R-12-10-11-G7 - 10/11/2012 s
S
P
RESOLUTION NO. R-12-10-11-G7
WHEREAS, the City of Round Rock desires to have certain recyclable products collected,
transported, recycled, and/or disposed of, and r
s
WHEREAS, BFI Waste Services of Texas, LP dba ACCO Waste Paper of Austin has
z
submitted an Agreement for Collection of Recyclables, and
WHEREAS, the City Council desires to enter into said Agreement with BFI Waste Services of
I
Texas, LP dba ACCO Waste Paper of Austin,Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK, TEXAS,
That the Mayor is hereby authorized and directed to execute on behalf of the City an
Agreement for Collection of Recyclables With BFI Waste Services of Texas, LP dba ACCO Waste
a
Paper of Austin, a copy of same being attached hereto as Exhibit "A" and incorporated herein for all
purposes.
3
The City Council hereby finds and declares that written notice of the date, hour, place and
f
subject of the meeting at which this Resolution was adopted was posted and that such meeting was
3
open to the public as required by law at all times during which this Resolution and the subject matter
hereof were discussed, considered and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 11th day of October, 2012.
ALAN MCGRAW, Mayor
City of Round Rock, Texas
ATTEST:
(o��'V`�'
SARA L. WHITE, City Clerk
O:\wdox\SCC Int s\0112\l 204\MUNIC EPAL\00259408.DOC X
s
EXHIBIT
r
f
CITY OF ROUND ROCK AGREEMENT
FOR COLLECTION OF RE,CYCLABLES WITH
BFI WASTE SERVICES OF TEXAS, LP
dba ACCO WASTE PAPER OF AUSTIN
t
THE STATE OF TEXAS §
§
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
That this Agreement for collection of certain recyclables, (referred to herein as the
"Agreement") is made and entered into on this the day of the month of ,
2012, by and between the City of Round Rock, Texas, a home-rule municipality whose offices
are located at 221 East Main Street, Round Rock, Texas 78664 (referred to herein as the "City"),
and BFI Waste Services of Texas, LP dba ACCO Waste Paper of Austin, a Texas limited
partnership whose address is 10420 Metric Boulevard, Austin, Texas (referred to herein as
"Vendor" or "ACCO"). This Agreement supersedes and replaces any previous agreement
between the named parties, whether oral or written, and whether or not established by custom k
and practice.
RECITALS:
i
WHEREAS, City desires to have certain recyclable products collected, transported,
recycled, and/or disposed of, such recyclable products specifically being tin/steel/mixed metal
from City's Deepwood Recycling Center and certain plastics from City's Deepwood Recycling
Center; and
WHEREAS, City has issued Solicitation Number 12-021, Specification Numbers II-
998-15, 11-998-47, 11-998-68, 11-998-75, 11-998-85 dated February 2012, to have such
recyclable products collected, transported, recycled, and/or disposed of, and City has selected the
offer to provide such services submitted by ACCO; and
WHEREAS, ACCO agrees to provide such services for City on a contractual basis; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW, THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein, the parties
mutually agree as follows:
255G456kg
e
1.01 DEFINITIONS
A. Agreement means the mutually binding legal contract between City and ACCO
whereby ACCO is obligated to provide specified services and perform specified obligations, and
City is obligated to perform specified obligations. The Agreement includes the following: (a) k
City's Solicitation Number 12-021, Specification Numbers 11-998-15, 11-998-47, 11-998-68,
11-998-75, 11-998-85 dated February 2012; (b) ACCO's Response dated March 6, 2012; (c) the
contract award; and (d) any exhibits, addenda, and/or amendments thereto, all attached as Exhibit
"A" and incorporated herein by reference for all purposes. Any inconsistencies or conflicts in
the contract documents shall be resolved by giving preference in the following order:
(1) This Agreement;
(2) ACCO's Response dated March 6, 2012;
(3) City's Invitation for Bids, exhibits, and attachments.
B. City means the City of Round Rock, located in Williamson and Travis Counties,
Texas.
f
1
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed. {
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United s
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
_ landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Vendor or ACCO means BFI Waste Services of Texas, LP dba ACCO Waste
Paper of Austin, or any of either of their successors or assigns.
2.01 EFFECTIVE DATE,DURATION,AND TERM
A. This Agreement shall be effective on the date it has been signed by both parties
hereto, and shall remain in full force and effect unless and until it expires by operation of the
tern stated herein, or until terminated or extended as provided herein.
B. The initial term of this Agreement is for three (3) consecutive twelve (12) month
periods from the effective date hereof. Thereafter, this Agreement may be renewed for two (2)
additional periods not to exceed twelve (12) months for each renewal, only upon the express
written agreement of both parties and only provided Vendor has performed each and every
contractual obligation specified in this Agreement.
2
C. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement with or without cause or may elect to continue.
3.01 COLLECTION REQUIREMENTS; REBATES; ESTIMATED QUANTITIES
f
t
Any quantities stated in this section represent the best estimate of City's needs. City F
requires Vendor to provide services for collection, transport, recycling, and/or disposal of the
designated recyclables in accordance with Exhibit"A" and as follows:
A. Tin/Steel/Mixed Metal (identified in City's IFB as 3.6.1 Option #1 Scrap metal
with non-freon appliances) from City's Deepwood Recycling Center shall be
picked up by Vendor on an on-call basis within forty-eight (48) hours following
notification by City. As there is no index for this commodity. Vendor shall pay
City current market price, which on the date of Vendor's bid was $210.00 per ton.
City shall pay a fixed haul rate of $250.00 per haul. City shall not pay any
monthly rental fees. Mixed metal shall be picked up by Vendor in thirty (30) yard
roll-off containers from the Deepwood Recycling Center, 310 Deepwood Drive,
Round Rock, Texas 78664. Estimated quantities are 50 tons annually. City shall
incur no disposal charge for same.
B. Plastics (identified in City's IFB as 3.2.2.1 Option #2 - #1 polyethylene
terephthalate (PET) alone from City's Deepwood Recycling Center shall be
picked up by Vendor on an on-call basis within forty-eight (48) hours following
notification by City. As there is no index for this commodity, Vendor shall pay
City current market price, which on the date of Vendor's bid was $100.00 per ton.
City shall not pay any haul rate for a pick-up of a minimum of thirty (30) bales,
and shall not pay any monthly rental fees. Plastics shall be picked up by Vendor
in bales sized 6000x42-46" from the Deepwood Recycling Center, 310
Deepwood Drive, Round Rock, Texas 78664. City shall incur no disposal charge
for same.
C. Plastics (identified in City's IFB as 3.2.3.1 Option #2 - #2 high density
polyethylene (HDPE) alone) from City's Deepwood Recycling Center shall be
picked up by Vendor on an on-call basis within forty-eight (48) hours following
notification by City. As there is no index for this commodity, Vendor shall pay
City current market price, which on the date of Vendor's bid was $150.00 per ton.
City shall pay a fixed haul rate of $220.00 per haul. City shall not pay any
monthly rental fees. Plastics shall be picked up by Vendor in forty (40) yard open
top roll-off containers (said 40-yard containers being provided by Vendor) for
small bales sized 30x30x26" from the Deepwood Recycling Center, 310
Deepwood Drive, Round Rock, Texas 78664. City shall incur no disposal charge
for same.
City and Vendor agree that there shall be no additional fees whatsoever charged to City
or passed along to City or passed through to City.
i
i
s
The take-point for the designated recyclable products shall be as follows: Deepwood
Recycling Center, 310 Deepwood Drive, Round Rock, Texas 78664. 4
4.01 VENDOR' S OBLIGATION TO PROVIDE SERVICES
As a continuing obligation, Vendor agrees to collect, transport, recycle, and/or dispose of
the designated recyclable products from City in the estimated amounts, from the specified
location, at the specified intervals, and to remit to City agreed payment and/or rebate amounts.
In the event Vendor does not collect, transport, recycle, and/or dispose of the agreed
quantities of recyclable products, then City may contract for such services elsewhere, and
Vendor may be charged the difference, if any.
5.01 VENDOR'S CONTRACTUAL RESPONSIBILITIES
A. Vendor agrees to perform all of its contractual responsibilities and obligations in t
accordance with standards of the industry. Vendor shall use best efforts to supervise and direct
its agents or employees competently, efficiently, and safely. .Vendor shall adhere and conform to
all legal responsibilities related to such collection, transportation and disposal of the recyclable
products the subject of this Agreement.
