitment to compliment the City s strategy to reduce the quantity of waste destined for disposal and support the economic and strategic development plans to encourage and maintain waste reduction. 5.3 Description of Curbside Recycling Program (residential) Respondent Contractors description of proposed curbside recycling collection program that engages residents to participate and seeks to minimize contamination placed by users in recycling containers. 5. Description of Curbside Recycling Program (commercial, Multiresidential) Respondent Contractors description of a recycling collection program that encourages commercial, industrial and Multiresidential unit participation. 5.5 Program to Minimize Missed Collections and Manage Complaints Respondent Contractors shall include a proposal to mitigate missed collections and establish a system where the contractor will be able to rectify complaints received by the City regarding missed collection, poor handling of refuse and recycling containers, and any other issues that may arise concerning the work performed by the contractor. Customer complaints will be first answered and administered by the City. The Contractor shall be responsible for responding to customer complaints forwarded to the City. The City will then forward prioritized complaints to the Contractor either by or facsimile. 17 P age

19 The Contractor shall have a minimum of two (2) phone lines, one facsimile number, and one e- mail dedicated to this account for City correspondence and the forwarding of collection problems. 5.6 Proposal Exceptions: The Respondent Contractor shall furnish a list that specifies any proposal exceptions. 5.7 Completion of proposal forms: Special Proposal Conditions Check Sheet (Appendix J) Recycling Incentive Proposal (Appendix I) Non-collusion statement. (Appendix L) 5.8 Contractor Qualifications Provide an organizational chart, inclusive of responsibilities and reporting relationships of personnel, and supporting text describing the background of the organization. Include a list of all legal and contractual relationships between and among respondent team members. Include a short business history of respondent team members that is inclusive of experiences with provision and services requested in this RFP. 5.9 Value Added Alternatives Describe specific methodologies, innovative practices, and potential cost saving measures relevant to this RFP Financial Viability/Funding Sources Provide a description of proposed package and identify anticipated costs and total financial investment. Justify the financial viability of the proposed approach Certified Financial Statements Provide five (5) years of audited financial statements including balance sheets, cash flow and income statements Bond and Credit Ratings/References Provide bond and credit rating information. Include a minimum of three (3) bond and credit references. 18 P age

20 5.13 Demonstrated Financial Performances Demonstrate the ability to meet contract securing requirements by supplying information on previous projects including financial guarantees, letters of credit and payment and/or performance bonds 5.1 Affirmative Action/Equal Opportunity Employment This project will be subject to applicable laws, directives, and regulations as promulgated by State and Local authorities in the area of Equal Employment Opportunity (EEO). The respondent is required to include in its proposal an Affirmative Action Plan, which incorporates the City s EEO Policy (Appendix L). 19 P age

21 6.0 GENERAL PROPOSAL CONDITIONS 6.1 Period of Validity All proposals shall be valid for a period of 90 days from the last date to submit proposals. 6.2 Responses Required All proposers must respond to all general proposal and specific condition sections. 6.3 RFP Point of Contact The City s point of contact for this proposal shall be Norman Allen, City of Lockport Director of Engineering, nallen@elockport.com. 6. Correspondence All communications concerning this RFP must be submitted in writing to the City of Lockport via to nallen@elockport.com. Only written questions submitted via will be accepted. No response other than written responses distributed by the Treasurer s Office of the City of Lockport will be binding upon City of Lockport. User departments may be called upon for clarification to their area of expertise at the discretion of the Treasurer s Office. Questions will be answered in writing and posted on the City of Lockport website ( and will also be distributed at the pre-proposal conference. It is the respondent s responsibility to check the City of Lockport website for any addenda, responses to vendor questions, or other communications, which may be necessary during the solicitation period. 6.5 Proposals Held as Non-Public Data Only the company names of vendors submitting proposals will be made public. All proposal documents shall be held as non-public data until the City Council awards a new Contract and authorizes staff to execute the new Contract. 6.6 Review Committee Proposals will be reviewed by the City Refuse Commission (Section.0: Evaluation and Selection Process). The Commission will recommend vendors, in rank order of priority, to the City Council. 6.7 Negotiations 20 P age

22 The City Refuse Committee will negotiate with the top ranked vendor. If negotiations with the top ranked vendor are not successful, the City may then initiate negotiations with the second ranked vendor, and so on. The City reserves the right to negotiate specific work elements with a respondent into a Contract of lesser or greater expense than described in this RFP of the respondent's reply. 6.8 Award of Contract Once a draft Contract has been successfully negotiated, City staff will present its recommendations to the City Council (approximately 6/8/2011). The City Council may then award the Contract and authorize staff to execute it. 6.9 Insurance Requirement Before performing any work on the awarded contract, the successful respondent shall procure and maintain, during the life of said contract, insurance coverage as listed below. The successful bidder shall furnish to the City of Lockport proof of proper insurance naming the City of Lockport as a named insured covering workers compensation for all operations performed by him or his sub-contractors under a subsequent agreement. The successful bidder shall also furnish to the City of Lockport proof of proper insurance naming the City of Lockport as a named insured covering public injury liability, property damage liability in the amount of $1,000,000 in each occurrence or each person and $3,000,000 in the aggregate for each insured liability. The insurance shall be maintained throughout the term of the agreement(s) and certificates acceptable to the City of Lockport must be submitted thereto prior to commencement of any activities under the subsequent agreement. Upon execution of this Agreement, and prior to the Contractor s commencing any work or services with regard to the Project, the Contractor shall carry commercial general liability insurance on ISO for CG (or a substitute form providing equivalent coverage) and the Contractor shall provide the contractor with a Certificate of Insurance and Additional Insured Endorsement on ISO form CG and CG (or substitute forms providing equivalent coverage naming the City as Additional Insured s, shall not be less than $1 million dollars each Occurrence, $2 million Products/Completed Operations Aggregate and $1 million Personal and Advertising Injury limits. Such insurance shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal and advertising injury, and liability assumed under an insured contract (including the tort liability of another assumed in a business contract). There shall be no endorsement or modification of the Commercial General Liability form arising from pollution, explosion, collapse, underground property damage or work performed by Contractors or Subcontractors. All coverage shall be placed with an insurance company duly admitted in the State of New York and shall be reasonably acceptable to the City. All contractor insurance carriers must maintain an A.M. Best 21 P age

23 rating of A- or better. Coverage shall be afforded to the Additional Insured s whether or not a claim is in litigation. The insurance coverage required under this paragraph shall be of sufficient type, scope, and duration to ensure coverage for the City for liability related to any manifestation date within the applicable statutes of limitation and/or repose which pertain to any work performed by or on behalf of the City in relation to the Project. Each certificate of Insurance shall provide that the insurer must give the City at least 30 days prior written notice of cancellation and termination of the Contractor s coverage there under. Not less than two weeks prior to the expiration, cancellation or termination of any such policy, the Contractor shall supply the contractor with a new and replacement Certificate of Insurance and Additional Insured endorsement as proof of renewal of said original policy. Said new and replacement endorsements shall be similarly endorsed in favor of the City as set forth above. Additionally and prior to commencement of the Work, the Contractor shall provide the City with a Certificate of Insurance showing liability insurance coverage for the Contractor and any employees, agents, or Subcontractors of the Contractor for any Workers Compensation, Employer s Liability and Automobile Liability. In the event any of these policies are terminated, Certificates of Insurance showing replacement coverage shall be provided to the City. Coverage s shall be no less than the following: Worker s Compensation and Employers Liability Insurance: As required by law and affording thirty (30) days written notice to Contractor prior to cancellation or non-renewal, providing coverage of not less than $1,000,000 for bodily injury caused by accident and $1,000,000 for bodily injury by disease. Business Auto Liability Insurance: Written in the amount of not less than $1,000,000 each accident. Waiver of Subrogation: Contractor shall obtain from each of its insurers a waiver of subrogation on Commercial General Liability in favor of the City with respect to Losses arising out of or in connection with the Work. Each and every provision of law and clause required by law to be inserted in this agreement shall be deemed to have been inserted herein. If any such provision is not inserted through mistake or otherwise, then upon the application of either party, this Contract shall be physically amended forthwith to make such insertion. In particular, the Contractor shall, among other things, fully comply with: a. Labor Law Section 220-e and Executive Law Sections and the Civil Rights Law relating to prohibition against discrimination and equal opportunity. 22 P age

24 6.10 Indemnification b. Affirmative action as required by the Labor Law. c. Prevention of dust hazard required by Labor Law Section 222-a. d. Preference in employment of persons required by Labor Law Section 222. e. Eight hour day as required by Labor Law Section 220(2). The work performed by the Contractor shall be at the risk of the Contractor exclusively. To the fullest extent permitted by law, the Contractor shall indemnify, defend (at Contractor s sole expense) and hold harmless the City of Lockport, its representatives, members, designees, officers, directors, employees agents, successors, and assigns ( Indemnified Parties ), from and against any and all claims for bodily injury, death or damage to property, demands, damages, actions, causes of action, suits, losses, judgments, obligations and any liabilities, costs and expenses (including but not limited to investigative and repair costs, attorney s fees and costs, and consultant s fees and costs) ( Claims ) which arise or are in any way connected with the Work performed, Materials furnished, or Services provided under this Agreement by the Contractor or its agents. These indemnity and defense obligations shall apply to any acts or omissions, negligent or willful misconduct of the Contractor, its employees or agents, whether active or passive. Said indemnity and defense obligations shall further apply, whether or not said claims arise out of the concurrent act, omission, or negligence of the Indemnified Parties, whether active or passive. Contractor shall not be obligated to indemnify and defend the City of Lockport for claims found to be due to the sole negligence of willful misconduct of Indemnified parties. Contractor s indemnification and defense obligations hereunder shall extend to Claims occurring after this agreement is terminated as well as while it is in force, and shall continue unit it is finally adjudicated that any and all actions against the Indemnified Parties for such matters which are indemnified hereunder are fully and finally barred by applicable Laws Performance Bond The Contractor shall, within ten (10) days after the receipt of the Notice of Award, furnish the City of Lockport with a Performance Bond in a penal sum equal to the amount of the Contract based on bid price for each year conditioned upon the performance by the Contractor of all undertakings, covenants, terms, conditions and agreements of the Contract Documents. Such bond shall be executed by the Contractor and a Corporate Bonding Company licensed to transact such business in the State of New York. The expense of the Bonds shall be borne by the Contractor. If at a any time a surety on any such Bond is declared bankrupt or loses its right to do business in the State of New York, Contractor shall, within ten (10) days after such event, substituted an acceptable Bond (or Bonds) in such form and sum and signed by such other surety or sureties as may be satisfactory to the City of Lockport. The premiums on such Bond 23 P age

25 shall be paid by the Contractor. No further payments shall be deemed due nor shall be made until the new surety or sureties have furnished an acceptable Bond to the City of Lockport Force Majeure If either party is rendered wholly or partially unable to perform any of its obligation under this agreement(s) because of an event of Force Majeure, that party shall be excused from whatever performance is affected by the Force Majeure event to the extend so affected, provided: The non-performing party promptly provides written notice to the other party of the particulars of the occurrences including estimation of its expected duration and probably impact on the performance of its obligation hereunder, and continues to furnish timely regular reports with respect thereto during the period of Force Majeure; The suspension of performance shall be of no greater scope and no longer duration then is reasonably necessitated by the event of Force Majeure; The non-performing party shall provide the other party with the prompt notice of the cessation of the event of Force Majeure giving rise to the excusal from performance Standard of Performance In the event that the contractor shall at any time during the term of this agreement, fail or refuse to accept materials to be collected and/or processed pursuant to this agreement for reasons other than force majeure, the contractor shall be liable to the City for the actual cost that the City Would be required to collect, haul and dispose of the material. Provided, however, if the contractor is unable for any cause to resume performance, at the end of thirty (30) calendar days, all liability of the City under this agreement to the contractor shall cease and the City shall be free to negotiate with other contractors. 6.1 Subcontract The Contractor agrees to not assign, transfer, convey, sublet or dispose of this agreement or of his right, title or interest therein or his power to execute same without the consent, in writing, of the City of Lockport, or to any monies which are to become due or payable to him because thereof, to any person, company, or corporation without the provisions of this agreement, in favor of any person, association or corporation except the Contractor. The city of Lockport shall not unreasonably withhold such written consent. The contractor may, however, assign its right or delegate its duties hereunder without the City of Lockport s prior written consent in the case of a merger or sale of all or substantially all of the contractor s assets in it facility or ancillary facilities Termination Unless otherwise provided by applicable statute, rule, or regulation, if: 2 P age

26 6.16 Regulatory Compliance a. The Contractor is adjudged bankrupt or makes an assignment for the benefit of creditors; or b. A receiver or liquidator is appointed for the Contractor or for any of (his/her/its) property and is not dismissed within 20 days after such appointment or the proceedings in connection therewith are not stayed on appeal within the said 20 days; or c. The Contractor refuses or fails to prosecute the work or any part thereof with due diligence; or d. The Contractor refuses or fails to comply with all applicable laws or ordinances; or e. The Contractor is guilty of a substantial violation of any provisions of this contract; f. The City of Lockport may terminate this agreement, and all liability of the City of Lockport under this agreement shall cease, and the City of Lockport shall be free to enter into recycling arrangements or agreements with other contractors and to bring action on the performance bond(s). Contractor, at its sole expense, shall comply with all laws, orders and regulations of federal, state and municipal authorities and with any direction of any public officer, pursuant to law, which shall impose any duty upon Contractor with respect to Contractor s operations. Contractor, at its sole expense, shall obtain all governmental or other licenses or permits which may be required for the conduct of its business within the terms of its bid and contract. Contractor shall agree to indemnify and hold the City harmless for any damages resulting from a violation of this provision, which shall be in addition to the indemnification provisions on page 15 of this document Information Provided by the City The City makes no guarantee on any of the estimates contained in the RFP and provides this data for informational purposes only. Contractors are expected to conduct their own investigations and research of relevant information used to develop their proposals, including but not limited to the estimated number and type of housing units, anticipated participation, diversion and all conditions related to services provided. The contractor shall make no claims against the City as a result of estimates or projections used herein, statements, or interpretation of data by City staff or its agents. 25 P age

27 6.18 Cost and Expenses of Offers The City accepts no liability under any circumstances for any cost or expenses incurred by respondents in acquiring, clarifying, or responding to any condition, request, or standard contained in this RFP Cancellation or modification of RFP and rejection of any and all proposals The city reserves the right to withdraw this RFP at any time and for any reason and to issue such clarifications, modifications, and/or amendments, as it may deem appropriate. If there is any disagreement or discrepancy between this RFP and any supplemental or amendment, the most recent supplement shall govern. The City reserve the right to waive minor irregularities in proposals, provided that such action is in the best interest of the City. Any such waiver shall not modify any remaining RFP requirements or excuse the respondents from full compliance with the RFP. The City shall accept all proposals that are submitted properly but reserves the right to accept or reject in whole or in part any or all of the proposals submitted. The City shall reject the proposal of any respondent that is determined to be non-responsive. However, the City reserves the right to request clarification or corrections to proposals. The unreasonable failure of a respondent to promptly supply information in connection with such a request may be grounds for a determination of non-responsiveness Ownership and Disclosure Proposals received in response to this RFP will be retained by the City, and under New York State Law, are matters of public record and subject to public inspection except for the time reserved for review by the City. To the extent allowed by applicable laws, the City will not disclose proposal submission until completion of the evaluation process Auditing Requirements The City of Lockport may make reasonable inspections of the site(s) or facility(ies) through designated personnel during normal business hours upon advance notice to the contractor, to determine that it meets all New York State Department of Environmental Conservation requirements for the purpose. The bidder must submit with the bid a statement as to the exact location, minimum operating hours when recyclable materials at the site(s) will be allowed. Respondent Contractors shall agree to allow an inspection of their site(s) by reasonable representatives of the City of Lockport prior to the making of an award of this bid Additional Comments Respondent Contractors agree that if they are awarded this bid, they will enter into a formal agreement drafted by the City of Lockport and approved by the bidder in conformance with the 26 P age

