REFUSE AND RECYCLING COLLECTION CONTRACT

Similar documents
2013 COFFEYVILLE AIRPORT MOWING PROPOSAL

Town of Georgetown Request for Quotations Residential Waste Collection

REQUEST FOR PROPOSALS SOLID WASTE AND RECYCLING SERVICES WLSSD RFP #1382

2018 WASTE REMOVAL SERVICES CONTRACT

I. INTRODUCTION I. GENERAL INFORMATION

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

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

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Quiet Zone Installation Agreement

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

CITY OF UNIVERSITY HEIGHTS TREE PRUNING & REMOVAL CONTRACTOR SPECIFICATIONS

Sayreville Housing for Seniors Corporation Gillette Manor

REQUEST FOR BIDS. For RESIDENTIAL SOLID WASTE COLLECTION

Contract Extension Contract for Dial-A-Ride Agreement for Paratransit Services to be provided by City Ambulance of Eureka (CAE) Transport Inc.

THIS CONSTRUCTION CONTRACT ( Contract ) dated as of ( Owner ) and ( Contractor ) having a principal place of business at.

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

BERRIEN COUNTY ROAD DEPARTMENT

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

CITY COUNCIL AGENDA REPORT. Honorable Mayor and City Council Members. direction on the parameters for negotiating the purchase of 301 Potter Street.

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

REQUEST FOR COUNCIL ACTION

REQUEST FOR PROPOSALS SAFETY VENDING MACHINE SERVICES WLSSD RFP #1386

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

SUBCONTRACT CONSTRUCTION AGREEMENT

AGREEMENT FOR RECYCLABLE MATERIALS PROCESSING SERVICES

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

STATE OF NORTH CAROLINA JACKSON COUNTY RECYCLING & DISPOSAL CONTRACT

AGREEMENT REGARDING On-Call CONSULTANT SERVICES. Agreement No.

COMMONWEALTH OF KENTUCKY CITY OF LA GRANGE RESOLUTION NO

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

Services Agreement for Public Safety Helicopter Support 1

TOWN OF ATKINSON, NH

FOREIGN-TRADE ZONE OPERATING AGREEMENT MEMPHIS FOREIGN-TRADE ZONE NUMBER 77

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

PROPERTY MANAGEMENT AND LEASING AGREEMENT

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

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

CONTRACT for PLUMBING REPAIR SERVICES

RENOVATION CONTRACT. Borrower Name(s): Phone #: Phone #:

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

BID SPECIFICATIONS FOOD/NOVELTY AND FUEL (WITH FACILITY) CONCESSION

RESOLUTION EXHIBIT A NON-EXCLUSIVE FRANCHISE AGREEMENT

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

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

W I T N E S S E T H:

Town of Wareham. Request for Proposals (RFP) AMBULANCE BILLING SERVICE

Request for Proposal. For: Solid Waste & Recycling Collection Services

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

AGREEMENT WITNESSETH :

OLMSTED STONE ARCH BRIDGE REPAIR PROJECT

GROUNDS MAINTENANCE AGREEMENT

CITY OF MASON INGHAM COUNTY, MI BID PACKAGE FOR THE 2018 MAPLE GROVE CEMETERY MAUSOLEUM REPAIR AND OPTIONAL ADDITION OF FIELDSTONE WALL REPAIR

INTRODUCTION TERMS AND CONDITIONS

P u b l i c N o t i c e F r a n c h i s e A w a r d. Ocean Pines Association, Inc. Ocean Pines, Maryland

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

DIVISION OF HOUSING AND COMMUNITY RESOURCES WEATHERIZATION ASSISTANCE PROGRAM

CONTRACT for Biometric Screenings

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

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

CHAPTER 53: GARBAGE AND RUBBISH

CONSULTANT SERVICES AGREEMENT

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT

Champaign Park District: Request for Bids for Playground Surfacing Mulch

INSTRUCTIONS TO BIDDERS Locally Funded Contracts

CITY OF SANIBEL ORDINANCE

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

Lease Agreement between Napa Valley Community College District and Napa Valley Unified School District

AGREEMENT FOR SERVICES FOR CDBG PROGRAM

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

AGREEMENT BETWEEN THE STATE OF FLORIDA, DEPARTMENT OF STATE AND [NAME OF ORGANIZATION AS IT APPEARS ON THEIR SUBSTITUTE W-9 FORM]