B. Vendor agrees to furnish and assume full responsibility for all services, facilities,
equipment, materials and incidentals necessary for the proper collection, transport, removal,
recycling, and/or disposal of the designated recyclable products the subject of this Agreement.
C. Vendor agrees to obtain all permits and licenses, if any, and pay all fees necessary
for the proper handling and removal of the designated recyclable products the subject of this
Agreement.
D. Vendor hereby affirms and confirms that it has the capability of properly and
lawfully handling, removing, and disposing of the designated recyclable products the subject of
this Agreement.
E. Vendor agrees to coordinate with City's representative listed herein in Section
6.01 to establish pick-up schedules and to discuss and receive approval of any proposed changes.
F. Vendor agrees to schedule pick-up of the designated recyclable products at a
minimum of the times specified and upon request by City.
G. Vendor agrees to provide City's representative with itemized and accurate
documentation, in forms acceptable to City, indicating actual weight of materials collected;
pickup route sheets; weight information input into Vendor's system; monthly reports that capture
such information as pickup dates and weight collected for each pickup; and annual tonnage
reports that capture total volume of material recycled for the calendar year, and approximate
weights recovered by type of commodity.
4
z
s..
r
z
H. Vendor agrees to pick-up schedules that occur during City's regular business
hours. Vendor shall utilize its own equipment and personnel, and both parties agree that no City
z
equipment or forces shall be used.
6.01 CITY'S DESIGNATED REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with }
regard to this Agreement:
Tracy L. Herring
City of Round Rock, Environmental Services Division
2008 Enterprise Drive
Round Rock, Texas 78664
Telephone: (512) 218-5559
Fax Number: (512) 341-3316
tracyh(�i,roundrocktexas.Qov
7.01 RATES AND PAYMENT; PRICE ADJUSTMENTS
During the term of this Agreement and any renewals, Vendor agrees to pay City for
specified recyclable products taken at the following rates: in accordance with Section 3.01
herein.
Vendor shall render a separate invoice to City for any hauls made by Vendor, submitting
one original and one copy of each statement on a monthly basis to City's representative. Same
shall snatch all records provided to City's representative under Section 5.01(G). City shall pay
such invoices to Vendor in accordance with the Texas Prompt Payment Act.
Vendor shall have the absolute obligation to pay City for any and all recyclables hauled
hereunder, in accordance with this Agreement and/or any statements received from City. All
payments by Vendor to City shall be made payable to the City of Round Rock, Texas, shall be
tendered to City's representative designated in Section 6.01, and shall accompany corresponding
statements from City and/or City's representative.
Pricing adjustments during the term of this Agreement, if any, shall be in accordance with
Part I, Item 9 of City's Request for Proposal under Solicitation Number 12-021, Specification
Numbers 11-998-15, 11-998-47, 11-998-68, 11-998-75, 11-998-85 dated February 2012.
8.01 VENDOR'S OBLIGATION TO TAKE
Vendor is obligated to take the estimated amounts specified in this Agreement, per
twelve-month period. Vendor shall be obligated to pay City based upon such contractual
amount.
5
i
E
i
7
Vendor agrees that City may pursue any remedy available to it at law or in equity,
4
including but not limited to specific performance of this Agreement and/or any action to recover
an amount of damages equal to such contractual amount.
9.01 CITY'S OPTION TO CONTRACT WITH OTHERS
Should Vendor fail in its obligations to take the contractual amounts of delineated
recyclable products, then and in that event City reserves its option to contract with other sources.
Vendor expressly agrees that, should City exercise its option to contract with other
sources and the amount received is at a lower rate, then and in that event City may charge
Vendor the difference in price. Such action on the part of City shall not be considered an
exclusive remedy, and shall not waive any other remedies available to City at law or in equity.
10.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement. x
11.01 DEFAULT
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to make any payment in frill when due;
B. Fails to fully, timely and faithfully perform any of its material obligations under
this Agreement;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under United States bankruptcy laws.
12.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10) days' written notice to Vendor.
6
x
G
f,
f
C. Vendor has the right to terminate this Agreement for cause, that being in the event
of a material and substantial breach by City, or by mutual agreement to terminate evidenced in
writing by and between the parties.
F
D. Should Vendor fail to make any payment in frill when due, then, in addition to
any other rights and remedies available to City, City may immediately and without notice
suspend any further relationship with Vendor until the amount due has been paid in full.
13.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor,
or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations
under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be
deemed to limit the rights of City or Vendor (including, but not limited to the right to seek
contribution) against any third party who may be liable for an indemnified claim.
14.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
f
F
Vendor, its agents, employees and subcontractors shall use best efforts to comply with all
applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as
amended, and with all applicable rules and regulations promulgated by local, state and national r
boards, bureaus and'agencies.
15.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal '.
representatives to each other with respect to the terms hereof. Neither party shall assign, sublet
or transfer any interest in this Agreement without prior written authorization of the other party.
16.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
A. When delivered personally to recipient's address as stated in this Agreement; or
B. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
7
Notice to Vendor:
ACCO Waste Paper of Austin
Matt Myers
10420 Metric Boulevard
Austin, TX
r
Notice to City:
Steve Norwood, City Manager Stephan L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
17.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
18.01 EXCLUSIVE AGREEMENT
This document and all appended documents constitute the entire Agreement between City
and Vendor. This Agreement may only be amended or supplemented by mutual agreement of
the parties hereto in writing.
19.01 SUPPLEMENTAL AGREEMENTS
The terms of this Agreement may be modified by written Supplemental Agreement
hereto, duly authorized by City Council or City Manager action, if City determines that there has
been a significant change in (1) the scope, complexity, or character of the services to be
performed; or (2) the duration of the work. Any such Supplemental Agreement must be
executed by both parties within the period specified as the term of this Agreement. Vendor shall
not perform any work or incur any additional costs prior to the execution, by both parties, of
such Supplemental Agreement. Vendor shall make no claim for extra work done or materials
furnished unless and until there is full execution of any Supplemental Agreement, and City shall
not be responsible for actions by Vendor nor for any costs incurred by Vendor relating to
additional work not directly authorized by Supplemental Agreement.
20.01 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
8
t
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9 '
USC Section 1-14) or any applicable state arbitration statute.
F-
21.01 SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
R
being void should a provision which is of the essence of this Agreement be determined void.
i
22.01 INTERLOCAL COOPERATIVE CONTRACTING /PURCHASING
Authority for local governments to contract with one another. to perform certain .
governmental functions and services, including but not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and Local Government Code, Title 8, Chapter 271, Subchapter
F, Section 27 1.101 and Section 271.102.
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City of Round Rock's bid, with the consent and agreement of the successful
vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from
lack of exception to this clause in the vendor's response. However, all parties hereby expressly
agree that the City of Round Rock is not an agent of, partner to, or representative of those outside
agencies or entities and that the City of Round Rock is not obligated or liable for any action or
debts that may arise out of such independently-negotiated "piggyback" procurements.
23.01 INDEPENDENT CONTRACTOR STATUS
Vendor is an independent contractor, not City's employee. Vendor's employees or
subcontractors are not City's employees. This Agreement does not create a partnership
relationship. Neither party has authority to enter into contracts as agent for the other party.
Vendor and City agree to the following rights consistent with an independent contractor
relationship:
A. Vendor has the right to perform services for others during the terns of this
Agreement;
B. Vendor has the sole right to control and direct the means, manner and method by
which services required by this Agreement will be performed;
9
E
l
Y;
k
t
C. Vendor has the right to hire assistants as subcontractors, or to use employees to
provide the services required by this Agreement;
s
D. Vendor or its employees or subcontractors shall perform the services required
hereunder. City shall not hire, supervise, or pay any assistants to help Vendor;
E. Neither Vendor nor its employees or subcontractors shall receive any training
from City in the skills necessary to perform the services required by this
Agreement;
F. City shall not require Vendor or its employees or subcontractors to devote full
time to performing the services required by this Agreement;and
G. Neither Vendor nor its employees or subcontractors are eligible to participate in
any employee pension, health, vacation pay, sick pay, or other fringe benefit plan
of City.