28 bidding documents and the bidder s proposal and likewise for any eligible participant that property elects to participate under this bid. Respondent Contractors are advised that the subsequent agreement(s) resultant of this bid will have an initial term of five (5) years with a five (5) year extension from the date of mutual consent between the City of Lockport and Respondent Contractor and/or any eligible participant that has entered into an agreement with the successful bidder and under the same terms and conditions of the initial agreement. Notification in writing of the option to extend the agreement must be given to the contractor on or before ninety (90) days prior to the extension period. The failure of the City of Lockport at any time to require performance by the Contractor of any provisions hereof, shall in no way affect the right of the City of Lockport to hereafter to enforce same. Nor shall a waiver by the City of Lockport or any breach of any provisions hereof be taken or held to be a waiver of any succeeding breach of such provision or as a waiver of any provision itself. This agreement shall be governed by the laws of the State of New York, both as to interpretation and performance. The agreement constitutes the entire agreement and understanding between the parties hereto, and it shall not be considered modified, altered, changed, or amended in any respect unless in writing and signed by the parties hereto. If any provision of the agreement shall be declared illegal, void or unenforceable, the other provisions shall not be affected, but shall remain in full force and effect Applicable Laws This Final Request for Proposal and any corresponding Contract will be governed by and construed in accordance with the laws (excluding the laws of choice or conflicts of laws) of the State of New York. The captions appearing in this RFP are inserted only as a matter of convenience and in no way define, limit, construe or describe the scope or interpretation of the RFP. No waiver by a party of any breach of any provision of the Final RFP, Resulting Bid and Contract will constitute a waiver of any other breach of that or any other provision of the same. In the event that any of the provisions contained in this Draft Request for Proposal, Final Request for Proposal and any corresponding Contract are held to be unenforceable such provisions will be narrowed (or deleted if necessary) to the minimum extent necessary to make them enforceable. In the event that dispute arises between the parties hereto, the parties consent to the exclusive jurisdiction of the Supreme Court of the State of New York located in Niagara County, New York. 27 P age

29 6.2 Independent Parties Each of the parties to this Final Request for Proposal and any corresponding Contracts shall be an independent party and nothing in Final Request for Proposal and any corresponding Contract shall be construed as constituting Contractor for the City as a partner, joint venture or as creating the relationship of employer and employee, franchiser or franchisee, principal and agent or any other form of legal association that would impose liability on one part for the act or failure to act on the other party Taxes The Contractor agrees to be responsible for the Contractor s own tax obligations accruing as a result of payments for services rendered under this Draft Request for Proposal, Final Request for Proposal and any corresponding Contract, as well as for the tax withholding obligations with respect to the Contractor s employees, if any. It is expressly understood and agreed by the Contractor that should the City for some reason incur tax liability or charges whatsoever as a result of not making any withholdings from payments for services under this Agreement, the Contractor will reimburse and indemnify the City for the same General Contractor Requirements Vehicles The vehicles used for hauling Refuse, Bulk Items and Recyclables will be of a length, width and height within legal highway limits. All vehicles will have any required regulatory approvals for hauling the wastes. All vehicles must not leak any wastes. The City and Contractor will agree on a master list of vehicles to be used for hauling of Refuse, Bulk Items and Recyclables. The master list may contain the truck number, tare weight, volumetric capacity, and other information the parties may agree Current Refuse Collection Schedule and Routes The Contractor is responsible for reviewing and following the existing collection schedule within the City or establishing a collection schedule subject to approval by the City, which shall remain consistent throughout the life of the contract. Collection routes can be found in Appendix A. The Contractor is advised to provide routing that best suits their operations and eliminates conflicts with City operations as much as possible. Any change or departure from the schedule of days of collection shall only be made with the approval by the City after 30 days notice given by the Contractor by publishing in the local newspaper and delivering of a handbill to each resident/business from which collection of materials is required hereunder, all at the expense of the contractor. 28 P age

30 The Contractor shall expect to service new parcels throughout the contract period; similarly there are parcels that will go vacant and collection will cease. The City, to its best ability, shall notify the Contractor monthly of all such changes to which parcels require, or do not require, refuse and recycling collection. Refuse shall be collected at a minimum frequency of once per week to each participating property within the City. Refuse collection at a frequency greater than once per week will be handled on a case by case basis with exceptions granted to Businesses operating with the Central Business District. All appropriate documentation will be submitted by the City to the Contractor. If due to inclement weather or any other unforeseen conditions, the Contractor fails to furnish the Collection of Refuse, Bulk Items and Recyclables on the days specified, the Contractor will proceed to complete the work hereafter, bin in no event to exceed a period of 8 hours after the scheduled day of collection Refuse Disposal Locations In the event the Contractor seeks to add new Solid Waste Management Facilities or substitute new Solid Waste Management Facilities for the management (disposal and/or recycling) of Refuse, Bulk Items and Recyclables, the Contractor will give notice to the City. The Contractor will include copies of all required Regulatory approvals for the new or substitute facility. The Contractor shall incur all fees and extra handling costs if the new or substitute facility is located farther away from the city Equipment and Personnel The contractor agrees to provide sufficient resources (manpower and equipment) to complete the work required under this Contract, and further agrees to have reserve equipment available. The Contractor shall exercise caution at all times for the protection of persons and property. The safety provisions of all applicable laws shall be observed and are the sole responsibility of the Contractor. Machinery, equipment, and all hazards shall be guarded or eliminated in accordance with safety provisions applicable to the work to be performed under this contract and the equipment used therein. The Contractor must exercise due care in the hauling of Refuse, Bulk Items and Recyclables. The Contractor shall be compelled to clean-up and hereby agrees to clean-up any unsightly condition caused by carelessness on the part of its employees in handling of Refuse, Bulk Items and Recyclables. The Contractor, promptly upon becoming aware of any spills in transit, will give notice to the City and will supply the City with a copy of any notice given to any governmental agencies of such spill. 29 P age

31 The Contractor shall keep fully informed of all national and state laws and all municipal ordinances and regulations, in any manner affecting the work or performance of this Contract or any extra work performed by the Contractor, whether or not such laws, ordinances, or regulations are specifically referred to herein and shall at all times observe and comply with said laws, ordinances or regulations and shall indemnify and save harmless the City and its officers or agents against any claim or liability arising from or based upon the violation of any such laws, ordinances, or regulations Subcontract The Contractor shall not be permitted to subcontract any part or all the work to be performed hereunder without first obtaining in writing from the City approval of the subcontract or subcontractors, methods and equipment Complaints The Contractor acknowledges that this is a service type contract with the City of Lockport, and that the customers are not a party to this contract. Contractor agrees, however, to receive requests for service, suggestions, and complaints directly from customers and use all facilities of the Contractor to meet, satisfy and comply with customer complaints in accordance with the terms of this agreement Service Payment The City shall pay the Contractor Quarterly (October 31, January 31, April 30, July 31) based on the unit price per quarter for the Collection and Hauling of Municipal Solid Waste, Bulk Waste and White Goods (Recyclable Collection, Hauling, Processing and quarterly installment for payment of refuse and recycling receptacles) performed for the previous quarter Reports and Records: The contractor shall provide monthly records documenting the weight of each truck load delivered. Monthly records, at a minimum, must include the time, date, truck number, and net weight of each truck load delivered, daily tonnage report, separate monthly summaries of total refuse and total recyclables delivered (tons) and number of residential and commercial recycling stops. The report must be delivered to the City no later than the 7 th day of the month following the month in which the tonnage was delivered. Reports shall be electronically submitted to City Engineer Norman Allen (nallen@elockport.com) and copy sent to Niagara County Environmental Coordinator Dawn Timm (dawn.timm@niagaracounty.com) The Contractor shall provide quarterly reports within seven (7) calendar days after the end of each calendar quarter (April, July, October, January) documenting, but not limited to, 30 P age

32 scheduled operating days and changes in operations; maintenance summary; accident reports; and other records deemed appropriate by the City of Lockport. The contractor shall provide the City with all certifications verifying that the scale(s) meet accuracy required by applicable law Alternate/Back-Up Plan Provide a full and complete back-up operations plan in the event that the contracted services are suspended. The Contractor may cease collection of refuse and recyclables only if an emergency-only travel ban has been issued for the City of Lockport or under discretion of the Director of Engineering when the conditions are deemed hazardous for Contractor s personnel or residents of the City City Issued, Wheeled Refuse Carts The City anticipates purchasing wheeled refuse carts and delivering to program users for use in collecting refuse. An acceptable container shall be an injection or rotational molded, high/medium density polyethylene body and lid, durable plastic, two-wheel assemblies, a solid steel axle, and a lift bar (specification in Appendix D). The City will provide a maximum of four () City-issued wheeled refuse cart capable of fully automated and/or semi automated collection for the sole purpose of refuse storage and collection to each single, double and triple family dwelling. Multiresidential, Commercial, Industrial and Institutional properties within the City will have the option to subscribe to this program or independently contract refuse hauling services Wheeled Refuse Cart Responsibility The City will retain full responsibility for the wheeled refuse carts, issuing replacement containers, coordinating and managing service level changes and handling warranty related issues as necessary. The City-issued containers are owned by the City, shall remain at the premises and shall be used solely for the purpose of storage and collection of refuse. The property owner bears responsibility for the use, storage and care of the City-issued container. The resident s service choice may be changed upon thirty (30) days advance notice to the City. Beginning on the contract commencement date, and until changed as provided above, each resident shall receive the service option elected by it in its response to a survey, provided by the City, to be distributed to residents following approval of the Contract by the City Common Council Operational Hours Collection shall take place Monday through Friday, between the hours of 7:00am and :00pm unless prior approval of the Director of Engineering or Mayor is obtained. 31 P age

33 Holidays On Holidays that fall on a weekday, collection of refuse shall be postponed for one day, with Friday s collection being picked up on the next Saturday Administration of City User Fee The City shall be responsible for all billing, accounting, and financial collection of its User Fee. In the event that a customer does not pay the required fees, collection efforts will be undertaken by, and at the option of the City to recover any monies due. The Contractor shall be paid for services completed even though the City may have not collected the billed User Fee. At no time shall the Contractor cease collection services for lack of payment by residents, unless directed to do so by the City Education/Promotion and Outreach: The contractor will work with the City (or representatives thereof) to provide serviceorientated information to residents, and developing and executing public education to encourage waste reduction and recycling. The contractor shall provide an 8-1/2 x 11 twocolor insert to be included in each customer s recycling receptacle (approximately 8,000 inserts required). This insert will inform City residents of the specifics of the refuse and recyclables collection program, including a collection schedule, a listing of acceptable materials, and instructions on the proper handling of the collection bins or carts. The contents of the insert will be approved by the City. The contractor shall provide another such insert at six months into the contract, and each twelve months thereafter via direct mail and also submit electronic versions to the City Public Informational Meetings: Upon selection, but prior to implementation of the refuse collections service, the selected Contractor will be required to participate with City staff and Common Council in two or more public meetings which will describe the new service to City residents/customers. 32 P age

34 7.0 SPECIFIC PROPOSAL CONDITIONS In procuring the services described in this RFP, the City seeks to provide opportunities for citizen s to decrease the amount of solid waste disposed and increase waste reduction and recycling practices. The costs for requested services included herein will become the basis of a user fee for all program subscribers within the City. This section outlines the requested responsibilities of the Respondent Contractor accepting the management of the City of Lockport s Refuse and Recycling Management Program. It is the intentions of the City of Lockport to procure multiple services through this RFP process. The City of Lockport is soliciting proposals for refuse collection from City Issued Refuse Carts capable of both fully automated and semi-automated collection. The Contractor shall be responsible for the uninterrupted collection of refuse and recyclables at curbside of all eligible program participants, including single, double and triple units, and Multiresidential and Commercial/Industrial users that subscribe to the City s refuse management program. 7.1 Current Refuse Disposal Contract Period The City is currently engaged in a refuse disposal contract with Modern Corporation for their facility in Model City, New York. All refuse collected in the City of Lockport shall be disposed at Modern Landfill until the expiration of the current contract on April 30, Eligible User Fee Program Participants The City requires that all Refuse from single, double and triple parcels within the City of Lockport participate in the refuse and recycling program. Refuse shall be placed in a City issued variable sized, wheeled refuse cart (of 35, 65, or 95 gallon capacity) capable of fully automated or semi-automated collection. Commercial, Industrial and Institutional entities desirous of participating within the confines of this program are also eligible. Multiresidential complex s must also adhere to the limitations of this program, but are also afforded the flexibility to opt out of the program and enter into a private contract for refuse disposal services. The respondent shall submit proposals for collection and hauling of City refuse generated from parcels serviced under the terms of this RFP. Upon completion of a survey, and prior to program commencement, the City will provide the Respondent Contractor with a complete list of program participants. 33 P age

35 7.3 Management of Exemptions A Special Hearing Committee established by the Mayor will authorize or grant exceptions requirements to any person who is physically unable to deliver the refuse to the curbside or roadside and who lives alone or in a house where no other person is able to deliver the refuse to the curbside or roadside. A list of all exceptions will be noted and relayed to the Respondent Contractor. 7. Refuse Collection 7..1 Collection of Refuse from Single, Double and Triple Family Parcels The Contractor shall collect and haul municipal solid waste from all current and future City collection sites to a NYSDEC approved municipal solid waste management facility. The Contractor agrees to collect all Refuse in fully enclosed leak-proof modern packer-type trucks. The city shall give special consideration to proposals that include equipment with sustainable features. The contractor agrees to collect and haul from all Single, Double and Triple Family refuse contained in City Issued, wheeled refuse carts, and; a. One (1) bulk item placed at the curb at a monthly frequency (first collection of month). Residents will be instructed to place Bulk Items in a location that does not impede with the collection of the refuse or recycling receptacles. b. Additionally Tagged/Stickered Items, placed adjacent to City Issued Refuse Carts, contained in plastic bags which are waterproof, strong and securely tied, and do not exceed more than 30-lbs in weight (each). Only Single, Double and Triple Family subscribing to refuse collection services are permitted to purchase additional tags for use. The Respondent Contractor shall specify instructions to the City for placement of refuse carts at the curbside consistent with collection methodologies. It will be the responsibility 3 P age

36 of the occupant of the residence/business to place the refuse containers at the curbside for collection and to remove said refuse containers from the curbside after collection is completed. The Contractor is, in no case, required to enter any building or private property for the collection of Refuse or Recycling (unless a private contract exists between Contractor and property owner). All emptied containers shall be placed between the sidewalk and the curb, and not on the sidewalk, road, or driveway, and in a manner that does not impede pedestrian or vehicular traffic. Containers shall be handled at all times as to prevent damage to the container and to reduce noise of handling and collection. Throwing or tossing of containers shall not be allowed. The City will require residents to place in the provided containers and that the containers are to be used for only those materials designated. Cardboard, free from any plastic packaging, must be flattened and may be placed next to recycling containers. The City will issue a quarterly report documenting changes involving frequency, size, location and number of containers for collection to the Contractor. The following summarizes the variable-cart size options the City anticipates providing for City residential properties; a. Single Family Parcels: property owners will select from three (3) varying refuse container capacities; 35-gallon, 65-gallon and 95-gallon. Only multiple 95- gallon containers are permitted, and no parcel shall exceed four () 95-gallon containers. b. Double Family Parcels: property owners will select (2) container sizes of varying capacity (35,65 and 95 gallon). No parcel shall exceed four () total 95- gallon containers. c. Triple Family Parcels: property owners must select a minimum of three (3) 95- gallon (only) refuse carts but not to exceed total of () 95-gallon containers. d. Multiresidential Parcels: property owners must adhere to ordinance requirements and will have the option to select only () 95-gallon containers for collection. All non participating parcels will be encouraged to subscribe to Container Service rates included within this RFP (Section 7..2). e. Commercial/Industrial/Institutional Parcels: property owners must adhere to ordinance requirements and will have the option to select only () 95-gallon containers for collection. All non participating parcels will be encouraged to subscribe to Container Service rates included within this RFP (Section 7..2). 35 P age

37 7..2 Collection from Multiresidential and Commercial Parcels All Multiresidential and Commercial owners must have a sufficient number of receptacles to hold all solid waste accumulated between scheduled collections and shall not allow solid waste to be sorted or to accumulate on their property in a manner or amount contrary to the rules and regulations of the City s Ordinance. No property shall have more than four () 95 gallon refuse carts for collection. Haulers are advised to only collect refuse from City issued refuse carts. Consistent with limitations for residential program users, Multiresidential and/or Commercial users are granted disposal of one (1) bulk item per month. The City will permit Commercial users within the City s Central Business District (Appendix C) additional collection frequency greater than once per week. Upon completion of a survey, the City will provide a list to the Contractor of those parcels requesting greater frequency of collection. 7.5 Refuse Disposal As a component of this bid package the City of Lockport is requesting bids on a Service Contract for Non-hazardous Solid Waste, Non-Putrescible Bulky Waste and Refuse Disposal. Such solid waste shall be construed to mean solid waste generated from residential, commercial, institutional and industrial sources that are designated by the municipality and that are allowed to be disposed in incinerators and/or sanitary landfills by the regulatory agencies having jurisdiction over the disposal facilities operations. Typical components of such waste include household garbage and rubbish. Specifically excluded are sludge s, septic tank pumping, regulated medical wastes, and pathological wastes. Respondent Contractors are directed to list any and all exceptions to the bidding specifications. It is the intent and purpose of this service contract(s) to assure continuous non-interrupted disposal of non-hazardous municipal waste generated within the City of Lockport. The 36 P age