I. INTRODUCTION GENERAL INFORMATION

CONTRACT FOR SERVICES RECITALS

Subcontractor Agreement

RICE UNIVERSITY SHORT FORM CONTRACT

FIXTURING/INSTALLATION AGREEMENT

SUU Contract for Workshops and Entertainment

ARLINGTON TOWNSHIP BIDS FOR ROOF REPLACEMENT

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

Knox County Government and Strategic Equipment and Supply

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

THE VILLAGE OF NORTH PERRY, OHIO BID DOCUMENTS FOR CURBSIDE GARBAGE AND RUBBISH PICKUP SERVICES AND / OR ALTERNATE FOR CURBSIDE RECYCLING

INDEPENDENT CONTRACTOR AGREEMENT

Housing Authority of the Borough of Keansburg

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

CONSTRUCTION CONTRACT AGREEMENT

CONSULTING AGREEMENT

Owner Phone. Contractor. Address. Type Existing Type Proposed. Type Existing Type Proposed. Length Width Area S.F.

PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT

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

SERVICE AGREEMENT. wishes to engage SETON HALL to carry out services related to.

PURCHASE ORDER ACKNOWLEDGEMENT

AGREEMENT BETWEEN THE CITY OF GARDEN GROVE AND THE COUNTY OF ORANGE

Transcription:

REFUSE AND RECYCLING COLLECTION CONTRACT This contract is effective as of July 1, 2012, between Waste Management of Minnesota, Inc, hereinafter called Contractor and the City of Lake Crystal, hereinafter called City. WITNESSETH: That the parties hereto, each in consideration of the agreements of the other, agree as follows: A. KIND OF SERVICE. 1. The work to be performed by the Contractor consists of the complete collection of refuse and recycling from residential areas and the conveyance of this material to a disposal site approved by the Pollution Control Agency. 2. The Contractor shall perform all duties under this contract in a clean, net and workmanlike manner. The Contractor shall operate all such trucks, motor vehicles and other equipment as is reasonably necessary and suitable to the rendering of such services. The City reserves the right to regulate such standard of performances. If the work is not deemed to be in a clean, neat and workman like manner or if the trucks and other motor vehicles are not being properly used as intended under this agreement, the City at its discretion may consider that a breach of the contract and proceed accordingly. B. COLLECTION TIME AND QUANTITY. 1. The Contractor shall make a refuse and recycling collection at every residence in the City of Lake Crystal once in each calendar week for the period of the contract. a. The pick up time shall be between 7:00 a.m. and 6:00 p.m. Monday through Saturday, the exact day to be decided mutually. b. Two (2) special collections will be made each year without additional charge or cost. The special collections are as follows: 1. The first week of January for the collection of Christmas Trees. 2. A date in the spring of each year for the collection of lawn clippings, lawn rakings, and garden residues. The exact date for the special collections shall be agreed upon by the City and the Contractor.

Other special collections may be agreed upon by the City and the Contractor. c. The Contractor will negotiate individually with the commercial businesses and governmental agencies or subdivisions for refuse and recycling pick up. The City reserves the right to regulate the rates to be charged by the Contractor to the individual commercial businesses and the schedule of services. 2. The Contractor will be required only to accept refuse in weather tight plastic bags as approved by the City or plastic bags placed in one thirtyfive gallon or one sixty-four gallon cart, the cart provided by the Contractor. The plastic bags shall have a maximum capacity of 33 gallons or 25 pounds of refuse. Only during special collections will there be any deviation from the amount of or type of containers. The minimum thickness for plastic bags shall be 1.5 mills. Plastic bags shall be watertight and water-proof and the top shall be secured with a suitable tie. 3. For the purpose of this contract, the quantity of each residence weekly collection shall be limited to two (2) plastic bags or 50 lbs. For those residences desiring to have more than two plastic bags picked up each week, tags may be purchased at a cost of $1.60 per tag, with the current cost being a minimum of 5 tags for $8.00, or at another agreed upon cost between the City and the Contractor, at a mutually agreed upon site. The tags are to be placed upon the additional bags to be picked up. 4. It is the duty of the Contractor to pick up all recyclable materials which would include newspapers, plastics, glass, aluminum cans, tin cans and such. The Contractor will pick recyclable materials up in a manner that will effectively help these materials be recycled and taken to an appropriate recycling center. C. COLLECTION POINT AND RESTRICTIONS. 1. The Contractor must collect all refuse and recycling that has been dealt with as part of this contract which is placed by the homeowner or occupant adjacent to a traveled street and is no more than six (6) feet from the curb or edge of the traveled road or alley. 2. In the event that the Contractor shall fail to make a refuse and recycling pick up at any particular residence, as required by the contract, it shall do so within 24 hours after notification from the City of the place where such pick up was not made. This provision shall not constitute a waiver of the breach of any condition of this contract requiring all residence pick up to be made at least once a week.