24.01 INSURANCE
Vendor shall in all respects comply with the provisions delineated in Part I, Item 3 of
City's Solicitation Number 12-021, Specification Numbers 11-998-15, I1-998-47, 11-998-68,
11-998-75, 11-998-85 dated February 2012, attached hereto as Exhibit"A."
25.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices and with all applicable laws.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terms of this
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is not
responsible as defined herein. However, notice of such impediment or delay in performance must
be timely given, and all reasonable efforts undertaken to mitigate its effects.
10
u
Waiver. No delay or omission by either party in exercising any right or power shall
impair such right or power or be construed to be a waiver. A waiver by either party of any of the
covenants to be performed by the other or any breach thereof shall not be construed to be a
waiver of any succeeding breach or of any other covenant. No waiver of discharge shall be valid r
unless in writing and signed by an authorized representative of the party against whom such
waiver or discharge is sought to be enforced.
1
Confidentiality. The parties recognize and understand that City is subject to the
Texas Public Information Act and its duties run in accordance therewith.
3
i
IN WITNESS WHEREOF,the parties have duly executed this Agreement. f
CITY OF ROUND ROCK, TEXAS
By:
Printed Name:
Title:
Date Signed:
FOR CITY,ATTEST:
By:
Sara L. White, City Clerk
PR.FOR CITY, APPROVED AS TO FORM:
By:
Stephan L. Sheets, City Attorney
BFI WASTE SERVICES OF TEXAS,LP
dba AC O WASTE PAPER OF AUSTIN
By
Pr ted ame: Myo- S AA t�
Title: RL-LAIr-L-W rL CorisU-7A-A)1
Date Signed: G1 zo L
11
3;
t
REQUEST FOR PROPOSAL
RECYCLABLES COLLECTION AND PURCHASE
SOLICITATION NUMBER: 12-021
FROM BFI WASTE SERVICES OF TEXAS, LP
Dba: ACCO WASTE PAPER OF AUSTIN
EMPLOYER ID #: 86-1024527
CONTACT: MATT MYERS
10420 METRIC BLVD; AUSTIN, TEXAS
PHONE: 385-7600
March 6, 2012
EXHIBIT
b
a "Au
a
v
N
s
j
TO: City of Round Rock,
FROM: Matt Myers, ACCO Waste Paper of Austin
DATE: March 6, 201.2
SUBJECT: Letter of Transmittal
This letter is to verify that ACCO Waste Paper of Austin is committed to providing
quality recycling collection and processing service to the City of Round Rock f
Recycling Center located at 310 Deepwood Drive. ACCO Waste Paper of Austin,
a division of Republic Services, is the company that currently provides this bale
collection service. We currently operate our Material Recovery Facility at 10420
Metric Blvd in Austin. Republic Services currently operates 76 recycling facilities
in the United States and has a Materials Marketing team to ensure we have
outlets to ship your material during an up or down market.
I have been a Recycling Consultant with ACCO Waste Paper in Austin for over
20 years. I will be the person authorized to manage your account and make
representations for my firm. I have had the pleasure of working with Tracy
Herring and Kim Lutz since the early 1990's when the City of Round Rock
established this drop off center. My contact information is as follows:
Email: mm /ers@republicservices.com i
Office phone: 512-385-7600
Cel ne: 512-748- 25
R
ignature of Authorized ent
n
�Cc"cLrAl6 CoN5OLTAO Q-F j
Title
is
ALLIE13 WASTE
lli!
INDUSTRIES. INC.
r
t
TO: City of Round Rock
FROM: Matt Myers;ACCO Waste Paper of Austin
DATE: March 6, 2012
SUBJECT: Previous Performance/Experience
The following-are brief overview of the projects managed of the references we
provided.
Travis County t
Since the early 1990's I worked closely with Charles Williams, Conservation
Coordinator with Travis County to establish and expand recycling collection
services at many Travis County locations. We originally collected.office paper but
have now expanded the program to include Corrugated Cardboard, aluminum
and steel cans and plastic#1 (PET) and #2 (HDPE) bottles and containers.
We also provided a baler for recycling Corrugated Cardboard and Mixed Paper at
the Travis County Del Valle Correctional Facility located at 3614 Bill Price Road.
Charles Williams retired in 2011 and I am currently working with Keith Coburn to
expand the program at Del Valle Correction to include cans and plastic
containers.
City of Austin Bergstrom International Airport
I worked with Kane Carpenter to expand their recycling program from Corrugated
Cardboard to a program that allows them to commingle cardboard, mixed office
paper, aluminum and steel cans, plastics #1-7 and glass bottles and jars.
a
University of Texas
I worked with Rick Early to expand their recycling program at student dormitories
to a commercial single stream collection similar to the City of Austin Bergstrom
International Airport.
I worked with Merrick Mycue at UT Intercollegiate Athletics to include single
stream recycling at UT home football and baseball games including the tailgate
areas. We also collect baled cardboard from the football stadium.
i
i
t
TIMELINE AND PROJECT DESIGN FOR PICKUPS AT DEEPWOOD
RECYCLING CENTER
I'
t
Baled Cardboard and Plastic
We will collect bales of Corrugated Cardboard, #1 (PET) bottles (Option 3.2.2) or
commingled #1-7 plastics (Option 3.2.1) on an "on call" basis with our tractor 1.
trailer which is equipped with a forklift. We will pick up a minimum of 30 bales
that are 60" x 30" x 42-46° in dimension. Call 385-7600 to schedule a pickup.
Pick ups will be made within 48 hours of receiving a call. If a call is received on
Friday, the pickup will occur on the following Monday or Tuesday.
Our driver, after loading bales, will leave a signed receipt of the number and type p
of bales collected.
r
l
Roll Offs for Small Bales of Plastic
F
We can provide two (2) 40 yard open top roll off for each item of small bales
(30"x30"x26") (items 3.2.3.1 and 3.2.4.1). One roll off would be designated for the
small bales of mixed HDPE #2 Natural and Pigmented. The other unit would be
for the small bales of#3-7 rigid plastic containers.
These units could be delivered within two weeks of contract reward.
We will swap out each roll off on an "on call' basis. Call 247-5647 to schedule a
pickup. Once a pickup request is received, the haul will occur within one to two
business days.
Roll Offs for Aluminum Cans and Mixed Metal
We can provide one (1), 30 yard open top roll off for aluminum cans (Item 3.4)
and one (1), 30 yard open top roll off for Scrap Metal including Freon and Non-
Freon Appliances (item 3.6.2). All Freon must be evacuated from the Freon
appliances.
These units could be delivered within two weeks of contract reward.
We will swap out each roll off on an "on call' basis. Call 247-5647 to schedule a
pickup. Once a pickup request is received, the haul will occur within one to two
business days.
Y
Front load Containers for Mixed Paper
{
We can provide six (6) green, eight cubic yard front-end load containers for the
placement of Mixed Paper including office paper, newspaper, magazines,
catalogs, junk mail, phone books and boxboard (food and beverage boxes). We
will deliver these containers within two weeks of contract reward. These
containers can be placed in a row or in various places of the recycling center.
We will empty these containers on a once a week basis. Special pickup requests
can be scheduled by calling 247-5647. E
E
{
i
f
f
kF
V
t
PURCHASE PRICE AND COST PROPOSAL
Baled Cardboard and Plastics Collected on Truck and Trailer
If we pick up a minimum of 30 bales of a combination of cardboard and plastic
that are 60" x 30" x 30" in dimension, there will be no charge for pickup. 4
Baled O.C:C. (Old Corruqated Containers): consists of corrugated containers
having liners of either test liner, jute or'kraft. Bales must be free of any waxed
cardboard, glass, metal, wood, glass or Styrofoam. Five percent of the bale can
consist of cores, carrier stock (food or beverage boxes) or molded containers
(egg cartons). Bales that are excessively wet are subject to a 5-10% moisture
deduction.
We will pay you $55.00 less than the high price per ton listed for O.C.C. (11)
listed in Southwest Market of the Official Board Market (OBM) Yellow Sheet. The
March high price per ton is $130.00; therefore, your March rate would be $75.00
per ton. I have attached a copy of this index.
Baled PET#1 bottles: consists of transparent or see through #1 PET beverage
contairiers or bottles. PET bottles may be clear or tinted green or brown. For
example, bottles that contain: water, soda, cooking oils, mouthwash, and alcohol.
Enclosures or caps do not need to be removed.