38 following specifications for the disposal of non-hazardous municipal solid waste, nonputrescible bulky waste and refuse generated within the City of Lockport are listed below. The City of Lockport shall reserve the right for any portion of the waste stream specified for collection as recycling or targeted for reuse, reduction and composting. For purposes of this RFP, beneficial use and composting shall be considered recycling and reuse. The successful bidder upon execution of the contract will be the exclusive provider of the specific service during the term of the contract or extensions. The City of Lockport is contractually obligated to dispose of all residential refuse generated within the City at Modern Landfill until April 30, Following expiration of said contract, Respondent Contractors are expected to provide a detailed disposal plan for the remaining years and months of the contract. This disposal contract will cover all single, double and triple family parcels and Commercial, Industrial, Institutional and Multiresidential parcels participating in User Fee program Refuse Collection Carts The City will maintain responsibility for all issued refuse carts. It shall be the responsibility of the City to deliver additional carts to parcels for new or existing customers, or to replace lost or stolen carts for existing customers Phase-in of City-wide Refuse Carts The distribution of carts shall occur, phased in based on daily collection route, over a period of three (3) months (based upon manufacturer availability) according to the following schedule; a. By July 19 th all properties that are serviced in the Tuesday pick-up district and qualified properties on the established commercial streets as listed in Appendix E. b. By August 2nd all properties that are serviced in the Wednesday pick-up district. c. By August 16th all properties that are serviced in the Thursday pick-up district. d. By August 30th all properties that are serviced in the Friday pick-up district. e. By September 13th all properties that are serviced in the Monday pick-up district. 37 P age

39 7.6 Recycling Collection and Processing It is the intention of the City of Lockport to procure services for curbside collection and processing of recyclables from the city s single, double and triple family parcels. It is expected that all recyclables will be collected as Single Stream to avoid sorting at the hauling truck prior to delivery to a Transfer Station or Materials Recovery Facility (MRF). The City recognizes the costs associated with providing weekly curbside recycling collection; therefore the city will entertain proposals for both weekly curbside and every-other-week curbside recycling collection. This section describes the expected responsibilities of the contractor collecting and processing recyclables. a. The term of the contract shall remain consistent with length of the Service Contract Period. b. The Contractor shall be responsible for the collection of recyclables left in appropriate (designated) receptacles. The Contractor shall also be responsible to collect corrugated cardboard that is flattened (three feet long by three feet wide) and left no more than five (5) feet from the curb. c. The City will supply the Contractor with the locations of all of its occupied parcels and quarterly updates of properties added or removed. d. Each district s recyclables must be collected on the day specified for Refuse Collection (Appendix A). The Contractor is advised to provide routing that best suits their operations and eliminates conflicts with City operations as much as possible. e. The Contractor shall receive and process all recyclables as delivered. The Contractor shall then assume full responsibility for the efficient and environmentally sound processing and marketing of the recyclables. The recyclable material will include, but not be limited to, newspaper, corrugated cardboard, paperboard/boxboard/chipboard, junk mail, office paper, old telephone books, magazines, glass bottles, metal cans, and plastic containers (full list in Appendix G). As additional materials become feasible for curbside recycling, the City will work with the Contractor to add these items to the program. The proposer is required to list any exceptions or additions to the list of acceptable recyclables as part of the proposal. f. It shall be the contractor s responsibility to market the recyclables in a timely manner. All materials collected from City units and deemed recyclable must be recycled. Under no circumstance shall any of the recyclables be disposed. A violation of this principle will subject the 38 P age

40 Contractor to possible default of the contract. Disposal of non-recyclable items collected (recycling contaminants) which may be included in the recyclables, shall be the responsibility of the Contractor. g. Excluded from the definition of recycling materials are the following which the Contractor shall have no obligation to accept or process (herein the excluded wastes ): any radioactive, volatile, highly flammable, explosive, toxic, biomedical, or hazardous material or any other waste or material not meeting the requirements of this contract. The term hazardous material shall include, but not be limited to, any amount of waste listed or characterized as hazardous by the United States Environmental Protection Agency or any state agency of jurisdiction. However, it is reasonable to expect that there is a chance of accidental mixing of such waste with the normal refuse stream. The Contractor must be prepared to deal with such situations. The City must be contacted when the Contractor finds such material. h. The Contractor should be prepared to display good faith effort to remove unacceptable recycling materials and materials that are not listed as recyclable. If the Contractor identifies items placed in recycle containers that are not acceptable as recyclable, it shall be the responsibility of the Contractor to remove said items from the containers, collect the remaining recyclables, and return the offending items back into the recycling box. The Contractor shall leave a notice in or on the container describing acceptable items that may be set-out for recycling. i. In the event the materials are left out in an incorrect manner for collection, the Contractor shall notify the City in a daily submittal list identified as Notice of Uncollected Materials. This daily notice shall consist of a listing of address, type of materials uncollected and the basis for collection refusal. Each proposal shall include the following specific information in addition to the information required in the general proposal conditions: a. List of any recycling education materials or programs that may be made available to the City to assist the City in its efforts to increase the amount of material collected for recycling. b. Copy of current NYSDEC permit, including any conditions, for the operation of the MRF. 39 P age

41 7.6.1 Provide 18-galllon Recycling Containers for Weekly Collection For Weekly Recycling Collection the Contractor shall furnish and deliver 18-gallon recycling bins (specifications Appendix H) to all single, double and triple family parcels or as directed by the City. a. It is the intent of the City that the Contractor shall be required to supply one recycling bin to each occupied residence. Included in the delivery of each bin the contractor shall provide an informational brochure; the City shall supply the printed brochure. b. The distribution of bins shall occur, phased in, over a period of one month, or a mutually agreed upon time frame between the Contractor and City. Each City recycling bin should be the same in color, and clearly marked with City of Lockport and Recycling lettering or other signage as approved by the City. c. The Contractor shall deliver to the City Highway garage, 200 additional bins as needed by the City. It shall be the responsibility of the City to deliver additional bins to parcels for new or existing customers, or to replace lost or stolen bins for existing customers. Additional bins may be requested by the City at any time during the contract term at no additional cost to the Contractor. d. At the time of this contracts termination, the bins supplied by the Contractor, with the exception of additional bins purchased by subscribers, under this contract shall become the property of the City. e. The City, at any time during the term of the contract, can take ownership of all such bins for a pro-rated cost. f. The contractor shall report to the City the number and date of bins placed in service. The cost of the recycling bins and delivery shall be provided as part of the bid. g. The City encourages proposals to include RFID technology or Barcode Technology Provide 65-gallon wheeled Recycling Cart (every-other-week collection) For every-other-week recycling collection, the Contractor shall furnish and deliver wheeled 65-gallon carts (specifications in Appendix D) to all properties subscribing to the City s recycling collection services, or as directed by the City. Each City recycling cart should be the same in color, and clearly marked with City of Lockport lettering or other signage as approved by the mayor. 0 P age

42 a. The Contractor shall supply and deliver one (1) recycling cart to each occupied single, double and triple family parcel, except where noted otherwise. Included in the delivery of each cart, the contractor shall provide an informational brochure. b. The Contractor shall deliver to the City Highway garage 50 carts as needed by the City. It shall be the responsibility of the City to deliver additional carts to parcels for new or existing customers, or to replace lost or stolen carts for existing customers. Additional carts may be requested by the City at any time during the contract term at no additional cost to the Contractor. c. The distribution of carts shall occur, phased in, over a period of three (3) months, or a mutually agreed upon time frame between the Contractor and City. The Contractor shall provide a delivery schedule of recycling carts to all qualified addresses within the following timeline: By July 19 th all properties that are serviced in the Tuesday pick-up district. By August 2nd all properties that are serviced in the Wednesday pickup district. By August 16th all properties that are serviced in the Thursday pick-up district. By August 30th all properties that are serviced in the Friday pick-up district. By September 13th all properties that are serviced in the Monday pickup district. d. At the time of this contracts termination, the carts supplied by the Contractor, with the exception of additional carts purchased by subscribers, under this contract shall become the property of the City and the City shall reimburse the Contractor for the remaining value of the carts using the following formula Each year a cart has been in use, the City shall own 20% of its value. Any cart supplied under this contract shall be solely owned by the City after 5 years in service. e. The City at any time during the term of the contract can take ownership of all such carts for the pro-rated value detailed above. If the City were to elect to do so, the contractor would either reduce the monthly invoices by the amount of the equity still un-owned by the City, divided by the months 1 P age

43 remaining in the term of the contract, or the contractor would remit a check payable to the City. f. The contractor shall report to the City the quantity and date recycling carts were placed into service. The cost of the carts and delivery shall be provided as part of the bid. g. The City encourages proposals to include RFID technology or Barcode Technology. 7.7 Commercial/Multiresidential Recycling Collection Commercial and/or Industrial facilities which receive solid waste collection services from the City approved hauler shall also participate in a curbside recycling program provide by said hauler, by separating recyclable materials from other solid waste and depositing the recycled materials in the recycling container provided. The owner, manager or superintendent of Multiresidential and/or Commercial parcels shall provide and maintain, in a neat and sanitary condition, recycling collection areas to receive source separated recyclable material included in the curbside program that are generated by residents or occupants. The arrangement for collection of recyclable material shall be the responsibility of the commercial user or the agent or person contractually obligated to the commercial user to arrange for collection and disposal of its solid waste. The City requests Respondent Contractors to provide; a. As part of the RFP, the Contractor shall submit prices for the collection of recyclables placed at the curbside of Commercial and Multiresidential Parcels on a per stop, per 95-gallon container basis, consistent with the conditions proposed for residential recycling, and, b. Submit a Commercial Contracts proposal inclusive of unit rate pricing permitting convenient recycling services for Multiresidential and/or Commercial parcels on a per container per stop basis. The City will provide the Contractor with a list of subscribers and number of containers requested for each property. It is expected that the Respondent Contractor and property owner will engage in a private transaction to satisfy the City of Lockport s recycling mandate. Including the conditions from previous sections, Contractor shall furnish (or lease) and deliver wheeled carts (specifications are in Appendix F) or containers to all properties subscribing to the City s Commercial Recycling Contract. 2 P age

44 7.8 Recycling Revenue Sharing It is the intent of the City to share profits in the Contractor s efforts of processing and marketing of the City s recyclables. The contractor shall return materials processing and marketing revenue to the city on a quarterly basis, based upon the worksheet contained in Appendix I. If in the opinion of the contractor there is a more equitable formula to share revenue, the City will entertain an alternate proposal described in an attachment to the proposal form. There shall be no cost per ton charge for the processing of recyclable material. 7.9 Refuse Disposal Rate (post /30/2012) For circumstances whereby the City collects refuse generated from hosting City events, Parks and recreation or other activities outside the scope of this RFP, the City requests a unit rate per ton of refuse delivered to a local, NYSDEC permitted solid waste disposal facility, for the duration of this contract Separate Container Service Rates Every property owner, lessee or occupant of any building, premises or place of business within the City shall provide suitable and sufficient receptacles for receiving and containing solid waste that accumulates or used upon said premises at all times. Construction and Demolition debris resulting from major repairs or remodeling by the owner of any City property will become the responsibility of the property owner to manage. The City recognizes that places of business, Multiresidential units and/or residential property owners will require separate and independent refuse hauling and disposal needs. The City requests Respondent Contractors provide rates for Container Service, to be offered to City residents and businesses, for the delivery and removal (when full) of refuse and/or construction and demolition debris for 6 cubic yard, 8 cubic yard, 20 cubic yard and 30 cubic yard waste containers. It will be the responsibility of each property owner to enter into a private contract with the Respondent Contractor to take advantage of additional refuse disposal needs. Additionally, the City may also take advantage of published Container Service Rates included as part of this RFP for seasonal Refuse Management needs to maintain Parks, City sponsored Special Events and for City Infrastructure needs. 3 P age

45 APPENDIX A: REFUSE COLLECTION ROUTES

46 LIST OF CITY STREETS Adam Columbia Lincoln Ave Akron Continental Dr Lincoln Dr Alabama Place Continental Dr Lincolnshire Dr Alanview Dr Coolidge Ave Lindhurst Dr Alexander Corinthia Livingston Pl Allen Cottage Lock St Amelia Craine Lockport By-Pass Ann Crooked Alley Locust St Ashley Pl Crosby Macks Alley Autumnvale Dr Davison Court Main St Bacon Davison Rd Maple St Barraclough Alley Dayton Market St Bear Ridge Rd DeSales Circle Marschall Place Beattie Ave Devereaux Alley Massachusetts Ave Bellah Alley Devereaux Court Matt Murphy Way Bridge Berkley Dr Donnely Point McCollum St Beverly Ave East Avenue McCue Ave Bewley Parkway East High St McIntosh Drive Blackley Court East Park Drive Michigan St Bob-O-Link Lane East Park Drive Mill St Bonner Dr East Union Millar Pl Briarwood Dr Eastmans Alley Minard St Bridlewood Dr Eisenhower Dr Monroe St Bright Elizabeth Drive Morrow Avenue Bristol Ave Elm Morton St Butler Elm Court New York St Caledonia Elmira Niagara Court Canal St Elmwood Ave Niagara St Carlton Pl Erie St Nicholls St Carolina Ave Euclid Ave Nixon Pl Case Court Evans North Adam St Cave Exchange St North St Cedar Fairfax St North Transit Rd Center Fairway Dr North Transit St Chapel Fayette St Oak St Charles Fletcher St Oakhurst St Charlotte Franklin St O'Brien Drive Cherry Frost St Ohio St Chestnut Gabriel Dr (Private) Olcott St Church Gaffney Rd Old Niagara Road Church Al Garden St Old Upper Mtn. Road Cleveland Pl Geiger Alley Oliver St Clinton Genesee St Ontario St Cold Spring Al Georgia Ave Orchard St Cold Spring Rd Glenwood Ave Otto Drive Attachment A Final Refuse and Recycling RFP: City of Lockport

47 LIST OF CITY STREETS Outwater Drive South Bristol Ave Williamson Lane Park Ave South New York St Willow St Park Lane Circle South Niagara St Wilson Parkway Park Place South St Windsor St Passiac Ave South Transit St Woodbury Drive Pearl St Spalding St Woodlawn Ave Pennsylvania Ave Spring St Works Alley Phelps St Spruce St Pine St Standish Rd Plank Road State Road Plum St Stevens St Pomeroy Alley Summer St Porter St Summit St Pound St Sunnyside St Prentice St Sycamore St Price St Treehaven Dr Priscilla Lane Trowbridge St Professional Parkway Tudor Lane Professional Parkway South Union St Prospect St Upper Mtn. Rd Ransom Court Utica St Ransom St Van Buren St Reed St Vermont Ave Regent Ave Veterans Way Remick Parkway E. Vine St Remick Parkway W. Virginia Court Rene Place Wakeman Place Richfield St Walnut St Robinson Place Washburn St Roby St Washington St Rochester St Water St Rogers Ave Waterman St Roosevelt Drive Webb St Royal Lane/City Line Weld St Ruhlman Rd West Ave Rushmore Alley West Caledonia St Russell St West Genesee St Sargent Drive West Grant St Saxton St West Green St Scovell St West High St Seymour Alley West Jackson St Shaeffer St West Main St Short St West Ontario St Simonds St William St Attachment A Final Refuse and Recycling RFP: City of Lockport