3. If the normally scheduled pick up date should fall on a recognized date or national holiday, the pick up date would then be moved to the next regular work day. 4 Should the Contractor fail to make the pick ups due to bad weather, pick up shall be on the first day of suitable weather following inclement weather. 5. The Contractor shall convey all refuse and recycling collected under this contract to an approved site for disposal which is approved by the Minnesota Pollution Control Agency. D. EQUIPMENT. 1. In collecting the refuse and recycling under this contract, the Contractor shall use vehicles that have all metal, watertight, completely enclosed packer type bodies that are designed and manufactured for the collection of refuse and recycling. 2. The number of collection vehicles furnished by the Contractor shall be sufficient for the collection of all refuse and recycling. E. EMPLOYEES. 1. The Contractor agrees that during the life of the contract, the Contractor will not, within the State of Minnesota, discriminate against any employees or applicants for employment because marital status along with race, color, creed, national origin or ancestry, and will include a similar provision in all subcontracts entered into for the performance thereof. 2. Should this provision be violated by the Contractor, the City may take appropriate action. If there is a second violation by the Contractor, this contract may be cancelled or terminated by the City, and all money due or to become due hereinafter may be forfeited for the second or subsequent violation of the terms and conditions of this paragraph. This paragraph is inserted in this contract to comply with the provisions of Minnesota Statutes, Section 181.59. F. PERFORMANCE BOND. Before the contract shall be binding against the City, the Contractor shall enter into a joint performance bond with the City of Lake Crystal. Said bond to be signed by the Contractor and with a surety company in the amount of one months averaged regular services to the Contractor, which bond shall be kept in

full force and effect. The conditions of which bond shall be that the Contractor shall fully and faithfully perform all conditions of this contract. G. LIABILITY INSURANCE AND REQUIREMENTS. 1. The Contractor shall keep any trucks and motor vehicles which are used for rendering any service required under this agreement insured with a minimum of public liability insurance of $300,000.00 for any one person and $1,000,000.00 for any one incident. This amount of insurance shall be construed as the minimum necessary and should not preclude the Contractor from having insurance in excess of this amount. The Contractor is also required to have insurance covering any property damage that may be caused by the actions of the Contractor, employees, assigns, subcontractors, or other parties upon whom the Contractor is responsible. The property insurance shall be in the minimum amount of $100,000.00 for any one person or $300,000.oo for any one incident. The Contractor shall carry Workman s Compensation on all employees and shall furnish the City with a performance bond in the amount of one months averaged regular services provided by the Contractor. Any insurance company issuing a policy for coverage under this paragraph must be licensed to do business in the State of Minnesota. The Insurance policy must be submitted to and approved by the City of Lake Crystal. Any policy issued must also include language that the City of Lake Crystal will be provided notice within ten (10) days of any material change in the terms and conditions of the policy, specifically any cancellation or lapse in coverage. Failure to abide by the terms of this paragraph will be seen as a material breach of this agreement. The Contractor shall file a copy of such policies with the City Administrator. 2. The Contractor agrees to take all precautions to protect the public against injury. The Contractor agrees to hold the City harmless from all damages and/or claims of damages that may arise by reason of all negligence of the Contractor or the Contractor s agents, employees or assignees while engaged in the performance of this contract. The Contractor will indemnify the City against all claims, liens, expenses, including attorney fees and costs incurred in the defense of any such action. In addition, the Contractor will indemnify the City against all claims, liens, expenses including legal fees and costs for liens, for work, tools, machinery, materials, or insurance premiums or equipment or supplies and against all loss by reason of the failure of the Contractor to perform any of its obligations or duties under this contract. The Contractor will, in addition, be required to maintain all equipment, pay all insurance premiums and purchase all supplies that are required for in and about the performance of this contract.