We can currently pay $100.00 per ton for baled PET bottles. We will not correlate
this price to any index; however, the price may change on a monthly basis due to
fluctuations in our selling price for PET.
Plastics Collected in Roll Off Containers
Baled #2 HDPE bottles: (Option 3.2.3) consists of milk and water jugs and
pigmented or solid-colored HDPE bottles such as detergent, fabric softener,
lotion and shampoo bottles.
We will charge $220.00 to swap out the 40,yard open roll off for this material.
There will not be any monthly rental for this unit.
We can currently pay $150.00 per ton for the baled HDPE bottles. We will not
correlate this price to any index; however, this credit may change on a monthly
basis due to market fluctuation.
Baled Plastics-#1-7: (Option 3.2.1.) consists of rigid plastics, bottles and
containers that are #1 to #7. This grade does not consist of Polystyrene#6 foam,
clamshells, plates, cups or packaging. This grade does not consist of LDPE#4
bags, stretch film or bubble wrap.
4`
' t
We will charge $220.00 to swap out the 40 yard roll off for this material. There
will not be any monthly rental for this unit. We will charge $50.00 per ton to
process and sort these mixed plastic bales.
Aluminum Cans Collected in a Roll Off Container
Old Can Stock: (Item 3.4) consists of clean old aluminum cans, decorated or
clear, free of iron, dirt and other foreign contamination.
We will charge $220.00 to swap out the 30 yard roll off for this material. We will
charge $75.00 per month for container rental.
We can currently credit .49 per pound for clean aluminum cans. We will correlate
this credit to the American Metal Market Houston market high price per ton listed
for Used Beverage Containers which is currently .70 per pound. On the day the
roll off is swapped out, we will pay you .21 less that the high price per ton listed
for UBC's. I have attached a copy of American Metal Markets.
Mixed Metal Collected in Roll Off Container
All Freon appliances must have the Freon evacuated before being placed in the
designated roll off container.
We will charge $250.00 to swap out the 30 yard roll off for the material listed in
Item 3.6.2.1. There will be no monthly rental for this roll off.
We can currently credit $210.00 per ton for this material. This rate will not be
correlated to any market publication; however, this credit may change on a
monthly due to market fluctuation.
Mixed Paper in Front Load Containers
We will charge $265.00 per month to service all front load containers on a weekly
basis. There will be no monetary return for mixed paper collected in the front load
containers.
(
i'
SOLICITATION NUMBER
12-021
SPECIFICATION NUMBER
11-998-15 •11-998-47.11-998-68 •11-998-75.11-998-85
DATED:JANUARY 2012
ATTACHMENT A '
REFERENCE SHEET !
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE i
SOLICITATION NUMBER: Z Z J
3
RESPONDENT'S NAMEACCa WASTCPAM-c-A-ur-l61 DATE: Mt-2C0 �o r Z0 I v
Provide the name, address,telephone number and point of contact of at least three (3)firms applicable to Municipal
and/or Government projects that have utilized similar service for at least two(2) years. City of Round Rock references are
not applicable. References may be checked prior to award. Any negative responses received may result in
disqualification of solicitation.
t
1. Company's Name: �A(JJS GaUAIT
Name of Contact: -fu eo/9U/{ f
Title of Contact: L Al V1"/V/%[-W, TYi25 �•-e Cr- MAWA-C ems
E-Mail Address: ME-1y", CogU2n� @ CO, -11,MV1S, US
Present Address: Z 0 (0 t,14 VAC4 SU 17EF_31,
City, State, Zip Code: U!�--f /N v -T)c -727 0 1
Telephone Number: (vri Z ) �j,$'�-s�j(��, Fax Number: (S-j
_. 2. Comp 's1VaJ>ae,
Name of Contact: t" CA' )2P eW7--912
Title of Contact: �(yVJR6N EN'Ni'1� (fb 11AP(_14-A CI;r
E-Mail Address: ���e �,q-�p �� Cis GI,LI$�rvt
Present Address: 271(0 �c-A,� ,r- 7-6)(A-s J)/Zt\/ir
City,State, Zip Code: AU S7`tty t %X £3 71�'
Telephone Number: (512- ) v 30 (p(Z4 Fax Number: (517- )S 30
3. Company's Name: UNIVOUfnj Oar T(-Ats - biV15 (0n► d-F 96N6Ano F0005cPV
Name of Contact: 91cic e I-
Title of Contact: Q SSl�fM/7' �/Q eGTBR /�Gt L 11°-�C
E-Mail Address: . 0-t• Ct RS A - V f-e1>(Q_s_G CUI
Present Address: -7-0-0 0 C)tA f,4-4rn7-) 5T
City, State,Zip Code: Aosrw -78713
- -------Tele hone-Number:----- Fax-Number:--�--JZ---��I- t-O)----- ----•--__.. _... ..
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
11 of 11
i
S%
Official Boala"Id MaPkets C.
THE YELLOW SHEET
Transacted paper stock prices — March 3, 2012
F
d
2
Sorted
Mixed Boxboard White
Paper Cuttings News News OCC SOP ledger
(2) (4) (6) (8) (11) (37) (40)
Chicago $7540(0) 85-90(0) 30-35(0) 90-95(+10) 10-5-115(+10) 110-150(+5) 250-260(-10)
New England 75-80(0) 85-90(0) 35-40(0) 80-85(+5) 130-140(0) 160-170(0) 265--275(0)
Buffalo 5.5-60(0) 75-80(0) 35-40(0) 7-5-80(0) 130-140(0) 160-170(0) 265-275(0)
New York 90-100(+S) 85-90(0) 3.540(0) 90-95(0) 135-14-5(0) 160-170(0) 265-275(0)
Southeast 90-95(+5) 85-90(0) 40-45(0) 90-95(+10) 12_S-135(+2 5� 15-5-165(+2� 270-280(0)
Southwest 90--95(+5) 85-90(0) 40-45(0) 85-90(+-9 120-130(+-S) 160-170(+20) 280-290(0)
Los Angeles 95-105(0) .125-135(0) 110-120(0) 115-125(0) 150-160(0) 175485(0) 270-280(0)
t
San Francisco 85-90(0) 125-135(0) 110-120(0) 115-125(0) 140-150(g) 16.5-175(0) 25.5-265(0)
Pacific NW 85-90(0) 125-135(0) 65-70(0) 90-95(0) 115-125(+10) 160-170(0) 255-265(0)
White Coated Hard Hard Unprint
New OLK News Soft Wht. White White Bleached
Cuttings Blanks Shavings Shavings Env.Cuts Sulfate
(13) (24) (28) (30) (31) (47)
East $140-150(+10) 210-220(0) 260-270(0) 350-360(0) 380-390(+20) 340-.150(0)
Mdwest 120-130(+10) 200-210(0) 280-290(0) 350-160(0) 390-400(0) 330-.340(0)
Southeast 135-145.(+10) 190-200(0) 270-280(0) 360-370(0) 390-400(0) 310-120(0)