48 Trowbridge Jackson Hawley Transit Transit Allen Lock Scovell Jackson City of Lockport Monday Garbage Pickup Niagara County, New York µ Jackson Jackson Eighteenmile Creek Harwood Place Harwood Jackson Legend Monday Garbage Pickup City Boundary Railroads Glenwood Avenue Trowbridge St Outwater Drive Hawley Outwater Drive Glenwood Avenue 8 William Gooding Water Hill Jackson Niagara The Gulf Hillcrest Drive Highland Drive Highland Drive Craine Gabriel Drive Trowbridge Corinthia Prospect Charlotte Corinthia Fletcher Washington Transit Marshall Pl Church Monroe Grosvenor Washington Monroe 6 7 Monroe Water Eighteenmile Creek Eighteenmile Creek Culvert The Gulf Created by J.R. Tracy Heath Niagara Oakhurst Niagara 2 Michigan Michigan Niagara Short Niagara Passaic Avenue Bristol Avenue Green Caledonia Ontario Niagara Phelps Case Court Prospect Prospect 5 Prentice Grand 5 Hawley Court Hawley Hawley Green Caledonia Ontario 8 5 Niagara Transit Grand Church Alley Niagara Court Crooked Alley Church 6 Church Church Allen Caledonia 100 Canal Lock Lock Gooding Gooding New York State Barge Canal 5 8 Clinton Note: numerical values represent housing units within that parcel No City Pickup Monday Garbage Pickup - Parcel Zoning Totals Zone Type Number of Parcels Empty Parcels Stops Neighborhood Shops-Services Central Business Area Uses General Business Light Industry Heavy Industry Family Dwelling and 2 Family Dwelling and 2 Family Dwelling, Plus Multpl e Res i dennal Reserved Areas inch = 350 feet 1, ,000 2,000 Feet Sorted by Zone Code Neighborhood Shops-Services Central Business Area Uses General Business Parcel Type Light Industry Heavy Industry 1 Family Dwelling 1 and 2 Family Dwellings 1-2 Family Dwellings, Plus Multiple Residential Units Reserved Area Prepared by: City of Lockport Engineering Department December 2010

49 Transit Road Pound Bob O Link Lane City of Lockport Tuesday Garbage Pickup Niagara County, New York Old Niagara Road µ Legend Tuesday Garbage Pickup City Boundary Railroads Old Niagara Road Plank Road Roby Center Sycamore Adam Old Niagara Road The Gulf Plank Road Roby Lake Avenue Jackson Mill Eighteenmile Creek North Frost Porter Eighteenmile Creek Mill Butler Olcott 7 Dayton Vine Adam Chapel Clinton Market Olcott Vine Vine New York State Barge Canal Van Buren 5 5 Shaeffer Irving Market Grove Avenue Woodlawn Ave Lakeview Parkway East Avenue Keswick Cold Springs Road No City Pickup Tuesday Garbage Pickup - Parcel Zoning Totals Zone Type Number of Parcels Empty Parcels Stops Neighborhood Shops-Services Central Business Area Uses General Business Office Bus i nes s Light Industry, Research Light Industry 12 8 Heavy Industry Family Dwelling and 2 Family Dwelling and 2 Family Dwelling, Plus Multpl e Res i dennal Reserved Areas Clinton Market Union St Washburn Exchange Eighteenmile Creek Culvert Ann St Union Chestnut Chapel Wakeman Place East Avenue McCollum St Adam Garden Wakeman Chapel St Spring Cave Fayette Union Carlton Place Chestnut McCue Avenue Vine East Avenue Union Howard Avenue Juniper Bewley Parkway Cleveland Place Livingston Place Rogers Avenue Levan Avenue Morton Ave Harrison Avenue Beverly Avenue East Avenue Summer Rochester Elmira Utica Alexander St Autumnvale Drive Priscilla Lane Standish Road Priscilla Lane Bonner Drive Desales Circle Davison Road Road Note: numerical values represent housing units within that parcel Eighteenmile Creek Created by J.R. Tracy 1 inch = 75 feet 1, ,500 3,000 Feet Sorted by Zone Code Neighborhood Shops-Services Central Business Area Uses General Business Parcel Type Office Business Light Industry; Research Light Industry Heavy Industry 1 Family Dwelling 1 and 2 Family Dwelling 1 and 2 Family Dwelling, Plus Multiple Residential Reserved Area Prepared by: City of Lockport Engineering Department December 2010

50 Beatie Av enue City of Lockport Wednesday Garbage Pickup Niagara County, New York µ Eighteenmile Creek Wednesday Garbage Pickup - Parcel Zoning Totals Zone Type Number of Parcels Empty Parcels Stops Neighborhood Shops-Services Central Business Area Uses General Business Expanded Central Business Heavy Industry Family Dwelling and 2 Family Dwelling and 2 Family Dwelling, Plus Multpl e Res i dennal Reserved Areas Elm South Locust Seymour Alley South Washburn 5 Genesee Genesee Pine 5 5 Waterman 5 5 Orchard 5 Park Place High Ashley Place Spalding Locust Macks Alley Washburn High 5 5 Rushmore Alley 5 Price Maple 5 Spruce 9 Price Locust Washburn 5 6 Grant Beatie Av enue Oak Grant Pine Waterman Maple Millar Place Regent Morrow Avenue Hi Point Drive Willow Willow Willow Willow Haines Pennsylvania Avenue Pennsylvania Avenue Berkley Drive Sargent Drive Locust 62 Kingston Circle Beatie Av enue Eisenhower Drive Vermont Avenue Carolina Avenue Georgia Avenue Alabama Place Roosevelt Dr Roosevelt Drive Georgia Avenue Virginia Court Vermont Avenue Carolina Avenue Alanview Drive Lindhurst Drive Donner Brook Lincoln Avenue Lincoln Avenue Eisenhower Drive Hoover Parkway Lincoln Ave Nixon Place Hoover Parkway Lincoln Avenue Locust Euclid Avenue Coolidge Avenue Donner Brook Harding Avenue No City Pickup Note: numerical values represent housing units within that parcel Sorted by Zone Code Neighborhood Shops-Services Central Business Area Uses Parcel Type Expanded Central Business Heavy Industry 1 Family Dwelling 1 and 2 Family Dwellings, Plus Multiple Residential Reserved Areas Legend Wednesday Garbage Pickup City Boundary Railroads General Business 1 and 2 Family Dwellings Created by J.R. Tracy 1 inch = 350 feet 1, ,000 2,000 Feet Prepared by: City of Lockport Engineering Department December 2010

51 Ohio New York Woodbury Drive Bristol Avenue Bristol Avenue City of Lockport Thursday Garbage Pickup Niagara County, New York µ Thursday Garbage Pickup - Parcel Zoning Totals Zone Type Number of Parcels Empty Parcels Stops Neighborhood Shops-Services Central Business Area Uses General Business Expanded Central Business Light Industry Heavy Industry Family Dwelling and 2 Family Dwelling and 2 Family Dwelling, Plus Multpl e Res i dennal Reserved Areas Park Avenue Heath Richfield Park Avenue Crosby Avenue Michigan Simonds Rene Place King Park Avenue New York West Avenue Webb Stevens Bacon Sunnyside Windsor Prospect St Columbia West Avenue High Amelia Hawley St Genesee West Avenue Ohio Minard Nichols State Road Ransom Willow Transit Transit Saxton Genesee 6 Bright 5 New York State Barge Canal Prospect Lagrange Harvey Avenue Cottage High Price 6 Cottage John Willow Ohio State Road Fairfax Weld Cedar Russell Bridlewood Drive Gaffney Drive Road 72 Pine Summit Transit Jefferson Lincoln Drive Hamilton Drive Pine Lincoln Avenue Lincolnshire Drive Transit Treehaven Drive Woodbury Drive No City Pickup Note: numerical values represent housing units within that parcel Sorted by Zone Code Parcel Type Expanded Central Business 1 and 2 Family Dwellings Legend Thursday Garbage Pickup Neighborhood Shops-Services Mango 1 and 2 Family Dwellings City Boundary Central Business Area Uses Heavy Industry Reserved Areas Railroads General Business 1 Family Dwelling Created by J.R. Tracy 1 inch = 00 feet 1, ,000 2,000 Feet Prepared by: City of Lockport Engineering Department December 2010

52 Cherry Hyde Park Erie Pound Vine Remick Parkway East Roosevelt Drive Wilson Parkway Park Lane Circle Elizabeth Drive Eighteenmile Creek Culvert City of Lockport Friday Garbage Pickup Niagara County, New York µ Walnut Washburn Devereaux Court Walnut Works Place South Erie Franklin Avenue South Pound Walnut Remick Parkway West Williamsons Lane Eighteenmile Creek South Tudor Lane 0 Fairway Drive Tudor Lane Walnut 5 Davison Road 96 Elmwood Avenue Elmwood Avenue Lewis Evans Blackley Court Robinson Place Reed Park Lane Circle Spalding Oliver Erie Park Drive 96 Davison Road 72 Park Lane Circle 72 High High High Akron Davison Road Lexington Court Jesson Parkway Willow Jesson Parkway Mcintosh Drive Willow Briarwood Drive Akron Roosevelt Drive O Brien Drive Donner Brook Independence Drive Independence Drive Continental Drive Willow Mcintosh Drive Continental Drive Independence Drive Davison Road Davison Court Professional Parkway Royal Lane Note: numerical values represent housing units within that parcel No City Pickup Continental Drive Davison Road Davison Court Friday Garbage Pickup - Parcel Zoning Totals Zone Type Number of Parcels Empty Parcels Stops Neighborhood Shops-Services Central Business Area Uses Office Bus i nes s Family Dwelling 1, ,00 1 and 2 Family Dwelling and 2 Family Dwelling, Plus Multpl e Res i dennal Reserved Areas Donner Brook Sorted by Zone Code Neighborhood Shops-Services Central Business Area Uses Office Business Parcel Type 1 Family Dwelling 1 and 2 Family Dwellings 1 and 2 Family Dwellings, Plus Multiple Residential Reserved Areas Created by J.R. Tracy 1 inch = 300 feet ,500 Feet Legend Friday Garbage Pickup City Boundary Railroads Prepared by: City of Lockport Engineering Department December 2010

53 APPENDIX B: CITY OF LOCKPORT REFUSE COLLECTION DATA

54 CITY OF LOCKPORT REFUSE DAILY TONNAGE TOTALS # 560 #561 #562 #563 #56 #565 #567 DAILY SUM Monday 2/1/ Tuesday 2/2/ Wednesday 2/3/ Thursday 2// Friday 2/5/ Saturday 2/6/2010 Sunday 2/7/2010 Monday 2/8/ Tuesday 2/9/ Wednesday 2/10/ Thursday 2/11/ Friday 2/12/ Saturday 2/13/2010 Sunday 2/1/2010 Monday 2/15/ Tuesday 2/16/ Wednesday 2/17/ Thursday 2/18/ Friday 2/19/ Saturday 2/20/2010 Sunday 2/21/2010 Monday 2/22/ Tuesday 2/23/ Wednesday 2/2/ Thursday 2/25/ Friday 2/26/ Saturday 2/27/2010 Sunday 2/28/2010 Monday 3/1/ Tuesday 3/2/ Wednesday 3/3/ Thursday 3// Friday 3/5/ Saturday 3/6/2010 Sunday 3/7/2010 Monday 3/8/ Tuesday 3/9/ Wednesday 3/10/ Thursday 3/11/ Friday 3/12/ Saturday 3/13/2010 Sunday 3/1/2010 Monday 3/15/ Tuesday 3/16/ Wednesday 3/17/ Thursday 3/18/ Friday 3/19/ WEEKLY SUM Appendix B Final Refuse and Recycling RFP: City of Lockport

55 # 560 #561 #562 #563 #56 #565 #567 DAILY SUM Saturday 3/20/2010 Sunday 3/21/2010 Monday 3/22/ Tuesday 3/23/ Wednesday 3/2/ Thursday 3/25/ Friday 3/26/ Saturday 3/27/2010 Sunday 3/28/2010 Monday 3/29/ Tuesday 3/30/ Wednesday 3/31/ Thursday /1/ Friday /2/2010 holiday Saturday /3/2010 Sunday //2010 Monday /5/ Tuesday /6/ Wednesday /7/ Thursday /8/ Friday /9/ Saturday /10/2010 Sunday /11/2010 Monday /12/ Tuesday /13/ Wednesday /1/ Thursday /15/ Friday /16/ Saturday /17/2010 Sunday /18/2010 Monday /19/ Tuesday /20/ Wednesday /21/ Thursday /22/ Friday /23/ Saturday /2/2010 Sunday /25/2010 Monday /26/ Tuesday /27/ Wednesday /28/ Thursday /29/ Friday /30/ Saturday 5/1/2010 Sunday 5/2/2010 Monday 5/3/ Tuesday 5// Wednesday 5/5/ Thursday 5/6/ Friday 5/7/ WEEKLY SUM Appendix B Final Refuse and Recycling RFP: City of Lockport

56 # 560 #561 #562 #563 #56 #565 #567 DAILY SUM WEEKLY SUM Saturday 5/8/2010 Sunday 5/9/2010 Monday 5/10/ Tuesday 5/11/ Wednesday 5/12/ Thursday 5/13/ Friday 5/1/ Saturday 5/15/2010 Sunday 5/16/2010 Monday 5/17/ Tuesday 5/18/ Wednesday 5/19/ Thursday 5/20/ Friday 5/21/ Saturday 5/22/2010 Sunday 5/23/2010 Monday 5/2/ Tuesday 5/25/ Wednesday 5/26/ Thursday 5/27/ Friday 5/28/ Saturday 5/29/2010 Sunday 5/30/2010 Monday 5/31/2010 holiday Tuesday 6/1/ Wednesday 6/2/ Thursday 6/3/ Friday 6// Saturday 6/5/2010 Sunday 6/6/2010 Monday 6/7/ Tuesday 6/8/ Wednesday 6/9/ Thursday 6/10/ Friday 6/11/ Saturday 6/12/2010 Sunday 6/13/2010 Monday 6/1/ Tuesday 6/15/ Wednesday 6/16/ Thursday 6/17/ Friday 6/18/ Saturday 6/19/2010 Sunday 6/20/2010 Monday 6/21/ Tuesday 6/22/ Wednesday 6/23/ Thursday 6/2/ Friday 6/25/ Appendix B Final Refuse and Recycling RFP: City of Lockport

57 # 560 #561 #562 #563 #56 #565 #567 DAILY SUM Saturday 6/26/2010 Sunday 6/27/2010 Monday 6/28/ Tuesday 6/29/ Wednesday 6/30/ Thursday 7/1/ Friday 7/2/ Saturday 7/3/2010 Sunday 7//2010 Monday 7/5/2010 holiday Tuesday 7/6/ Wednesday 7/7/ Thursday 7/8/ Friday 7/9/ Saturday 7/10/2010 Sunday 7/11/2010 Monday 7/12/ Tuesday 7/13/ Wednesday 7/1/ Thursday 7/15/ Friday 7/16/ Saturday 7/17/2010 Sunday 7/18/2010 Monday 7/19/ Tuesday 7/20/ Wednesday 7/21/ Thursday 7/22/ Friday 7/23/ Saturday 7/2/2010 Sunday 7/25/2010 Monday 7/26/ Tuesday 7/27/ Wednesday 7/28/ Thursday 7/29/ Friday 7/30/ Saturday 7/31/2010 Sunday 8/1/2010 Monday 8/2/ Tuesday 8/3/ Wednesday 8// Thursday 8/5/ Friday 8/6/ Saturday 8/7/2010 Sunday 8/8/2010 Monday 8/9/ Tuesday 8/10/ Wednesday 8/11/ Thursday 8/12/ Friday 8/13/ WEEKLY SUM Appendix B Final Refuse and Recycling RFP: City of Lockport

58 # 560 #561 #562 #563 #56 #565 #567 DAILY SUM WEEKLY SUM Saturday 8/1/2010 Sunday 8/15/2010 Monday 8/16/ Tuesday 8/17/ Wednesday 8/18/ Thursday 8/19/ Friday 8/20/ Saturday 8/21/2010 Sunday 8/22/2010 Monday 8/23/ Tuesday 8/2/ Wednesday 8/25/ Thursday 8/26/ Friday 8/27/ Saturday 8/28/2010 Sunday 8/29/2010 Monday 8/30/ Tuesday 8/31/ Wednesday 9/1/ Thursday 9/2/ Friday 9/3/ Saturday 9//2010 Sunday 9/5/2010 Monday 9/6/ Tuesday 9/7/ Wednesday 9/8/ Thursday 9/9/ Friday 9/10/ Saturday 9/11/2010 Sunday 9/12/2010 Monday 9/13/ Tuesday 9/1/ Wednesday 9/15/ Thursday 9/16/ Friday 9/17/ Saturday 9/18/2010 Sunday 9/19/2010 Monday 9/20/ Tuesday 9/21/ Wednesday 9/22/ Thursday 9/23/ Friday 9/2/ Saturday 9/25/2010 Sunday 9/26/2010 Monday 9/27/ Tuesday 9/28/ Wednesday 9/29/ Thursday 9/30/ Friday 10/1/ Appendix B Final Refuse and Recycling RFP: City of Lockport