3. The Contractor is solely responsible to pay all fees required at the disposal or recycling centers for services necessary to perform this contract. H. Payments 1. The Contractor agrees to pay all persons doing work or furnishing skills, tools, machinery or materials or insurance premiums or equipment, insurance and supplies in and about the performance of this contract and shall pay all fees required at the disposal or recycling site in performance of this contract. 2. In consideration of this foregoing, the City shall pay the Contractor by the month for the service as defined herein. The same shall be payable monthly on the first City Council meeting of each calendar month for the preceding calendar month, and shall be computed as follows: a. Beginning July 1, 2012 thru June 30, 2013 the Contractor shall be paid at the rate of $11.00 per residential unit per month for refuse pick up. Beginning July 1, 2012 thru June 30, 2013 the Contractor shall be paid at the rate of $3.34 per residential unit per month for recycling pick up. b. The previous years rates stated in subsection 2a shall be modified annually, effective July 1 of each year, by the percentage change in the CPI (Consumer Price Index) All Urban Users-MN-WI. There shall be a maximum increase of five percent of the previous years rates annually. c. In addition to the payments described above, the City shall reimburse the Contractor for increases in the actual costs of landfill fees and/or taxes levied on refuse after the execution of this contract. Should any actual increases in taxes, landfill costs, tipping fees, or the like be incurred by the Contractor, the City agrees to negotiate with the Contractor in order to provide a rate of increase actually based on the out-of-pocket expenses or increased fees or taxes which are incurred by the Contractor. d. All rates are subject to a variable fuel surcharge. If diesel fuel increases to a dollar amount above $3.00 per gallon an additional fee will be charged. If diesel fuel remains at or below $3.00 per gallon, the fuel surcharge will be 0 percent. If diesel fuel is at or above $3.00 per gallon the following percentages will apply to Waste Management s rate per residential unit:

Diesel Fuel Price per Gallon Fuel Surcharge < $3.00 0 Percent $3.00 to $3.24 2 Percent $3.25 to $3.49 4 Percent $3.50 and up 5 Percent The published index for determining monthly diesel fuel prices will be the Department of Energy s (DOE) Weekly Retail On-Highway Diesel Prices for the Midwest region. The price published for the first Monday of the month will be used as that month s diesel fuel price. The prices can be viewed at the DOE s website: http://tonto.eia.doe.gov/oog/info/wohdp/diesel.asp. 3. The Contractor shall further agrees that in the event he is unable to negotiate a contract for a refuse and recycling collection from all business establishments and governmental agencies or subdivisions, the City after giving each non-negotiable contract their consideration will set a fee for said contract. 4. If the residential water utility service for a residence is closed off by the City employees for one or more full calendar months, the City shall notify the Contractor of the dates of such terminations of service. The Contractor shall not be obligated to provide collection service for that residence and there shall be no refuse collection fee charged by the Contractor for such month or months. I. Contract Period The contract shall be in full force and effect for a period of five (5) years beginning July 1, 2012 and ending June 30, 2017. The parties hereto may agree on an extension of this contract for a period of up to an additional five (5) years if said agreement is made prior to May 1, 2017 and shall be in accordance with the same terms and conditions of this existing contract excepting for any mutually agreed adjustment in the charge made by the Contractor for collection service as noted in paragraph 2 of this contract. The same shall be subject to cancellation by the City if the Contractor is found to violate any of the provisions herein after being given a ten (10) day notice of a hearing to be held before the City Council of the City of Lake Crystal and said City Council determines that the Contractor has violated this agreement and that this contract shall be cancelled. However, the City shall not cancel this contract arbitrarily or without reasonable cause, and shall not cancel this contract for a violation

of the contract unless the Contractor has been given a reasonable opportunity to correct any claimed violation. IN WITNESS WHEREOF, the parties have caused this contract to be duly executed. In Presence of: : By Its By Its City of Lake Crystal: Witness to City By Brad Ahrenstorff Mayor By Robert J. Hauge City Administrator