Southwest 135-145(+10) 200-210(0) 280-290(0) 375-385(0) 400-410(0) 320-330(0)
Los Angeles 145-155(0) 220-230(0) 285-295(0) 340-350(0) 355-365(0) 320-330(0)
San Francisco 140-150(0) 220-230(0) 285--295(0) 340-350(0) 355-365(0) 320-.330(0)
Pacific MY 150-160(0) 220-230(0) 285-295(0) 340-350(0) 355-365(0) 320-330(0)
ZZ
Tlrige � �' � ► •Fx: �f+C�aF'-^�U'lfTi�trl� 4i'-'9di tC�•C:IC4` SihC{� 113
• A}kms < -• + i
r
r� 5. 02-q
0 - HIM-5
.. t ' A=vralo WON)Ii1s Ss�hitr+3 us�cAt°f,4$
,a
Morch 12,2012
AMM NONFERROUS SCRAP PRICES Price.. .effective Monday,5
Estunaled deal'ar tviinq prim.s.In dilb.dkvared to yard Ift-ral and Tom u prk:5 are in caffeldian wrleam,
COPPER
Atlanta Boston Buffalo Chicago Clacifinati Cleveland Detroit HOW oil L.A. H.Y. Philly plough S.F. St.LOUIS 1lCRIT1131 TUMAN
and tae 315-3B 224.-1.10320.3_'+5 31=320 3i6-3M 310-32.1, MU-23 2-20-M) 22-3-UD 211;.MD SMO-32S 220-US 225-W Siff-!Ijo
I I's
2 OFMMCOPPER Alto WIRE 300.310 300-3113 BUO.315 9054100 ZSU-005 205-180 295.310 3115.320 315-325 300-315 295.305 295-310 3115-3211 380-315 3115115 505-316
296-310 295-366 290-3055 29D305 •Mn2r 20-300 '280-225 29554 10 305315 290-3D5 285-300 290-306 295-310 235-3 290-300
225235; 220797 .;Za-M -M -266
14 225-235 226 2a23-1 .225-MS 235-245 rz5 220-230 210-220 225-235 250-260 235-245 195-205 2)0-210
^15 in
Q 00-M. -Z)O 125-190 1-0.5-205 .5-205 200.210 195-2D5 200-210 ISO.200 20721; 195-20 176485 laa-195
Red brass Itimino.Ilkwings 205 Iwis IS too
Oxis wil buo-ts 165-176 170-180 170-169 165-175 170-199 1170-180 175-185 ISO-190 170-180 170-180 170-189 17�'185 190.190 180-100 1604°0
tao-12r) IBD-193 180-10-0 iezt%- 190.206) IOD-200 1%-2D.4 10-200 X-3-25191.200 ISO-M 130-100 210-220 190.290180-190 -
MELL IVPERASS SOLIDS IW205 180-190 110-1190 185-195 Iga-200 195-195 185-195 195-205 2115-215 100200 195.2US 185.195 210-220 105-205 135195 105.195
hipid Yellow brass turnings.trtInge 140-150 140-150 140-150 145-155 I&G40 150-150 154.160 155165 15D-IGD 140-15'3 149-145 160.160 155.165 140150 145-15z. 145-15D
Y-435-,brass to ffi-.dS 194200 190200 190-203 M04190 190-200 IV,.I% 157-190 10520 I95205 10-20 1OO-200 185-195 I9i-205 185.ISS I3C-20
Yerqa Wass radlaraiVs 160-190 j',O-IM 175-1e5 170-I&7 *135-10 Ira-185 175-185 105.195 IN-2W 185-195 M5-10`5 180-R IW400 23-10 IE$-19-
7-1-30 We.cfps 20:-215 210-220 '2OWIS 200-210 205-2-15 200-210 215-2=3 205-215 225-297 205--215 210-220 205-215 21522,,- 210420 185.495
AUTO RADIATORS(UNSWEATED) Z04210 105-205 195205 190-200 200-210 185-195 IDD-200 190200 210-220 190-200 2CD-21 0 190-200 210-220 205-215 175.105 160-IM
Ng"rodat tnun:s Deals 190-200 2055215 205-215 195-205 105-205 195-203 190-270 193205 2OD-210 205-215 205-215 125-205 IW2-05 190.200 0110-203
Hgb-grada by/lead b;cm 184141 IS-0-20) le5-195 I8S-195 195-205 190-2-00 n-20D 165-196 1952vj 1SQ.1QO 180-194
hilangan-se bfunze w5ds 165175 175-185 170-190 163.175 185-195 173155 170-180 IAMBO 1775-195 170.180 170-1fAl 175.185 176--185 175-185 20400 175.105
MISCA�leods likkVS111ce!OW3 170490 1751"06 175-185 170.180 165-17.5 154190 165-m 185-195 170-190 180.190 18D-190 180-150 1710,189 VO.160 184120
F.Ukiwiad broule lunillas 140-150 12:-146 140-160 M.1-150 145.165 15*11601 140-IEO 140-1155,0 135.145 135.145 125-146 15-3-160 1L-145 140.15-3 13514; 13E-iii
ALUMINUM (w.02124A21
Allafth BOAQVI Bin,ato Chicago C1.1clawall Cliwelav- Deficit Houston LA. ILY. Kitty P'turght S.F. St.Louis Montreal T..".
SwEgated low wow chis 67.72 07-70 6§-711 68-10 06-71 65-M 67-70 EO-62 09-73 67-70 Oi-69 6740 70-71 67-772 MIS GSA%
W.ed Saw coppxr dips; 6540 6-3.55 e5s8 63-6.9 444;6 V.65 Gw/ 60-6-4 69.74 134.67 67-69 64-67 65.69 G7.7 2 FA-61 4'.•6.1
Viad elm 6443 61-62 65-61- 672-66 63-66 62-W 52-67 50-62 67-71 61-5-11 61-66 64.67 67-63 fi5 61-67 61-67
Aturfaval Norags,turalr4s.CIL,3n 4247 4043 42-417 44-49 4348 42-47 46-31 4247 115-50 4217 42-47 41-42 42-44 45-Fj 44-40 1144---
dad my
ad u1c:11%lurn.Shut and CP41 665 57-61 %GI 59-64 61-6 9521 59.64 51at'll- 64-476 61-6l GM 62-W GSM F!67 V.-ra sari
U-91 owerage cans.dean and dil 65-66 5626 SP-59 622-67 62-V W-62 57-62 67-M 65-67 66-60 624;7 62-65 85=10 6&% Sri
Irdestrial c9TIngs 6)-62 67-C6 55-55 60-65 5.9464 62-67 67-60 5R.63 - - 6437 =431
63S aluffinum saids 73,75 74-T5 73-74 TL"-77 711-76 72-77 10-7570-75 .... 71-,0 74.77 7.1-77
7SSalunilirnl6clips- 63X401 5"1 6241 63-63 60.65 61-72 57-5-2 7i4 -i 62-65 72.-75* 63-70 5d-57. 54.SI
- 47.52 47-52
70S bannas.turnbgs.as C. 47-50 51-62 41. 47-50 7-52 62-57 �A-w'
Aluninurliuft$ps 61-655 64GI 50-56 55-60 P.62 .-.- 5659 54-51 5;.57
Paintod Wurninum sdiling 59-U 67-61 64-65 611-68 62-R E-2-67 54-61 63-66 61-63 62-67 %662 59-62
(a)Appraisal price
LEAD (5-v-m-wi2i
Atlanta Boston Buffalo Chicago Cincinnarl Clevelarx. Detroit Houston LA. N.Y. Phitty P'burgh S.F. St.Louis ra-mmal Toranto
HEAVY SOFT LEAD 42-47 48.51 48-53 4453 40.53 *45.59 4651 IIA 48.53 48-53 43.40 47-51 51-56 53-58
k%xid hard Led 42-45 -- 45-50 44-47 20-52 45-0 ez-;.;o NA - -- --- 43-47 47-51 46-49
lbalebled.%ftlk dd baleres. 24-26 -- 25,:0 - -- Ilk 25-27 '-. 24-26 23-27 _- 22-26
WHEEL WEIGHTS 38-42 3�ii 41.45 34,38 ...... 39-43 36-40 35-40 NA 37-41 42-45 3640 33.37 42-6
ZINC (mi.02--121
Atlanta Boston Buffsto Chicago Ciricinnad Cleveland 091mil Houston L.A. N.Y. phiDy P*burgh S.F. St.Loris Monlroal Torow
zino die casz '31-39 3I-33 3439 26-11 "A 3641 31-38 37-42 34-39 ... 36-41 3641 31-39
ZRIC DIE CAST 29-34 31.33 3439 30-35 ...... RA 30,15 34-36 37-42 34-39 ...... ...... 36-41 34-39 26-31 al-ii
11-.0 21ric semp. 29-24 31-23 34-32* - 2035 UA 30.1-5 311-16 34.3-3 3439 33.39 U-ry 2531
NEW ZINC CLIPPINGS, 706 73-75 ...... 72-77 ...... IIA 77.•77 7,1-79 74-79 ...... ...... ...... 74-70 71.7Z ...... ......