59 # 560 #561 #562 #563 #56 #565 #567 DAILY SUM Saturday 10/2/2010 Sunday 10/3/2010 Monday 10// Tuesday 10/5/ Wednesday 10/6/ Thursday 10/7/ Friday 10/8/ Saturday 10/9/2010 Sunday 10/10/2010 Monday 10/11/ Tuesday 10/12/ Wednesday 10/13/ Thursday 10/1/ Friday 10/15/ Saturday 10/16/2010 last of Sunday 10/17/2010 weekend Monday 10/18/ Tuesday 10/19/ Wednesday 10/20/ Thursday 10/21/ Friday 10/22/ Saturday 10/23/2010 Sunday 10/2/2010 Monday 10/25/ Tuesday 10/26/ Wednesday 10/27/ Thursday 10/28/ Friday 10/29/ Saturday 10/30/2010 Sunday 10/31/2010 Monday 11/1/ Tuesday 11/2/ Wednesday 11/3/ Thursday 11// Friday 11/5/ Saturday 11/6/2010 Sunday 11/7/2010 Monday 11/8/ Tuesday 11/9/ Wednesday 11/10/ Thursday 11/11/2010 Friday 11/12/ Saturday 11/13/2010 Sunday 11/1/2010 Monday 11/15/ Tuesday 11/16/ Wednesday 11/17/ Thursday 11/18/ Friday 11/19/ WEEKLY SUM Appendix B Final Refuse and Recycling RFP: City of Lockport

60 # 560 #561 #562 #563 #56 #565 #567 DAILY SUM Saturday 11/20/2010 Sunday 11/21/2010 Monday 11/22/ Tuesday 11/23/ Wednesday 11/2/ Thursday 11/25/2010 Friday 11/26/ Saturday 11/27/2010 Sunday 11/28/2010 Monday 11/29/ Tuesday 11/30/ Wednesday 12/1/ Thursday 12/2/ Friday 12/3/ Saturday 12//2010 Sunday 12/5/2010 Monday 12/6/ Tuesday 12/7/ Wednesday 12/8/ Thursday 12/9/ Friday 12/10/ Saturday 12/11/2010 Sunday 12/12/2010 Monday 12/13/ Tuesday 12/1/ Wednesday 12/15/ Thursday 12/16/ Friday 12/17/ Saturday 12/18/2010 Sunday 12/19/2010 Monday 12/20/ Tuesday 12/21/ Wednesday 12/22/ Thursday 12/23/ Friday 12/2/2010 Saturday 12/25/2010 Sunday 12/26/2010 Monday 12/27/ Tuesday 12/28/ Wednesday 12/29/ Thursday 12/30/ Friday 12/31/2010 Saturday 1/1/2011 Sunday 1/2/2011 Monday 1/3/ Tuesday 1// Wednesday 1/5/ Thursday 1/6/ Friday 1/7/ WEEKLY SUM Appendix B Final Refuse and Recycling RFP: City of Lockport

61 # 560 #561 #562 #563 #56 #565 #567 DAILY SUM WEEKLY SUM Saturday 1/8/2011 Sunday 1/9/2011 Monday 1/10/ Tuesday 1/11/ Wednesday 1/12/ Thursday 1/13/ Friday 1/1/ Saturday 1/15/2011 Sunday 1/16/2011 Monday 1/17/ Tuesday 1/18/ Wednesday 1/19/ Thursday 1/20/ Friday 1/21/ Saturday 1/22/2011 Sunday 1/23/2011 Monday 1/2/ Tuesday 1/25/ Wednesday 1/26/ Thursday 1/27/ Friday 1/28/ Saturday 1/29/2011 Sunday 1/30/2011 Monday 1/31/ Tuesday 2/1/ Wednesday 2/2/ Thursday 2/3/ Friday 2// Saturday 2/5/2011 Sunday 2/6/2011 Monday 2/7/ Tuesday 2/8/ Wednesday 2/9/ Thursday 2/10/ Friday 2/11/ Saturday 2/12/2011 Sunday 2/13/2011 Monday 2/1/ Tuesday 2/15/ Wednesday 2/16/ Thursday 2/17/ Friday 2/18/ Saturday 2/19/2011 Sunday 2/20/2011 Monday 2/21/ Tuesday 2/22/ Wednesday 2/23/ Thursday 2/2/ Friday 2/25/ Appendix B Final Refuse and Recycling RFP: City of Lockport

62 City of Lockport Daily Collection Total (tons) Feb-2010 thru Feb Jan-10 Feb-10 Mar-10 Apr-10 May-10 Jun-10 Jul-10 Aug-10 Sep-10 Oct-10 Nov-10 Dec-10 Jan-11 Feb-11 Appendix B Final Refuse and Recycling RFP: City of Lockport

63 Monday Collection Route (Feb-2010 thru Feb-2011) Jan-10 Feb-10 Mar-10 Apr-10 May-10 Jun-10 Jul-10 Aug-10 Sep-10 Oct-10 Nov-10 Dec-10 Jan-11 Feb-11 Appendix B Final Refuse and Recycling RFP: City of Lockport

64 Tuesday Collection Route (Feb-2010 thru Feb-2011) Jan-10 Feb-10 Mar-10 Apr-10 May-10 Jun-10 Jul-10 Aug-10 Sep-10 Oct-10 Nov-10 Dec-10 Jan-11 Feb-11 Appendix B Final Refuse and Recycling RFP: City of Lockport

65 Wednesday Collection Route (Feb-2010 thru Feb-2011) Jan-10 Feb-10 Mar-10 Apr-10 May-10 Jun-10 Jul-10 Aug-10 Sep-10 Oct-10 Nov-10 Dec-10 Jan-11 Feb-11 Appendix B Final Refuse and Recycling RFP: City of Lockport

66 Thursday Collection Route (Feb-2010 thru Feb-2011) Jan-10 Feb-10 Mar-10 Apr-10 May-10 Jun-10 Jul-10 Aug-10 Sep-10 Oct-10 Nov-10 Dec-10 Jan-11 Feb-11 Appendix B Final Refuse and Recycling RFP: City of Lockport

67 Friday Collection Route (Feb-2010 thru Feb-2011) Jan-10 Feb-10 Mar-10 Apr-10 May-10 Jun-10 Jul-10 Aug-10 Sep-10 Oct-10 Nov-10 Dec-10 Jan-11 Feb-11 Appendix B Final Refuse and Recycling RFP: City of Lockport

68 APPENDIX C: COMMERCIAL COLELCTION ROUTE/CENTRAL BUSINESS DISTRICT

69 Gabriel Drive Bristol Avenue Prospect Columbia Pound Hyde Park Bristol Avenue Case Woodbury Dr Allen Transit Road Lock Gooding Scovell Park Place Carlton Place Pound Vine City of Lockport Garbage Routes Niagara County, New York 78 3'30"W 78 3'0"W 78 2'30"W 78 2'0"W 78 1'30"W 78 1'0"W 78 0'30"W 78 0'0"W Old Niagara Road 3 11'30"N µ Eighteenmile Creek Old Niagara Road Old Niagara Road Lake Avenue 3 11'30"N Driveway Plank Road Roby Center Sycamore Adam Lake Avenue Old Niagara Road 3 11'0"N 3 10'30"N ntain Road 3 10'0"N Private Access 3 9'30"N Upper Mountain Road West Avenue Niagara St Jackson The Gulf Lockport Bypass Heath Heath Niagara Oakhurst Niagara!(!(!( Richfield Hillcrest Drive Park Avenue West Avenue Lockport Bypass!( Hinman Road Highland Drive Highland Drive Crosby Avenue Michigan Michigan!( Bright Craine Short!( King Simonds Ohio Niagara Niagara!( Trowbridge Rene Place Ohio Trowbridge Trowbridge New York Glenwood Avenue St Passaic Avenue Jackson Corinthia Caledonia Ontario Webb Stevens State Road N e w Y o r k S t a t e B a r g e C a n a l Outwater Drive Green Prospect Phelps Niagara Park Avenue West Avenue Court Bacon Sunnyside St Windsor Prospect Corinthia!( Eighteenmile Creek Charlotte Caledonia Minard Fairfax Hawley Fletcher Prentice Grand Green Hawley Niagara Transit West Avenue Genesee Amelia Nichols Outwater State Road Ransom Drive Washington Hawley Ct Summit Weld Ruhlmann Road Hawley Jackson Hawley St Ontario Transit High Willow Cedar Russell Bridlewood Drive Transit Marshall Pl Grosvenor Transit Transit Transit Hill Monroe Church Alley Jefferson Drive Church Lincoln Drive Gooding Grand Niagara Ct Saxton Harwood St Lock Place Walnut Jackson St Harwood Gooding St Main Genesee Heritage Court Lagrange Harvey Avenue Allen Price Gaffney Mill Glenwood Avenue Canal St Cottage Lock Road Hamilton Drive John Lincolnshire Drive Pine Lincoln Avenue Treehaven Drive Woodbury Drive William St Pine Pine South Waterman Jackson Clinton Frontier Maple North Mill Water Place Orchard St Frost Porter Union Main!( Locust Elm Charles Chestnut Genesee Ashley Place Spruce Price Millar Place Willow Berkley Drive Chapel Rushmore Alley Washburn Locust Sargent Drive Macks Alley Butler St Olcott Mill Market Locust Dayton St Washburn Vine Clinton Exchange St Ann St Adam South McCollum St Wakeman Place Devereaux Ct Locust Walnut Oliver High Garden!( Grant Regent Vine Harding Avenue Van Buren Works Place Elmwood Avenue Evans Lewis Spalding Euclid Avenue Chapel East Avenue Franklin Avenue Vine Beattie Avenue Adam Union Chapel Morrow Avenue Kingston Spring Willow Circle Olcott Adam Cave St Coolidge Avenue Clinton Erie Beattie Avenue Fayette Cherry Oak!( Haines Eisenhower Dr Chestnut Market N e w Y o r k S t a t e B a r g e C a n a l Erie Vine!( Walnut Hildreth Union Elmwood Avenue Hi Point Drive Reed Bewley Parkway Georgia Avenue Cleveland Place Nixon Levan Avenue Vermont Avenue Carolina Avenue Roosevelt Drive Irving Place Rogers Avenue Livingston Place Pennsylvania Avenue Alabama Pl Avenue McCue Howard Avenue Shaeffer St Juniper Remick Williamsons Ln Parkway South Jesson Parkway Virginia Ct Wilson Morton Parkway Alanview Drive Ave High Hoover Parkway Harrison Avenue Beverly Avenue Union Jesson Parkway Park Lane Circle!( Lincoln Ave Granger Willow O Brien Drive!( Place Mcintosh Drive Lindhurst Drive Levan Avenue Elmira St Utica St Market East Avenue Grove Avenue Massachusetts Ave Woodlawn Summer Rochester Bob O Link Walnut!( Alexander Eighteenmile Creek St Lane Park Drive Akron Lakeview Avenue Mcintosh Drive Independence Dr Continental Drive Autumnvale Drive Parkway Continental Dr!(!( East Avenue Priscilla Ln Standish Road Priscilla Lane Desales Fairway Drive Tudor Lane Briarwood Dr Independence Drive Elizabeth Puritan Way Bonner Drive Circle Drive Davison Road Davison Road Cold Springs Road Davison Road Davison Road High Lexington Ct Davison Court Keswick Road Professional Parkway Royal Lane 3 11'0"N 3 10'30"N 3 10'0"N 3 9'30"N 3 9'0"N Donner Brook 3 9'0"N Hinman Road Bear Ridge Road 1 inch = 800 feet Locust Beattie Avenue Key City Boundary Railroads ,200 1,600 2,000 Feet 78 3'30"W 78 3'0"W 78 2'30"W 78 2'0"W 78 1'30"W 78 1'0"W 78 0'30"W Created by Jeremy R. Tracy 78 0'0"W Garbage Pickup No Pickup Commercial (Daily) Monday Tuesday Wednesday Thursday Friday!( Daily Pickup Locations Prepared by City of Lockport Engineering Department October 2010

70 Residential and Non-Residential Parcels City of Lockport 78 3'30"W 78 2'30"W µ 78 2'0"W 78 1'30"W en Eighte Old mile C Niagara 78 1'0"W Nia M ill g ar a Ro ad R oby Transit et S treet S t re Road 78 0'0"W 3 11'30"N reek Roa d 78 0'30"W Road Ol d Plank Sycamore A ve n ue 3 11'30"N 78 3'0"W Niagara County, New York Lakeview Parkway Pkwy ne Creek Tud or Davison Circle Park Drive 3 10'0"N Euclid Avenue Vi rg in ia C Hoover t Nixon Parkwa y Davison Lane Drive C o tinental n D riv e Dav ison Avenue er B r oo k Road Rid ge Ro ad Transit D onn 3 9'0"N ar Be 78 3'0"W 78 2'30"W 78 2'0"W 3 9'30"N Avenue 1,200 1,600 2,000 Feet 78 3'30"W Lexington Road Continental Driv e Royal Av enue Avenue Briarwo o d Dr Inde pendence Dr J Driv e Carolina Eisen hower Dr Beattie Drive Elizabeth Avenu e Berkley Obrien Locust Harding Av enue Avenue Coolidge Willow Av enue Ve rm ont Georg ia Drive Drive Drive Penn sylvania et Lin dhurst Circle Rooseve lt Haines Winfried Mc Intosh Alabama Pl S tr e Parkw Drive Ave nue Alanv iew Morrow es son Place Drive Regent Ak r on Hi Point Court Cou rt D r iv e 800 Roa d Lane 1 inch = 800 feet 00 D ri ve Park Hyde Grant ad '30"N Drive Circle Desales Drive Autumnvale Lane La Standis Ave Bob O Link Mas sac husetts Avenue Morton Ave Harrison Place Cleveland Bonner Pkwy Wilson Williamsons Ln Priscilla Oak Drive ad Way Reed Cherry Locust Drive Eighteenmile High Place Ro Puritan Fairway Park Lane Pine Driv e Jeffers on Remick Pound Ave Franklin Erie Stree t Oliver Place Alley Washburn Park Maple Waterman Pine Macks Place John Cottage Robinson Lock Avenue Harvey Saxton Transit Blackley Weld Utica Stre et s k wic Parkway Pine l na Ca ar ge eb t at ks Yo r Ne w ad Ro Jackson Scovell Lock Allen Transit Hawley Prospect Webb Avenue Bristol Elm ira d Professional at e ay St Rochester oa Ct Transit Case Ct Bristol St New York Yo rk New Ohio Gooding Church Hawley Passaic Trowbridge Avenue Prospect Michigan t r S Summ er R h de xa n ce Bright Al e Pl a r ipe an Av e enu y B y pass ue ue n Lev kwa nue rt Avenue Ke en en s to A ve Pa r rd e e Av in g l ey wa eet Michigan wn c Pla t Av n ee e S tr r ge Av rs io Un Liv Be w Ho S tr kp o dl a ov an Gr rly ge e u Loc o Wo Gr t ve Ro eth e nu Drive Cu e Kings ton Lincoln t ee Str dr Hil Mc St i ng ee Avenue Evans Lewis Irv S tr t Alley Sargent db ry e Av iv e Ju n rt Circle Drive Dr eet ux Road Hamilton n e Vin Millar Woo n nue et St re Pl ss ma et r lt o n Rush more Price t Elmwood Place ee S tr pa Hin Ro re Ca P la c ee S tr m et ks Wo r e re a C ou t et St re t D ev rt Spalding Spruce Ad a C ou io n South Elm t C our Ashley St A ve t S tr St x et S tr e au e re D ev g e By co l re St Willow Treehaven 3 9'0"N ce P la n ma Ea s rin C av rt Lin t te ee S tr on U ni a St er e ff pel po Fairfax ck Lo Drive e C ha y Road y Fa Lincolnshire Ruhlmann ut ke Wa nu Wal Gaffney r Un St ur Russell Bridlewood d e rg t ee en llum Co Cedar ar Mc Willow G eet Ann Str mo Se y ad al Sh et Price Nichols t t S tr e e rk ta a eb n Ca r St et re St e Pl a c rt Co u a ge r u st Minard Yo S rk et e ng ha tie Fron Loc w Neeet St a re c Ex et Orchard St High St Be et Hig h et re Herit Lagrange Summit eet n M ai Genesee Windsor S tr e Ro 3 11'0"N re St Al la h Be l A lle Amelia St Avenue Alley tn hes S tr Sunnys ide C gs et St l Bacon S t re e t i on et Avenue A ve n u e Stevens Un rin t en Sp Park t M Niagara Ct Niagara lin r Bu on St Hawley Ct ot re et C re S tr e n lc n Va Monroe Sp et pe Grand Ransom Crosby Richfield re St s t 3 9'30"N St ha Place King St to El m nue We st Simonds St Ontario t Stre e e Grosvenor Prentice Green R ene ay arle St re e Pa r k 3 10'0"N Washington Church Av e nu A ve Phelps Marshall Place Corinthia Caledonia Pa rk D Ch Heath South Corinthia t ra Niaga tl e O C Short t tr e e e et S tr ur s t te r Oa k h t Stree m illia St Monroe ra ee Hill Fletcher S tr Bu t S Wa ga d Nia S te r t e 3 10'30"N oo Drive Po r rw Drive Ha la n d ac h l and Drive Charlotte Drive l ul f W Outwater Gab r i e G st re llc i H Hi g e H st Fro d g e St Craine iv Dr d a oo Pl id wb r Tro nu e Av e rw e St re r Eighteenmile Creek t oo Gle nw e Th St Columbia St We st Stree on North e Ja ck s St r e et n Vi 3 11'0"N l ld Adam Mil Center Lak e Co 78 1'30"W 78 1'0"W 78 0'30"W Created by Jeremy R. Tracy 78 0'0"W Map Key City Boundary Prepared by City of Lockport Engineering Department October 2010 Railroads Parcel Type Non-Residential Residential

71 APPENDIX D: REFUSE/RECYCLING WHEELED CART SPECIFICATION

72 SPECIFICATIONS for REFUSE and RECYCLING CARTS Proposal to supply wheeled refuse/recycling carts in approximately 35, 65 and 95-gallon size which consist of injection or rotational molded, high/medium-density polyethylene body and lid, durable plastic, two wheel assemblies, a solid steel axle, and a lift bar. Containers must be able to be dumped by both semi-automated and fully automated truck systems. Each bidder is required to submit a full specification for the containers offered, a statement of availability of spare parts, and a description of the terms of the ten-year warranty required. Bidder must supply with bid complete technical data on the particular container being bid on. Bidder must provide a detailed user s list of exactly the same make and model of the cart which the City may use for references regarding the quality of products and service records of the manufacturer. The product being bid must have been in regular service for a minimum of three years and have been in regular service in at least five communities that required 5,000 or more carts. Bidders shall complete the specification checklist with a check mark if the item bid is exactly as specified. If an item is left blank, it is assumed that the bidder cannot meet the specifications and may cause rejection of the bid. By checking NO, the bidder states that the product does not conform to that specification. All variations and/or exceptions must be documented, referencing applicable paragraphs and explained in detail on a separate page titled Exceptions. If the City determines by any means that exceptions exist which were not identified on such list, then that bid may be disqualified as being non-responsive. If no exceptions are taken, it will be assumed that the bid meets all specifications as stated. The award will be based on a unit price per tote and overall responsiveness to bid specifications. Contract will be in effect for ten (conflict with 5 yrs?) years, for both containers and replacement parts. If during the term of the contract entered into as a result of this bid, the cost of material(s) is/are increased through no act on the part of the contractor, other than to comply with any prevailing rise in the Market Price(s) of material(s) used, it shall be the Contractor s responsibility to notify the City in writing of the cost increase(s). Prices shall be increased only to the point of absorbing additional costs of material paid for by the Contractor. Adjustments to the bid price are only allowed in six month intervals from the date of bid acceptance. At any time during the term of the contract, the City may request that the Contractor provide written documentation from the manufacturer/supplier of the materials to substantiate price increases relative to the prevailing Market Price. The City reserves the right to reject any price increase and to cancel any and all items under the contract for which price increases are considered unacceptable. Prices quoted are Delivered prices. The successful bidder shall have various delivery locations throughout the City. The City of Lockport shall provide the successful bidder a delivery schedule for distribution of various size roll out refuse containers. GENERAL Each wheeled rollout container shall consist of a body, lid, wheels, axle, metal lift bar and necessary accessories. The wheeled refuse container shall be designed to contain solid waste materials including garbage, rubbish, refuse and yard waste. The wheeled refuse container shall be provided with an adequate handle and wheels so that it can be pushed or pulled with little effort. The body and lid of the container shall be high or medium density polyethylene (H/MDPE). The container shall be manufactured with up to 10% post consumer recycled polyethylene. All materials shall be hot melt compounded and that is the only acceptable procedure (dry blending is unacceptable). The cart is to be produced with fully recyclable H/MDPE resin which will allow the container to be recycled after use. Additional requirements include: A ppendix D Final Refuse and Recycling RFP: City of Lockport

73 SPECIFICATIONS for REFUSE and RECYCLING CARTS 1. Minimum wall thickness of the body shall be inch. The thickness of the containers critical wear points (cart bottom, handle, lift bar, etc.) must be no less than inch. There shall be a wear ridge or drag rail molded around the perimeter of the container bottom to prevent abrasion wear-through. This wear ridge shall consist of a molded on solid resin material. Add-on pads are not acceptable. 2. An integrally molded reinforced upper pouch and a rotating non-plastic front catch bar shall be the only acceptable method of attachment to the refuse vehicle cart dumper system. Bolted metal frames are not acceptable. The bar must be 1.0 o.d. and must be minimum 15 gauge wall thickness. 3. Container body interior and exterior surfaces should be smooth. The external and interior surface should be free of shrink holes, cracks, blow holes, and webs. The interior should be free of crevices and recesses where refuse could become trapped, thus preventing complete emptying of the contents. The top rim of the container body should be reinforced with a rib that extends around the entire perimeter. The rim should have a structural grid for extra support, which will add stability to the container and provides a flat surface for the lid. This reinforced rim shall have a raised inner perimeter to serve as a barrier to escaping odors, intrusion of pests, and to prevent moisture from entering the cart. The handles should be integrally molded into the container body at the top of the rim.. All plastic parts are specifically prepared to be colorfast so that the plastic material does not alter appreciable in normal use. The container is to be protected against ultraviolet rays with a UV stabilizer additive. Additives shall be hot compounded into the resin. The color of the cart body and lid for all cart sizes shall be determined at a later date based on manufacturer s standard colors. 5. Axle shall have a minimum 5/8 diameter and be approximately 23 long and is to be manufactured from alloy steel that has been coated with zinc plating to prevent rust and to be mounted on the cart body through axle fittings that are integrally molded as part of the body providing permanently lubricated bearing surfaces. The axle mounts and lower attachment point must be sealed to prevent leakage. 6. Wheels to be made of injection molded high-density polyethylene. The tread to be made of PVC plastic, enabling a quieter roll. Wheels to be able to snap on to cart by means of selflocking hub with internal wheel-retention details that snap into a corresponding groove on the axle. Cotter pins are unacceptable. The wheels are to be slightly recessed into the container body. The overall diameter of the wheel is to be around 8 /10 /12 respectively for 35/65/95 gallon containers with a width of around 1 ¾ to 2 2/3. Each wheel must be load rated for 200 pounds. 7. The containers shall be stable and self balancing when in the upright position either loaded or empty. Containers shall remain upright when empty with the lid open in winds blowing at a minimum 35 miles per hour. 8. Lid should be one piece construction molded polyethylene, minimum thickness to be 0.10 inch. The lid must be domed to facilitate water runoff. Lid should be attached to cart body with four or more hinge pin points along the rear edge of the cart body. Metal hinges are not acceptable. The lid shall be able to rotate 270 degrees. The lid, when closed, shall be able to rest on the top rim with a minimum ½ overlap of the container body to allow for a A ppendix D Final Refuse and Recycling RFP: City of Lockport

74 SPECIFICATIONS for REFUSE and RECYCLING CARTS secure tight fit around the entire perimeter between the lid and cart body, to prevent rain, insects, and vermin from entering the container. Odors shall be contained when lid is closed. A molded in rain lip on the top rim of the container base prevents rain from entering. The lid and container when empty shall be able to withstand high winds without tipping over or causing lid to open. The lid must incorporate an integrally molded 1.0 inch diameter handle so that the lid may be raised by hand without coming into contact with the bottom edge of the lid. The handle must extend across the full width of the front of the cart. 9. The container shall be easy to wheel whether full or empty and shall be designed with a foot operated tilt feature designed into the middle axle area to facilitate ease in tipping. 10. Each container shall either have a nine digit serial number or RFID Chip or Bar Code Technoogy, 1 ½, hot stamped in white on the front face of its body to facilitate distribution and control. The customer s name and or logo will be able to be hot stamped on container s lid or body. All carts to have safety and use instructions molded on lid along with load ratings and two large visible arrows and the words ARROWS TOWARD STREET. 11. The bidder shall warranty their container, container lid, wheels, axle, all necessary hardware and other component parts for a minimum of ten (10) years from the date of acceptance and shall provide a no-charge replacement of any container or component parts which fail because of: o Improper or inadequate materials, o Defective workmanship, o Inadequate rigidity or structural stiffness, o Insufficient resistance to weathering, o Any other cause or failure to perform as originally designed, and o Not suitable for the intended use as described herein Failure of the container body shall require a full replacement of the container at no cost to the buyer. Container repairs will not be acceptable. Under this provision, the bidder assumes all costs related to parts replacement including applicable freight, labor and equipment. Bidder must submit a bid document which clearly states the exact warranty of the bidder. The bidder s warranty is understood to include, whether stated in the bidder s warranty or not, the following coverage: o Failure of the lid to prevent rain or snow from entering the container body, o Damage to the container body, lid or any component part due to the opening or closing of the lid, o Failure of the upper lift bar area or lower catch bar from damage during interface with lifting devices, o Damage or cracking of the container body through normal operating conditions o Failure of the container body or lid to maintain its original shape, o Failure of the container wheels to provide continuous easy mobility as originally designed. Wheels must remain in place and not wear through, o o Failure of any metal components to remain free of excessive rust and corrosion, and Failure of any portion of the bottom of the container body to remain impervious to wear through despite repeated contact with rough and abrasive surfaces. A ppendix D Final Refuse and Recycling RFP: City of Lockport

75 SPECIFICATIONS for REFUSE and RECYCLING CARTS 12. The vendor shall guarantee the continuous availability of parts over the ten (10) year warranty period and submit with their bid a last of alternative suppliers with a plan of action to fulfill this guarantee should the successful bidder become insolvent during the ten year warranty period. Vendor shall state their local vendor for warranty service, parts and labor. 13. Must meet the standards set forth in ANSI Z and ANSI Z Standards were designed to simulate the type of situations the container would encounter during actual use. Product must be ISO 9001 registered. 1. Assembly and delivery of carts is to be included in base bid. Bid prices to include optional distribution costs per unit. Distribution shall include delivery of one piece of informational literature provided by municipality. SPECIFICATIONS FOR 95 GALLON CART: Approximate dimensions should be: o Cart Body Height: around 3 o Overall Height: around 6 o Overall Width: around 26 o Overall Depth: around 3.5 o Empty weight: 2 pounds o Capacity: 335 pounds o Resin weight: around 3 pounds (excluding wheel, axle, hardware) SPECIFICATIONS FOR 65 GALLON CART: Approximate dimensions should be: o Cart Body Height: around o Overall Height: around 1.5 o Overall Width: around 2 o Overall Depth: around 27 o Empty weight: 30 pounds o Capacity: 220 pounds o Resin weight: around 27 pounds (excluding wheel, axle, hardware) SPECIFICATIONS FOR 35 GALLON CART: Approximate dimensions should be: o Cart Body Height: around 35 o Overall Height: around 37.5 o Overall Width: around 19 o Overall Depth: around 2 o Empty weight: 20 pounds o Capacity: 125 pounds o Resin weight: around 20 pounds (excluding wheel, axle, hardware) A ppendix D Final Refuse and Recycling RFP: City of Lockport

76 SPECIFICATIONS for REFUSE and RECYCLING CARTS PRICING FOR 95 GALLON ROLL OUT CART (Multiresidential/Commercial): MODEL BIDDING ON: MAKE: Delivery Lead Time: QUANTITIES_ UNIT PRICE TOTAL PRICE DISTRIBUTION/UNIT ,000 $ $ $ 2. 1,000 to 5,000 $ $ $ 3. 5,000 to 10,000 $ $ $ PRICING PAGE FOR 65 GALLON ROLL OUT CART (Residential): MODEL BIDDING ON: MAKE: Delivery Lead Time: QUANTITIES_ UNIT PRICE TOTAL PRICE DISTRIBUTION/UNIT ,000 $ $ $ 2. 1,000 to 5,000 $ $ $ 3. 5,000 to 10,000 $ $ $ A ppendix D Final Refuse and Recycling RFP: City of Lockport

77 APPENDIX E: COMMERCIAL STREETS

78 COMMERICAL COLLECTION STREET NAMES Bright Charles Chestnut Columbia Frontier Heritage Court Locust Lincoln Avenue Main Market Michigan Ohio Park Avenue Walnut Washburn West Avenue Attachment E Final Refuse and Recycling RFP: City of Lockport

79 APPENDIX F: SAMPLE LIST OF ADDRESSES OF OCCUPIED PARCELS

80 SAMPLE OF ADDRESS LIST OF OCCUPIED PARCELS Description # Parcels Total Units Residential Living Units Single Family 5,85 Single Family 13 Single Family 53 Single Family w/apt. 1 Two Family 872 Total Single Family Two Family 7 Total Two Family Three Family 138 Three Family 1 Total Three Family rural res. & ag. 2 multiple res. 1 residential w/comm. Use 2 Total Other Res. Units EXPECTED COLLECTION (parcels) 5,552 5,552 1, TOTAL RESIDENTIAL LIVING UNITS 7, Description # Parcels Total Units EXPECTED COLLECTION (parcels) Commercial Living Units Apartment 175 2, Condominium Inn/Lodge parcels, average 7 rooms/parcel Converted Residence TOTAL COMMERCIAL LIVING UNITS 2, Description # Parcels Total Units EXPECTED COLLECTION (parcels) Other Commerical Units: Industrial 5 0 SUM 6 mine/quarry Telephone Cable TV TOTAL OTHER COMMERICAL UNITS SUMMARY EXPECTED COLLECTION (parcels) TOTAL RESIDENTIAL LIVING UNITS 7, TOTAL COMMERCIAL LIVING UNITS 2, TOTAL OTHER COMMERICAL UNITS TOTAL UNITS 10, parcels Appendix F: Final Refuse adn Recycling RFP: City of Lockport

81 APPENDIX G: RECYCLABLE ITEM LIST

82 RECYCLABLE ITEMS LIST Paper Products: Newspaper Cardboard Magazines/Catalogs/Printed Advertisements Paperback books Junk mail, office (computer) paper, shredded paper Phone books Kraft paper products (paper bags, paper egg cartons, cup holders, etc.) Boxboard/Paperboard (cereal boxes, shoe boxes, food packaging boxes) Household Metals: Metal food and beverage containers Aluminum pie tins Household Plastics: Glass: Small neck or screw top containers Wide mouth food and beverage containers Clear, brown and green glass food and beverage containers. Please separately list exclusions to list above and document additional materials offered for collection. Attachment G Final Refuse and Recycling RFP: City of Lockport