ENGRAVERSVIC Alto LIIIIO
SHEETS
Z-n.-die cast;lutanwfte grilles M-36 -- 29-3; 36-41 114 36-41 3436 35-41 34-39
NICKEL ow.ovttavi
Atlanta Boston Buffalo Chicago Cincinnati Cleveland Detroit Houston L.A. H.T. Pliltj ftargh S.F. 6t.loulS Marilmal bloldo
lfat%alkPal clips and solids 760--770 75470 750-70 7W,70 70-7-10 77-770 7eo-ri0 763-770 7554-m, 7610-7770 760-710 77154770 757-760 7604-60 75VtFk1 nO-,60
He:liurnngs 64474) Eao-M 6TI-Vi 69%)-7CjD 920-707 690-71YJ 1120-7100
Rely nicy-.1-6uper ft 505316 45-5605 495A15 50554I5 =45515 SrJ 515 505--315 495-5tZ 50•-315 *66015 64,;-SIS 415-505 '1555'441
485-405 475-05 ViA85 465495 48.5-495 aS:-4;s 4&j-!rp:j i&:�445 417-.-I=� 4654-15 485,1905 .155495 475485
hl-ne*)14ndaps and
staags
5A4530 M-540 530.540 640-550 510-550 55-10-AZO 5-40-5,:) 6,10AZ0 5M-540 11*550 550-560
(Eq..MrAd!L�castings -go so-- 40 550 0 5W-560 0
army(Eq- SSV460 "1-550 W-.5.50 ?SJ of. 5W 5 -.60 5:4-550 5V-M &-550 �a 550-5eD 54G-53"j 6*550 S40-550 ;A-5.40
roads
and Incarpl*am registered trad-inails or Hunlia9tor Mol.-Corp.
SCRAP METALS
ffilatad buying prices SMELTERS'LEAD SCRAP old sileal 7200.74.0)
,-arkad a is,daae rd b tt,ars'sr6) SON pdm h-vy Be,lied him*dIng 04 cat 74.00-76.00 Scrap Price Changes Today
in Genis par gourd ato-K as oth-mise now. to stnetter Turnings.loan and dr., 72.4374.00 Nonferrous scrap price changes MeteonAss MILL SCRAP (Pi.0555-77112) A!arrd;urr-a
W-r raftor. 1GB.Orj-173.OD made for those cities:
375.03- Scrap 122J S73.01V5.0) 1.1onferrouss a%to shr0(00%aiuw%)• rA.00-88.03
Pa.1 Copper Rerret!toad S53.00-SB5.0-3 'On-mited IYV IruclJod.'I*WFzh'prada Atlanta,Boston,Buffalo,Chicago,
FIEFINERS'COPPER SCRAP %Iddi wwias W0-3•S4200 DOMESTIC ALUMINUM PRODUCERS Cincinnati,Cleveland,Detroit,Houston,
141".1 coaLw 360.0)* CaLm,kad S79.00-W.03 BuyIng prioss Im processed usW adurninum calls bi Los Angeles,New York,Philadelphia,
lb 2 copper 3400, SMELTERS'VIIC SCRAP calialad t-M LOA slippsoll pond
I.q.11 copl-er 332.03, (f ev.03%,"D 7112) (rat 012121 Pittsburgh.San Francisco,St.Louis.
BRASS INGOT 61AKERS*SCRAP 67-03,72.47 Usd baltrage can s- Montretf,Toronto
at, 78.4.13-80.03
(5--_5.2,12017j, Ohl 4410 idial) 4705-5240 MILLS,SPECIALTY CONSUMERS*BUYING PRICES
Copper Die cast stab 50.00-C4.00
(.'a.I wre be.ght amoo-379.01. Gah-anlzato'drcss 71007203
trg.i 361.00"364.07 SECONDARY SMELTERS' V.Jod Jo.�coppif 22ol OEM
ALUMINUM SCRAP 5052
e-eh*.-e;ed to Sha sm.-Olerin full trucit-ds 3105 Boilo-91.00
L911 ODp;.,,-r n5 Dim Do- 9ta?"eg p", A a
swed gi-ades H2) i-Axed low,coppe.;ally dips V-00-FA.00 yr e b
2, -274DO
VV-d 10-w wpPar at-$ 77.0049.00 paufto 50;55
.1p blodaps.turnings 261,00-265 00 M.Ned high cap ret C11"s 77 00170.0'0 *Nom02-1 foi spot sale&
htw,nigh enc CEP5 7:100-73.010
P'llstom(w 030E1121 227.04-230.00 80.OrAi.00
lubiAl loillb ilidOW 'r!
Yoj)o?;brsS alith(re-,0318`12) 225.^4230I* SkIi-19,11-Wed Pr6d aro. 01
VAN!hllarli.et G-jW?'Olga-
Tarnogs Jr.:.CeJ%12) jqjJj%2U5 Do PAW clips 76 PXI-77 Do
1n rv:.amm.canl AMEIN.CAN METAL NIARKET Match 13.2012 11
It IS Uii 184151:irl A-Mr,:-'-Pyiiglll 14
SOLICITATION NUMBER I.
12-021
SPECIFICATION NUMBER
11-998-15 •11-99817.11-998-68 •11-998-75.11-998-85
DATED:FEBRUARY 2012
CITY OF ROUND ROCK
REQUEST FOR PROPOSAL
RECYCLABLES COLLECTION AND PURCHASE
PART
GENERAL
1. PURPOSE: The City of Round Rock, herein after"City", seeks to contract with a qualified Individual, Firm, or r
Corporation, hereafter referred to as"Respondent", all goods and services necessary for the collection and
purchase of recyclable materials from various locations throughout the City. Services shall include the purchase,
collection, transportation and recycling of City's recyclable material. Materials shall include, but are not limited to,
Cardboard, Plastics, Paper,Aluminum, Glass,Tin, Steel, Lead/Acid Batteries,Tires, Brass and Copper. City's'
intent is to sell said materials to the highest qualified bidder or, if required, obtain the best low price for the removal
of these items.
2. DEFINITIONS,TERMS AND CONDITIONS: By submitting a response to this solicitation,the Respondent agrees
that the City's standard Definitions,Terms and Conditions, in effect at the time of release of the solicitation, shall
govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. Said
Definitions,Terms and Conditions are subject to change without notice. It is the sole responsibility of respondents
to stay apprised of changes. The City's Definitions,Terms and Conditions can be obtained from the City's website
http•//www.roundrocktexas.gov/home/index.asp?paqe=463.
3. INSURANCE: The Respondent shall meet or exceed ALL insurance requirements set forth by the Insurance
Requirements as identified on the City's website at http•//Www.roundrocktexas.ciov/home/index.a§p?page=463.
4. ATTACHMENTS: Attachments A through B are herein made a part of this solicitation:
4.1. Attachment A: Reference Sheet
4.2. Attachment B: Previously awarded bid tabulation for Abitibi Bowater for paper.
5. CLARIFICATION: For questions or clarifications of specifications,you may contact:
Joy Baggett
Purchasing Department
City of Round Rock
Telephone: 512-218-6682
jbaggett(aD_round-rock.tx.us
The individual listed above may be contacted by telephone or visited for clarification of the specifications only. No
authority is intended or implied that specifications may be amended or alterations accepted prior to solicitation
opening without written approval of the City of Round Rock through the Purchasing Department.
6. QUALIFICATIONS: The opening of a solicitation shall not be construed as the City's acceptance of such as
qualified and responsive. All Respondents shall:
6.1. Be firms, corporations, individuals or partnerships normally engaged in the sale and distribution of commodity
or provision of the services as specified herein.
6.2. Have adequate organization,facilities, equipment and personnel to ensure prompt and efficient service to the
City.
6.3. Provide a representative list of services of a scale and complexity similar to the services being considered by
the City.The list shall include the location, client, services provided by your firm,term of services and an
owner contact name.
6.4. Identify key project staff, task leaders and sub-contractors along with their expected services to the City for
the scope of work on behalf of the firm.The City reserves the right to approve or disapprove all sub-
contractors prior to any,work being performed.
1 of 11
SOLICITATION NUMBER
12-021
SPECIFICATION NUMBER
11-998-15 -11-998-47.11-998-68 -11-998-75.11-998-85
DATED:FEBRUARY 2012 w
6.5. Provide the name,address,telephone number and E-MAIL of at least three(3) entities applicable to
Municipal and/or Government projects that have utilized similar service for at least(two)2 years. City of
Round Rock references are not applicable. References may be checked prior to award. Any negative
responses received may result in disqualification of submittal. NOTE: REFERENCE FORM PROVIDED. E-
MAIL ADDRESSES ARE REQUIRED.
r
7. BEST VALUE EVALUATION AND CRITERIA: Respondents may be required to make an oral presentation to the I
selection team to further present their qualifications.These presentations will provide the Respondent the
opportunity to clarify their proposal and ensure a mutual understanding of the services to be provided and the
approach to be used.