83 APPENDIX H: SPECIFICATIONS FOR 18-GALLON RECYCLING BINS

84 RECYCLING BIN SPECIFICATIONS Proposal to supply curbside recycling bins that are approximately 18-gallon capacity which consist of rigid plastic with molded handles on the ends to facilitate lifting. Each bidder is required to submit a full specification for the containers offered and a description of the terms of a warranty required. Bidder must supply with bid complete technical data on the particular container being bid on. Bidder must provide a detailed user s list of exactly the same make and model of the cart which the City may use for references regarding the quality of products and service records of the manufacturer. The product being bid must have been in regular service for a minimum of three years and have been in regular service in at least five communities that required 5,000 or more bins. All variations and/or exceptions must be documented, referencing applicable paragraphs and explained in detail on a separate page titled Exceptions. If the City determines by any means that exceptions exist which were not identified on such list, then that bid may be disqualified as being non-responsive. If no exceptions are taken, it will be assumed that the bid meets all specifications as stated. The award will be based on a unit price per bin and overall responsiveness to bid specifications. Prices shall be increased only to the point of absorbing additional costs of material paid for by the Contractor. Adjustments to the bid price are only allowed in six month intervals from the date of bid acceptance. At any time during the term of the contract, the City may request that the Contractor provide written documentation from the manufacturer/supplier of the materials to substantiate price increases relative to the prevailing Market Price. The City reserves the right to reject any price increase and to cancel any and all items under the contract for which price increases are considered unacceptable. Curbside recycling bins shall be warranted against defects for a period of five years. Any curbside recycling bins that fails because of materials or workmanship will be replaced at no charge to the City. A copy of the warranty and warranty s duration shall be submitted by all bidders. Prices quoted are Delivered prices. The successful bidder shall have various delivery locations throughout the City. The City of Lockport shall provide the successful bidder a delivery schedule for distribution of the bins. GENERAL The proposed curbside recycling bins shall be made of rigid plastic with molded handles on the ends to facilitate lifting. The interior surface of the curbside recycling bins shall be smooth with rounded corners to ease cleaning. For drain holes shall be located on each bottom corner and positioned to allow proper drainage. The recycling bins shall be able to withstand extreme temperatures, both heat and cold, without distorting, warping or cracking. Mild detergents will not scratch or corrode the bin. Stress points at the bottom and handles shall be reinforced. Plastic resins used in the manufacture of the recycling bins must be of high quality and shall include postconsumer high density polyethylene (HDPE). The cart is to be produced with fully recyclable H/MDPE resin which will allow the container to be recycled after use. The bins must accept hot stamping without distorting the print, flaking, or peeling. Bins will be hotstamped either on the front only or on the front and two sides. A logo and standard letter sizes will be used. 1. All corners must be rounded with no sharp edges. Container body interior and exterior surfaces should be smooth. The external and interior surface should be free of shrink holes, Attachment H Final Refuse and Recycling RFP: City of Lockport

85 RECYCLING BIN SPECIFICATIONS cracks, blow holes, and webs. The interior should be free of crevices and recesses where refuse could become trapped, thus preventing complete emptying of the contents. 2. The non-recessed bottom feet of each container shall be reinforced with double wall construction or otherwise be designed so as to adequately support the containers with maximum weight content. 3. Units must be nest able so that when stacked, each unit fits securely in the one below to insure stability.. All plastic parts are specifically prepared to be colorfast so that the plastic material does not alter appreciable in normal use. The container is to be protected against ultraviolet rays with a UV stabilizer additive. Additives shall be hot compounded into the resin. The color of the bin shall be determined at a later date based on manufacturer s standard colors. 5. Bidder shall include RFID and/or Barcode Technology as an option for each bin. 6. The bidder shall warranty their container from the date of acceptance and shall provide a no-charge replacement of any container or component parts which fail because of: o Improper or inadequate materials, o Defective workmanship, o Inadequate rigidity or structural stiffness, o Insufficient resistance to weathering, o Any other cause or failure to perform as originally designed, and o Not suitable for the intended use as described herein Bidder must submit a bid document which clearly states the exact warranty of the bidder. The bidder s warranty is understood to include, whether stated in the bidder s warranty or not, the following coverage: SPECIFICATIONS FOR 18 GALLON BIN: Approximate dimensions should be: o o o o o o Bin Height: about 13 inches Overall Width: about 16 inches Overall Length: about 26 inches Empty weight: about 5 lbs Capacity: 18-gallons Optional RFID or Barcode Technology Attachment H Final Refuse and Recycling RFP: City of Lockport

86 APPENDIX I: REVENUE SHARING WORKSHEET

87 Proposed Formula: Revenue Shared = Quarterly # tons collected * ((Quarterly Avg. OBM#8 High News - MRF Processing Fee's) * Hauler Incentive % Annual Curbside Recyclables Materials (less discards) (tons) RECYCLING REVENUE SHARING WORKSHEET OBM #8 News (Buffalo, NY Edition, average annual value Jan-Dec) ($/ton) Materials Recovery Facility Processing Fee's ($/ton) Hauler Incentive Value (%) Notes: Quarter 1: January, February, March; Quarter 2: April, May, June; Quarter 3: July, August, September, Quarter : October, November, December March-11 Appendix I Fianl Refuse and Recycling RFP: City of Lockport

88 APPENDIX J: SPECIFIC PROPOSAL CONDITIONS CHECK SHEET

89 SPECIFIC PROPOSAL CONDITIONS SUMMARY SHEET RESPONDENT CONTRACT ANNUAL RATES TEXT SECTION/TITLE notes: YEAR 1 YEAR 2 YEAR 3 YEAR YEAR /Refuse Collection (single, double, triple family parcels) The City estimates Single Family Parcels = 5,552, Double Family = 879, and Triple Family = /Refuse Collection (Multiresidential/Commercial) 7.5/ Refuse Disposal 7.6/Recycling Collection and Processing (single, double, triple family parcels) 7.6.1/ Provide 18-gallon Recycle Bins 7.6.2/ Provide 65-gallon Recycle Carts 7.7/ Commercial- Multiresidential Recycling Collection 7.8/ Recycling Revenue Sharing 7.9 / Refuse Disposal Rate 7.10 / Separate Container Service Rates City parcel estimates Four Family Parcels = 83, Multiresidential Parcels = 92, Commercial = 229 and Industrial = 305. The City expects limited participation based on capacity limitations of proposed program. City estimates reductions in total waste disposed. Current disposal rates average 11,655 tons/year The City estimates Single Family Parcels = 5,552, Double Family = 879, and Triple Family = 139 WEEKLY COLLECTION FREQUENCY The City estimates Single Family Parcels = 5,552, Double Family = 879, and Triple Family = 139 EVERY-OTHER-WEEK COLLECTION FREQUENCY The City estimates Single Family Parcels = 5,552, Double Family = 879, and Triple Family = 139 PER STOP PER 95-GALLON CONTAINER (max ) COMMERICAL CONTRACT (attach description) estimates based on worksheet or Contractor proposed methodology unit rate per ton of refuse delivered for disposal provide a schedule of rates for dumpster delivery/rental and collection. Notes: Appendix J Final Refuse and Recycling RFP: City of Lockport

90 APPENDIX K: AFFIRMATIVE ACTION/EQUAL OPPROTUTNITY EMPLOYMENT

91 CITY OF LOCKPORT AFFIRMATIVE ACTION/ EQUAL OPPROTUNTIY EMPLOYMENT STATEMENT The City of Lockport is committed to providing equal opportunity in all of our employment practices to all qualified applicants and employees and does not unlawfully discriminate in employment opportunities or practices on the bases of age, race, color, religion, sex, national origin, citizenship status, disability, pregnancy, marital status, military or veteran status, political belief, sexual orientation, predisposing genetic predisposition or carrier status, previous conviction of criminal offenses (unless directly related to employment or would involve an unreasonable risk to property or to the safety or welfare of specific individuals or the general public), status as a victim of domestic violence, or any other category protected by federal, state or local law. Therefore, employment decisions by the City of Lockport, including but not limited to, decisions regarding recruitment, hiring, promotion, job assignment, transfer, compensation, reductions in force, recall from layoff, leaves of absence, discipline, termination, and access to benefits and training will be based on merit, skill, experience, training, qualifications, the needs of the City of Lockport, and/or other relevant factors. Any employee involved in discriminatory practices will be subject to discipline, up to and including termination. If you have questions or concerns regarding the administration of this policy or a complaint regarding Equal Employment Opportunity, you are encouraged to bring those issues to your immediate supervisor or the City of Lockport's Civil Service Department. Adverse action will not be taken against an employee because he or she, in good faith, reports or participates in the investigation of a violation of this policy. The City of Lockport's commitment to this policy includes making reasonable accommodations for qualified individuals with known disabilities, to enable them to perform the essential functions of their jobs, unless to do so poses an undue hardship for the City or a direct threat to health or safety. Employees with disabilities should make the City aware of their need for an accommodation. The City will work with each individual to define their job-related needs and to try to reasonably accommodate those needs. Frequently, when a qualified individual with a disability requests a reasonable accommodation, the appropriate accommodation is easily agreed upon. While an employee may recommend a specific accommodation, the ultimate decision as to whether a particular accommodation will be made rests with the City. If more than one accommodation will enable the individual to perform his/her job, the company reserves the right to choose which accommodation it will make. Discrimination is prohibited on account of race, creed, color, sex or national origin in employment under this contract: (a) in the hiring of employees for the performance of work under this Contract or any Subcontract hereunder, no Contractor nor any person action on his behalf of such Contractor shall be reason of race, creed, color, sex or national origin discriminate against any citizen of the State of New York who is qualified and available to perform the work to which the employment relates; and (b) no Contractor nor Attachment K Final Refuse and Recycling RFP: City of Lockport

92 CITY OF LOCKPORT AFFIRMATIVE ACTION/ EQUAL OPPROTUNTIY EMPLOYMENT STATEMENT any person on his behalf shall in any manner discriminate against or intimidate employees hired for the performance of work under this contract on account of race, creed, color, sex, or national origin. The parties hereto, in accordance with the provisions of Section 220(3) of the Labor Law, hereby agree that there shall be paid each employee engaged in work under this Contract not less than the wage rate and supplements set opposite the trade or occupation in which he is engaged. The Contractor shall post in a prominent and accessible place on the site of the work a legible statement of all wage rates and supplements as specified in the Contract, for the various classes of mechanics, workingmen, or laborers employed on the work. Insurance Requirements: A summary of requirements can be found in the General Proposal Conditions section of this document. Attachment K Final Refuse and Recycling RFP: City of Lockport

93 APPENDIX L: NON-COLLUSION STATEMENT

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION OVERVIEW The City of Covington is soliciting proposals for the reduction of Hurricane Isaac vegetative

More information

Master Service Agreement (Updated 9/15/2015)

Master Service Agreement (Updated 9/15/2015) Master Service Agreement (Updated 9/15/2015) This Master Service Agreement is entered into this day of 20 by and between Multifamily Management, Inc. (MMI) ( Management Agent ), as Agent for Owner, and

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

ANNEX A Standard Special Conditions For The Salvation Army

ANNEX A Standard Special Conditions For The Salvation Army ANNEX A Standard Special Conditions For The Salvation Army TO BE ATTACHED TO AIA B101-2007 EDITION ABBREVIATED STANDARD FORM OF AGREEMENT BETWEEN OWNER AND ARCHITECT 1. Contract Documents. This Annex supplements,

More information

Sacramento Regional Solid Waste Authority (SWA)

Sacramento Regional Solid Waste Authority (SWA) SACRAMENTO REGIONAL SOLID WASTE AUTHORITY Sacramento Regional Solid Waste Authority (SWA) APPLICATION for CERTIFICATION or ANNUAL RECERTIFICATION as a C&D SORTING FACILITY SECTION A: Applicant Information

More information

INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1

INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1 INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1 Sealed proposals will be received by the Commissioners of Thurmont, 615 East

More information

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPOSAL LIQUID CALCIUM CHLORIDE Gary Hammond, P.E. Commissioner of Public Works Tioga County Department of Public Works 477 Route 96 Owego, New York 13827 (607) 687-0302 Fax (607) 687-4453 Richard Perkins, P.E. Deputy Commissioner of

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services ADVERTISEMENT FOR BIDS Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services until 11:00 a.m. on Thursday, December 11, 2015, at City Hall, One Municipal Plaza,

More information

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA

RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA RFP for Convenience Centers and a Transfer Station for Solid Waste and Recycling for Fannin County, GA TABLE OF CONTENTS Section Number/Description 1.0 Introduction/Overview 1.1 Purpose/Objective 1.2 Background

More information

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS THE FOLLOWING TERMS AND CONDITIONS APPLY TO ALL PURCHASES OF SERVICES BY OR ON BEHALF OF THE CITY OF NAPERVILLE UNLESS SPECIFICALLY PROVIDED OTHERWISE

More information

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between SHORT FORM STANDARD SUBCONTRACT This Agreement is made this day of, 20, between (Contractor) and (Subcontractor). The work described in Section I below shall be performed in accordance with the prime contract

More information

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT This Equipment Purchase Agreement ( Agreement ) is entered into this day of, 20, by and between the Western Riverside Council of Governments,

More information

Sacramento Regional Solid Waste Authority (SWA)

Sacramento Regional Solid Waste Authority (SWA) SACRAMENTO REGIONAL SOLID WASTE AUTHORITY Sacramento Regional Solid Waste Authority (SWA) APPLICATION for CERTIFICATION or ANNUAL RECERTIFICATION as a PUTRESCIBLE ORGANICS FACILITY SECTION A: Applicant

More information

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office and

More information

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties. SUBCONTRACT AGREEMENT THIS SUBCONTRACT, made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter "Subcontractor") with an office

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

City of Beverly Hills Beverly Hills, CA

City of Beverly Hills Beverly Hills, CA City of Beverly Hills Beverly Hills, CA REQUEST FOR PROPOSAL For Professional Services for Conducting a Department Needs Assessment and Developing a Grant Funding Strategy to Support City Priority Projects

More information

CITY OF LOCKPORT, NEW YORK SOLID WASTE PROGRAM

CITY OF LOCKPORT, NEW YORK SOLID WASTE PROGRAM CITY OF LOCKPORT, NEW YORK SOLID WASTE PROGRAM REQUEST FOR PROPOSALS TO PROVIDE REFUSE COLLECTION and DISPOSAL AND RECYCLABLE MATERIALS COLLECTION and PROCESSING RESPONSE TO COMMENTS RESPONSE TO COMMENTS

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860) TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT 06045-0191 (860) 647-3031 FAX (860) 647-5206 REQUEST FOR PROPOSAL FOR ELECTRONICS RECYCLING RFP NO. 17/18-91

More information

CITY OF SOUTHAVEN, MISSISSIPPI RUBBISH COLLECTION SERVICES

CITY OF SOUTHAVEN, MISSISSIPPI RUBBISH COLLECTION SERVICES CITY OF SOUTHAVEN, MISSISSIPPI RUBBISH COLLECTION SERVICES SPECIFICATIONS Darren Musselwhite Mayor Board of Aldermen Kristian Kelly Shirley Kite George Payne Joel Gallagher Scott Ferguson Raymond Flores

More information

DRY SWEEPING SERVICES AGREEMENT

DRY SWEEPING SERVICES AGREEMENT DRY SWEEPING SERVICES AGREEMENT This DRY SWEEPING SERVICES AGREEMENT (this Agreement ) is made and entered into this day of, 200_ (the Effective Date ), by and between STANDARD PARKING CORPORATION, a Delaware

More information

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES Introduction and Preface The Laredo Housing Facilities Corporation (LHFC), a subsidiary of the Laredo Housing Authority (LHA), will receive sealed proposals

More information

Request For Proposal Bid # Solid Waste Collection, Disposal And Recycling Services

Request For Proposal Bid # Solid Waste Collection, Disposal And Recycling Services Request For Proposal Bid #2019-02-14 Solid Waste Collection, Disposal And Recycling Services Purpose/Objectives The City of Forsyth (hereinafter, City ) has issued this Request For Proposal (hereinafter,

More information

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an

REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES. to perform an REQUEST FOR PROPOSAL (RFP) for PROFESSIONAL CONSULTING SERVICES to perform an ANALYSIS OF IMPEDIMENTS TO FAIR HOUSING CHOICE 24 C.F.R. 570.601 (a) (2) 24 C.F.R. 91.225 (a) June 27, 2011 ALL PROPOSALS ARE

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas REQUEST FOR PROPOSAL CONCESSION OPERATIONS for The City of Sherman, Texas Prepared By: City of Sherman Finance Department 405 N. Rusk St. P.O. Box 1106 Sherman, Texas 75091-1106 Craig Long Budget Analyst

More information

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES Submission deadline: 4:00 p.m. Wednesday, December 7, 2011 I. General Center Township Butler County,

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 THIS IS NOT AN ORDER!! DATE: April 19, 2013 REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921 R.F.Q. NO. 14-02 Return quotes to: Tanya Adams, Recycling Coordinator

More information

Weston Public Schools. Request for Proposal FOR EMPLOYEE HEALTH BENEFITS ADVISORY AND SUPPORT SERVICES CONSULTANT

Weston Public Schools. Request for Proposal FOR EMPLOYEE HEALTH BENEFITS ADVISORY AND SUPPORT SERVICES CONSULTANT Weston Public Schools Request for Proposal FOR EMPLOYEE HEALTH BENEFITS ADVISORY AND SUPPORT SERVICES CONSULTANT DUE November 14, 2014 No Later than 2:00 p.m. The Weston Board of Education is an Equal

More information

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER NOTICE OF RFP BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER Sealed proposals will be received by the Borough Clerk for the Borough QPA

More information

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE AGREEMENT BETWEEN THE City OF BEVERLY HILLS AND [Consultant S NAME] FOR [BRIEFLY DESCRIBE PURPOSE OF THIS CONTRACT] NAME OF Consultant: insert name of

More information

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION REQUEST FOR BIDS For RESIDENTIAL SOLID WASTE COLLECTION Bids are currently being solicited by the Talladega County Commission for curbside collection of municipal residential solid waste in the unincorporated

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

City of Rolling Hills INCORPORATED JANUARY 24, 1957

City of Rolling Hills INCORPORATED JANUARY 24, 1957 City of Rolling Hills INCORPORATED JANUARY 24, 1957 NO. 2 PORTUGUESE BEND ROAD ROLLING HILLS, CA 90274 (310) 377-1521 FAX (310) 377-7288 Permit requirements and application for collection and disposal

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA 1. SCOPE AND PURPOSE The City of Kerman intends to prepare an RFP for street sweeping

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION Company Name: Address: Contact Name: Contact Title: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT Washington

More information

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid. To the Board of County Commissioners of Olmsted County, Minnesota: Bidders: In accordance with the advertisement of Olmsted County inviting proposals for the furnishing and application of dust control

More information

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS REPAIR PARKING LOT SEAL COATING TOWN HALL & POLICE DEPARTMENT BID: 03182019: DEADLINE: Thursday, April 11, 2019,

More information

Document A Standard Form of Agreement Between Contractor and Subcontractor

Document A Standard Form of Agreement Between Contractor and Subcontractor Document A401 2017 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Contractor: (Name, legal

More information

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. ARTICLE 5 - Bonds and Insurance 5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED. For the purposes of this Article, the terms Terrebonne Parish Consolidated Government, TPCG, and OWNER shall include,

More information

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: 16619 DATED: 11.15.17 TABLE OF CONTENTS I. SOLICITATION TO BID II. III. IV. INSTRUCTIONS TO BIDDER

More information

REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN

REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN REQUEST FOR PROPOSALS TRASH AND RECYCLABLES COLLECTION CITY OF JONESVILLE, MICHIGAN 1. Introduction The City of Jonesville, Michigan (City) is soliciting proposals from qualified contractors for the provision

More information

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor Document A401 TM 2017 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Contractor: (Name,

More information

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF OSWEGO PURCHASING DEPARTMENT COUNTY OF OSWEGO PURCHASING DEPARTMENT BID #4-10 - SALE OF FERROUS METALS County Office Building 46 East Bridge Street Oswego, NY 13126 315-349-8234 Fax 315-349-8308 www.oswegocounty.com Fred M. Maxon,

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES RFP # 2018-06 SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES The Baker County Board of County Commissioners, Florida (County) will receive sealed proposals until 3:00 p.m. local time, on April

More information

REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS

REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS REQUEST FOR PROPOSALS SOLID WASTE & RECYCLING COLLECTION SERVICES FOR RESIDENTIAL & COMMERCIAL CUSTOMERS Tuesday, October 10, 2017 City of Oxford, North Carolina 300 Williamsboro Street xford NC 27565

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Covington Point Lift Station Improvements CCE PROJECT NO. 812-100(C) February 21, 2013 PREPARED BY: CITY OF COVINGTON 317 NORTH JEFFERSON AVENUE COVINGTON, LOUISIANA 70433 I. REQUEST

More information

REQUEST FOR PROPOSAL RFP NO

REQUEST FOR PROPOSAL RFP NO REQUEST FOR PROPOSAL RFP NO. 2017-4 LANDSCAPING DESIGN/BUILD SERVICES FOR THE FRANKFORT PLANT BOARD ADMINISTRATION BUILDING LOCATED AT 151 FLYNN AVENUE FRANKFORT, KENTUCKY The Frankfort Electric & Water

More information

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION REQUEST FOR QUOTATION PLEASE COMPLETE THE FOLLOWING CONTACT INFORMATION: Company Name: Address: Contact Name: Contact Title: Phone Number: E-mail: RETURN QUOTATIONS TO: WASHINGTON COUNTY PURCHASING DEPARTMENT

More information

Real Property Services Questions and Answers Posted to DASNY.org 2/21/19

Real Property Services Questions and Answers Posted to DASNY.org 2/21/19 1. The RFP does not include the insurance provisions mentioned as an attachment. Could you direct me to where I can find the insurance provisions so that our risk management department can review? Please

More information

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE ADVERTISEMENT FOR BIDS City of Northport, Alabama Bid File Number 17-03 LAWN MAINTENANCE SERVICE Separate sealed BIDS for Lawn Maintenance/Cutting Service will be received by THE CITY OF NORTHPORT in the

More information

PROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections

PROJECT MANUAL Residential Solid Waste, Trash, Recycling and Yard Waste Collections PROJECT MANUAL 2018-2020 Residential Solid Waste, Trash, Recycling and Yard Waste Collections. This Proposal to be Publicly Opened and Read: May 2, 2018 Dated: April 4, 2018 Page 1 of 12 Subject: City

More information

MASTER SUBCONTRACT AGREEMENT

MASTER SUBCONTRACT AGREEMENT MASTER SUBCONTRACT AGREEMENT This Master Subcontract Agreement ( Subcontract ), made this day of, 20 by and between (hereinafter "Contractor"), with an office and principal place of business at and (hereinafter

More information

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES DATE: April 8, 2016 PROPOSAL: Q16-131 The Town of Chapel Hill Business Management

More information

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS CITY OF GALESBURG PURCHASING 55 West Tompkins Street Galesburg, IL 61401 Phone: 309/345-3678 INVITATION FOR BIDS For the complete removal and replacement of existing roof at 659 Knox Rd 1440 North for

More information

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA The City of San Mateo Public Works Department hereby requests proposals from qualified firms to provide

More information

RFP No Waste Collection, Disposal and Recycling Services Addendum No. 3 Release Date: December 8, 2015 Questions and Answers

RFP No Waste Collection, Disposal and Recycling Services Addendum No. 3 Release Date: December 8, 2015 Questions and Answers CHANGE - The proposal due date will be January 6, 2016 at 2:00PM (Local Time) Q1. You show the compactor at the south loading dock as being hauler owned. We are not charging you a monthly rental. That

More information

CITY OF CITRONELLE REQUEST FOR PROPOSAL INVITATION TO BID FOR SOLID WASTE COLLECTION OF RESIDENTIAL GARBAGE FOR THE CITY OF CITRONELLE

CITY OF CITRONELLE REQUEST FOR PROPOSAL INVITATION TO BID FOR SOLID WASTE COLLECTION OF RESIDENTIAL GARBAGE FOR THE CITY OF CITRONELLE CITY OF CITRONELLE 2018-2020 REQUEST FOR PROPOSAL INVITATION TO BID FOR SOLID WASTE COLLECTION OF RESIDENTIAL GARBAGE FOR THE CITY OF CITRONELLE April 9, 2018, Addendum 1. Intent and Purpose It is the

More information

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services City of Jeffersontown Request for Qualifications ON-CALL Electrical Services Table of Contents Request of Qualifications I. Invitation and Instructions to Interested Firms II. III. IV. General Provisions

More information

THE PEOPLE OF THE CITY OF los ANGELES DO ORDAIN AS FOllOWS: Section 1. Section of the Los Angeles Municipal Code is amended to read as follows:

THE PEOPLE OF THE CITY OF los ANGELES DO ORDAIN AS FOllOWS: Section 1. Section of the Los Angeles Municipal Code is amended to read as follows: ORDINANCE NO. 1_8_1_5_1_9 _ An Ordinance amending Chapter VI, Article 6, Sections 66.32 though 66.32.5, and repealing Sections 66.32.6 through 66.32.8, of the Los Angeles Municipal Code to require that

More information

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES GENERAL INFORMATION 1. Issuing Office: This Request for Proposals (RFP) is issued by the Town of Farmington, Finance Office.

More information

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program

INSURANCE EXHIBIT TO CONSTRUCTION AGREEMENT Insurance Requirements Owner Controlled Insurance Program *THIS INSURANCE EXHIBIT IS SUBJECT TO FINAL UPDATE BASED ON QUOTE NEGOTIATIONS AND DECISION BY OWNER TO IMPLEMENT THE OCIP PROGRAM FOR THIS PROJECT IT IS BEING PROVIDED FOR INFORMATION ONLY, TO PROSPECTIVE

More information

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES This agreement ("Agreement"), dated as of, 2018 ( Effective Date ) is by and between the Sonoma County Waste Management Agency, (hereinafter

More information

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION 1.1 General: The intent of these specifications is to provide the Town

More information

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation This is a form agreement for discussion purposes only. It does not constitute a binding offer or contract of Drexel University until all of the terms have been approved and this agreement is executed by

More information

AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION RECITALS

AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION RECITALS AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION This agreement ("Agreement") is made by and between Rocklin Unified School District, a public school

More information

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES Notice is hereby given that sealed proposals will be received at the Finance Department,

More information

Request for Quote RFQ# Date: 02/01/2017

Request for Quote RFQ# Date: 02/01/2017 Request for Quote RFQ#2016-11 Recycling and Trash Removal Services Date: 02/01/2017 Page 1 of 9 Table 1, Key Dates in the RFQ Schedule Date Wednesday, February 1, 2017 Wednesday, February 15, 2017 @ 2:30

More information

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940 City Contact: Julie Porter, Finance Director Ph. (831)

More information

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS REQUEST FOR PROPOSAL No. 2018-621 RESIDENTIAL CURBSIDE TEXTILE RECYCLING SERVICE The City of Conroe is seeking proposals from qualified firms

More information

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 SANDY CITY 10000 CENTENNIAL PARKWAY SANDY, UTAH 84070 DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017 INVITATION FOR BID: This is a formal solicitation of sealed bids which will

More information

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

ENERGY EFFICIENCY CONTRACTOR AGREEMENT ENERGY EFFICIENCY CONTRACTOR AGREEMENT 2208 Rev. 2/1/13 THIS IS AN AGREEMENT by and between PUBLIC UTILITY DISTRICT NO. 1 OF SNOHOMISH COUNTY (the District ) and a contractor registered with the State

More information

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB) Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY 14456 Request for Bids (RFB) Herbicide control of water chestnut in the Finger Lakes PRISM Region Release Date: May 11, 2018 Bid due date and

More information

STATE OF NORTH CAROLINA JACKSON COUNTY RECYCLING & DISPOSAL CONTRACT

STATE OF NORTH CAROLINA JACKSON COUNTY RECYCLING & DISPOSAL CONTRACT RECYCLING & DISPOSAL CONTRACT This Scrap Tire Recycling and Disposal Contract ( Contract ) made and entered on this 1st day of August 2017 ( Anniversary Date ), by and between the County of Jackson, a

More information

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01 State College Area School District 131 West Nittany Avenue State College, PA 16801-4899 REQUEST FOR PROPOSAL RFP #2010/11-01 RFP Title: Labor Negotiator Release of RFP: July 28 2010 Due Date: September

More information

ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR

ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR Job No. [ ] Subcontract No. [ ] This Agreement is made this [ ] day of [ ], [ ], by and between CONSTRUCTOR, L&L Builders

More information

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS OUTAGAMIE COUNTY REQUEST FOR PROPOSAL FOR ASPHALTIC CONCRETE MATERIALS FOR HIGHWAY DEPARTMENT DUE BY: March 29, 2017 at 10:00 AM 1.0 Specifications The Highway Department is requesting proposals for asphaltic

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Document A401 2007 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the in the year (In words, indicate day, month and year.) day of BETWEEN the Contractor: (Name, legal

More information

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85. Town of Manchester, Connecticut General Services Department Request for Proposals for Fingerprinting Services 17/18-85 Proposals Due: May 29, 2018 @ 4:00 P.M. General Services Department 494 Main St. Manchester,

More information

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm NOTE: OUR ADDRESS HAS CHANGED TO 69 STATE STREET, 8 th Fl., ALBANY, NY 12207

More information

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM PALM BEACH COUNTY DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM NOTICE TO GENERAL CONTRACTORS Sealed bids will be received until 3:00 P.M on May 2, 2019,

More information

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 RFP NO: 2017-03 REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493 Advertisement for Request for Proposals CITY OF SOUTH BAY RFP NO: 2017-03

More information

ATTACHMENT B SALE # CGS4 GENERAL PURPOSE. PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And

ATTACHMENT B SALE # CGS4 GENERAL PURPOSE. PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And ATTACHMENT B SALE # CGS4 GENERAL PURPOSE PowerGyp70 CGS SALES AGREEMENT By and Between SOUTH CAROLINA PUBLIC SERVICE AUTHORITY And THIS POWERGYP70-CGS SALES AGREEMENT (the Agreement ) is entered into as

More information

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS ARTICLE 5- Bonds and Insurance 5.1 PERFORMANCE AND OTHER BONDS: 5.1.1 CONTRACTOR shall furnish performance and payment Bonds,

More information

SUBCONTRACT CONSTRUCTION AGREEMENT

SUBCONTRACT CONSTRUCTION AGREEMENT SUBCONTRACT CONSTRUCTION AGREEMENT THIS SUBCONTRACT CONSTRUCTION AGREEMENT, made and executed this day of, 20, by and between SHERWOOD CONSTRUCTION, INC (hereinafter referred to as "Contractor"), and (hereinafter

More information

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility. Form Pur. 1 REQUEST FOR QUOTATION Bid No. 3355 Bid No. 3355 BIDS TO BE SUBMITTED TO: DEPARTMENT OF PURCHASES Issued: _5/8/2007 Date Submitted 27 WEST MAIN STREET, ROOM 401 NEW BRITAIN, CT 06051 Delivery:

More information

RESIDENTIAL/COMMERCIAL GARBAGE COLLECTION

RESIDENTIAL/COMMERCIAL GARBAGE COLLECTION RESIDENTIAL/COMMERCIAL GARBAGE COLLECTION REQUEST FOR QUOTES 2015-2020 Village of Port Alice PO Box 130 1061 Marine Drive Port Alice, BC V0N 2N0 Telephone: (250) 284-3391 Fax: (250) 284-3416 INSTRUCTIONS

More information

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL for Construction & Demolition Waste Characterization Study JUNE 2018 TABLE OF CONTENTS Section Page 1. Request for Proposal 3 2. Definitions

More information

REQUEST FOR PROPOSALS FOR DESIGN OF THE GRAPE DAY PARK RESTROOM PROJECT

REQUEST FOR PROPOSALS FOR DESIGN OF THE GRAPE DAY PARK RESTROOM PROJECT Julie Procopio, P.E. Director of Engineering Services/City Engineer 201 North Broadway, Escondido, CA 92025 Phone: 760-839-4001 Fax: 760-839-4597 October 19, 2017 To Whom It May Concern: SUBJECT: REQUEST

More information

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC. TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.) STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONSULTANT FOR PROFESSIONAL

More information

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

TEMPORARY SERVICE APPLICATION (HYDRANT METERS) TEMPORARY SERVICE APPLICATION (HYDRANT METERS) Order Taken By: Account No: Date: Work Order No.: TYPE (Please check one) New Service Exchange Meter Relocate Meter Discontinue Service BILLING DATA SERVICE

More information

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5

CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 CITY OF TRACY MASTER REQUEST FOR PROPOSALS BUILDING AND FIRE INSPECTION AND PLAN REVIEW SERVICES: MAY 1, 2014 TO APRIL 30, 2017 Page 2 of 5 1. DELIVERY OF PROPOSALS. It is the Proposer's responsibility

More information

GENERAL INFORMATION 1. SCOPE:

GENERAL INFORMATION 1. SCOPE: GENERAL INFORMATION 1. SCOPE: 1.1 The Wayne-Finger Lakes BOCES and Participants require TRASH BAGS. The BOCES and Participants have agreed to form a Cooperative Bid Group as authorized by General Municipal

More information

PROFESSIONAL SERVICES AGREEMENT FOR LUSARDI CREEK PIPELINE RESTORATION PROJECT FOR THE OLIVENHAIN MUNICIPAL WATER DISTRICT 18AGRXXX R-E-C-I-T-A-L-S

PROFESSIONAL SERVICES AGREEMENT FOR LUSARDI CREEK PIPELINE RESTORATION PROJECT FOR THE OLIVENHAIN MUNICIPAL WATER DISTRICT 18AGRXXX R-E-C-I-T-A-L-S PROFESSIONAL SERVICES AGREEMENT FOR LUSARDI CREEK PIPELINE RESTORATION PROJECT FOR THE OLIVENHAIN MUNICIPAL WATER DISTRICT 18AGRXXX This Agreement is entered into by and between the Olivenhain Municipal

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information