All solicitations received may be evaluated based on the best value for the City. In determining best value, the City
may consider:
7.1. Purchase price and terms;
t
7.2. Reputation of Respondent and of Respondent's goods and services;
7.3. Quality of the Respondent's goods and services;
7.4. The extent to which the goods and services meet the City's needs; t
7.5. Respondent's past relationship with the City;
7.6. The total long-term cost to the City to acquire the Respondent's goods or services;
7.7. Any relevant criteria specifically listed in the solicitation.
7.8. The City reserves the right to reject any or all responses,or delete any portion of the response,or to accept
any response deemed most advantageous, or to waive any irregularities or informalities in the response
received that best serves the interest and at the sole discretion of the City.
8. AGREEMENT TERM: The terms of the awarded agreement shall be as follows:
8.1. The initial term of the resulting agreement shall be three(3)consecutive twelve(12) month periods from the
effective date. The agreement may be renewed for two(2)additional periods of time, not to exceed twelve
(12) months each, provided both parties agree in writing.
8.2. The City reserves the right to review the Respondents'performance at the end of each twelve(12) month
period and cancel all or part of the agreement(s) or continue the agreement(s)through the next period.
8.3. If the Respondent fails to perform its duties in a reasonable and competent manner, the City shall give written
notice the respondent of the deficiencies and the respondent shall have thirty(30)days to correct such I
deficiencies. If the Respondent fails to correct the deficiencies with the thirty(30)days,the City may terminate
the agreement by giving the respondent written notice"of termination and the reason for the termination.
8.4. If the agreement*is terminated,for any reason, the Respondent shall turn over all records,to include but not
be limited to the following: records of repairs, services, deliveries,and replacement parts,to the City within
fifteen(15)working days after completion of duties contained in the agreement.
9. PRICE INCREASE OR DECREASE:A price increase or decrease to the agreement may be considered based on
the following:
9.1. The City may permit"unit price"adjustments upwardly or downwardly when correlated with a price index
proposed by the Respondent and mutually agreed upon by the City. Unless otherwise indicated,the price
index shall be the specified index as published by the Bureau of Labor statistics,Washington, DC 20212. The
baseline index shall be the index announced for the month in which the solicitations opened. Unit prices may
be adjusted for each renewal period and extension period in accordance with changes in index.
9.1.1. The allowable percent change shall be calculated by subtracting the baseline index from the index
announced for the month in which the renewal option is exercised and dividing the result by the
baseline index.
9.1.1.1.A=Baseline index from the month in which the solicitations opened or the month of the last
approved price increase.
2of11
i,
S;
l
t
SOLICITATION NUMBER
12-021
SPECIFICATION NUMBER
11-998-15 •11-998-47.11-998-68 •11-998-75.11-998-85 is
DATED:FEBRUARY 2012
9.1.1.2. B=Current and/or latest baseline index
9.1.1.3."B"minus"A", then divided by"A". Multiply sum by 100% equals the percent of the allowable
price increase or decrease, "C".
f
C = [( B -A ) - A] x100 % t
9.1.2. The allowable percent change shall be rounded to the nearest one-hundredth of one percent and
shall be the maximum unit price adjustment permitted, except that the vendor may offer price
decreases in excess of the allowable percent change.
9.2. PROCEDURE TO REQUEST INCREASE OR OFFER DECREASE.
9.2.1. Mail the price increase request to the designated City Contract Specialist a minimum of 120 days
prior to each renewal period. Vendor shall supply supporting documentation as justification for each
request.
City of Round Rock
Purchasing Department
ATTN: Contract Specialist
221 E. Main Street
Round Rock,Texas 78664-5299
F
9.2.2. Upon receipt of the request,the City reserves the right to either: accept the escalation as supported
by the appropriate price index and make change to the purchase order within 30 days of the request,
negotiate with-the vendor or cancel the agreement or purchase order if an agreement cannot be
reached on the value of the increase.
10. AWARD: The City reserves the right to enter into an agreement or a purchase order with a single award, split
awards, non-award, or use any combination that best serves the interest and at the sole discretion of the City.
Award announcement will be made upon City Council approval of staff recommendation and executed agreement.
Award announcement will appear on the City's website at
http://www.roundrocktexas.gov/home/index.asp?pa-qe=463.
11. ACCEPTANCE:Acceptance inspection should not take more than five(5)working days. The vendor will be notified
within this time frame if the services rendered are not in full compliance with the specifications. If any agreement or
purchase order is canceled for non-acceptance,the needed good may be purchased elsewhere and the vendor
may be charged full increase, if any, in cost and handling.
12. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt Payment Law, Texas
Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within thirty days after the acceptance of the
supplies, materials, equipment, or the day on which the performance of services was completed or the day, on
which the City receives a correct invoice for the supplies, materials, equipment or services, whichever is later. The
Vendor may charge a late fee (fee shall not be greater than that which is permitted by Texas law)for payments not
made in accordance with this prompt payment policy; however, this policy does not apply to payments made by the
City in the event:
12.1. There is a bona fide dispute between the City and Vendor concerning the supplies, materials, services or
equipment delivered or the services performed that causes the payment to be late; or
12.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment
with Federal Funds;or
12.3. The is a bona fide dispute between the Vendor and a subcontractor or between a subcontractor and its
suppliers concerning supplies, material, or equipment delivered or the services performed which caused the
payment to be late; or
12.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or
agreement or other such contractual agreement.
13. NON-APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues only. It is
understood and agreed the City shall have the right to terminate the Agreement at the end of any City fiscal year if
3of11
I
1
SOLICITATION NUMBER
12-021
SPECIFICATION NUMBER
11-998-15 •11-998-47.11-998-68 •11-998-75.11-998-85 "x
DATED:FEBRUARY 2012
the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities, as
determined by the City's budget for the fiscal year in question. The City may affect such termination by giving
Vendor a written notice of termination at the end of its then current fiscal year.
14. INTERLOCAL COOPERATIVE CONTRACTING (PIGGYBACK): Other governmental entities maybe extended the
opportunity to purchase off of the City's Agreements,with the consent and agreement of the awarded vendor(s)and the z
City. Such consent and agreement shall be conclusively inferred from lack of exception to this clause in a L
Respondent's submittal. However,all parties indicate their understanding and hereby expressly agree that the City is
not an agent of, partner to,or representative of those outside agencies or entities and that the City is not obligated or
liable for any action or debts that may,arise out of such independently-negotiated"piggyback"procurements.
PART II
SCHEDULE
1. SOLICITATION SCHEDULE: It is the City's intention to comply with the following solicitation timeline:
1.1. Solicitation released February 17,2012
1.2. Pre-Solicitation Meeting and Site Visit(Mandatory) February 28,2012
9:30—10:00 AM
Deepwood Recycling Center
310 Deepwood Drive
Round Rock,Texas 78664
10:30—11:00 AM
Vehicle Maintenance Facility
901 Luther Peterson Place
Round Rock,Texas 78665
11:00—11:30 AM
Waterline and Wastewater Line Maintenance Facility
910 Luther Peterson Place
Round Rock,Texas 78665
12:00—12:30 PM
Water Treatment Plant
5200 N. lH 35
Round Rock,Texas 78681
1.3. Deadline for questions March 2,2012
1.4. City responses to all questions or addendums March 7,2012
1.5. Responses due by 3:00 PM March 13,2012
1.6. Oral Presentation (if necessary) April 2012
All questions regarding the solicitation shall be submitted in writing by 5:00 PM on the due date noted
above. A copy of all the questions submitted and the City's response to the questions shall be posted on our
webpage, hftp://www.roundrocktexas.gov/home/ind6x.asp?pa-qe=463. Questions shall be submitted to the City
contact named in PART I, Paragraph 5.
The City reserves the right to modify these dates. Notice of date change will be posted to the City's website.
4of11
SOLICITATION NUMBER
12-021
SPECIFICATION NUMBER
11-998-15 •11-998-47.11-998-68 •11-998-75.11-998-85
DATED:FEBRUARY 2012
2. PRE-SOLICITATION MEETING, SITE VISITS AND INSPECTION: A mandatory pre-solicitation meeting, site visit
and inspection will be conducted to fully acquaint Respondents with the sites and facilities. The site inspections will
immediately follow the pre-solicitation meeting. The pre-solicitation meeting will be conducted as noted in Part II,
Paragraph 1, sub-paragraph 1.2. I
2.1. The City considers this pre-solicitation meeting mandatory. The City reserves the right to determine a
response"not available for award" if the Respondent fails to attend this pre-solicitation meeting. Respondents
shall sign-in at the pre-solicitation meeting to document their attendance.
E
2.2. Respondents are required to provide their own transportation for the meeting and site inspections.
w
2.3. It is the responsibility of the Respondent to examine the sites to determine quantity, amounts,take precise
measurements, material requirement assessment and other solicitation related details during said inspection. z
5
3. RESPONSE DUE DATE: Signed and sealed responses are due no later than 3:00 PM,on the date noted in PART '
II, Paragraph 1, sub-paragraph 1.5, to the Purchasing Department. Mail or carry sealed responses to:
City of Round Rock
Purchasing Department
221 E. Main Street
Round Rock,Texas 78664-5299 l
l
3.1. Responses received after this time and date shall not be considered. €'
3.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title,number,due
r
date and "DO NOT OPEN".
3.3. Facsimile or electronically transmitted responses are not acceptable.
3.4. Late responses will be returned to Respondent unopened if a return address is provided.
4. ***IMPORTANT***SOLICITATION UPDATES AND NOTIFICATIONS: Respondents
are responsible for monitoring the City's website http://www.roundrocktexas.gov/home/index.asp?paqe=462 for i
updates and other notifications pertaining to this solicitation. Updates and notifications may include addendums,
cancellations or other information pertinent to submitting a correct and accurate response. The City assumes no
responsibility for said communication beyond updating the website as noted.
5. AGREEMENT NEGOTIATIONS: In establishing an agreement as a result of the solicitation process,the City may: i
i
5.1. Review all submittals and determine which Respondents are reasonably qualified for award of the agreement.
5.2. Determine the Respondent whose submittal is most advantageous to the City considering the evaluation
criteria.
5.3. Attempt to negotiate with the most responsive Respondent an agreement at fair and reasonable terms,
conditions and cost.
5.4. If negotiations are successful,enter into an agreement or issue a purchase order.
5.5. If not successful,formally end negotiations with that Respondent. The City may:
5.5.1. Select the next most highly qualified Respondent and attempt to negotiate an agreement at fair and
reasonable terms, conditions and cost with that Respondent.
5.5.2. Continue this process until an agreement is entered into or all negotiations are terminated.
5.6. Reserve the right to reject any or all submittals, or to accept any submittal.deemed most advantageous, or to
waive any irregularities or informalities in the submittal received.
6. POST AWARD MEETING: The City and Respondent shall have a post award meeting to discuss, but not be limited
to the following:
6.1. Provide City contact(s)information for implementation of agreement.
6.2. Agreement terms and conditions.
5of11
i;
I
SOLICITATION NUMBER
12-021
SPECIFICATION NUMBER
11-998-15 •11-998-47.11-998-68 •11-998-75.11-998-85
DATED:FEBRUARY 2012
6.3. Identify specific milestones,goals and strategies to meet objectives.
PART III
SPECIFICATIONS
1. SCOPE OF WORK: Services proposed shall include the purchase,collection,transportation and recycling of the
City's recyclable material as specified herein. Materials shall include, but are not limited to, Cardboard, Plastics,
Paper,Aluminum,Glass,Tin, Steel, Lead/Acid Batteries,Tires, Brass and Copper. The City's intent is to sell said
materials for the highest possible price or, if required, obtain the best low price for the removal of these items.
2. PRICING: Pricing indicated in the proposal shall be all inclusive of all labor, equipment, testing,freight,fees and
fuel necessary to perform the service specified herein. No fuel surcharge shall be permitted.
3. CURRENT MATERIAL AND CONTAINERS: Proposed containers shall be provided at the Respondent's expense
and shall meet the minimum material volume requirements detailed herein. Proposed container sizes and
configuration for each site shall optimize traffic flow and allow for the least frequent pick-up schedule as is practical.
The following container and bale sizes are CURRENTLY in use by the City and are approximate:
Deepwood Recycling Center
3.1. Corrugated Cardboard: Bale Size 60x3Ox46 Inches
3.2. Plastics
3.2.1. Option#1
3.2.1.1. #1-7 Baled Together: Bale Size 60x3Ox42 Inches
3.2.2. Option#2
3.2.2.1. #1 Polyethylene terephthalate(PET)Alone: Bale Size 60x30x42 Inches
3.2.3. Option#2
3.2.3.1. #2 Alone HDPE (high density polyethylene): Bale Size 30x3Ox26 Inches
3.2.4. Option#2
3.2.4.1. #3-7 Baled Together: Bale Size 30x3Ox26 Inches
3.3. Paper: Two(2) 30 Yard Enclosed Packer Box
3.4. Aluminum: One(1) 30 Yard Open Top Roll Off
3.5. Glass: One(1) 30 Yard Open Top Roll Off
3.6. Tin/Steel:
3.6.1. Option#1 Scrap metal with Non-Freon Appliances
3.6.1.1. Cans, large scrap metal including Non-chlorofluorocarbon
items-non-Freon appliances (items including but not limited
to washers, dryers, hot water heaters and stoves) Two(2)30 Yard Open Top Roll Off
3.6.2. Option#2 Scrap metal including Freon and Non-Freon Appliances
3.6.2.1. Cans, large scrap metal including Non-Chlorofluorocarbon
items and Chlorofluorocarbon items—Freon and
Non-Freon appliances (items including but not limited
to washers, dryers, hot water heaters, stoves,
refrigerators,freezers and air conditioning units) Two(2) 30 Yard Open Top Roll Off
3.6.3. Option#3 Freon and Non-Freon Appliances ONLY
3.6.3.1. Non-Chlorofluorocarbon and Chlorofluorocarbon,
Freon and Non-Freon appliances(items including but
not limited to washers, dryers, hot water heaters, stoves,
6of11
SOLICITATION NUMBER
12-021
SPECIFICATION NUMBER
11-998-15 •11-998-47.11-998-68 •11-998-75.11-998-85
DATED:FEBRUARY 2012
refrigerators,freezers and air conditioning units) Two(2)30 Yard Open Top Roll Off
3.7. Lead/Acid Batteries: Pallets
Waterline Maintenance Facility
3.8. Steel: None—on ground, but container is
desired
3.9. Copper: One(1)4'x4'Box Capacity 2,000 lbs
Vehicle Maintenance Facility
3.10.Tires: None—on ground, but container is
desired
Water Treatment Plant
3.11.Brass: One(1)4'x4'Box Capacity 2,000 lbs.
4. ORDER QUANTITY: The quantities shown within the solicitation are estimates only of the City's current material
volume. No guarantee of any minimum or maximum volume is made.or implied. The City shall only utilize the
services needed to satisfy operating requirements within budgetary constraints,which may be more or less than
indicated. Current estimated annual material volume and pick-ups per year are.as follows:
Current
Estimated Annual
Material Description quantity Pick-Ups
Per Year
3
Corrugated Cardboard 100 Tons 8
Baled Plastics Option #1 18 Tons 8
Baled Plastics Option #2 18 Tons 8
Papel" 195 Tons 52
Aluminum 5 Tons 4
Glass 25 Tons 24
Deepwood Tin/Steel Option #1 50 Tons 24
Deepwood Tin/Steel Option #2 25 Tons 24
Deepwood Tin/Steel Option #3 25 Tons 24
Waterline Maintenance Steel 50 Tons 2
Lead/Acid Batteries 9 Tons 24
Tires 5 Tons 12
Brass 24 Tons 24
Copper 1 Ton 2
7of11
SOLICITATION NUMBER ?'
12-021
SPECIFICATION NUMBER
11-998-15 •11-998-47.11-998-68 -11-998-75.11-998-85
DATED:FEBRUARY 2012
s
e
5. FREQUENCY AND SCHEDULING: The City currently utilizes the above outlined pick-up schedule. Pick-ups are
currently initiated by the City via telephone call or e-mail to the vendor. Pick-ups currently take place no later than
48 hours from date of City's pick-up request. Respondent shall like service level and provide pick-up no later than
48 hours from notification of pick-up request from City unless otherwise specified in the Agreement. s
5.1 Brass is currently dropped off by City at the current vendor's location in order to obtain an immediate weight E
and value manifest. If Brass container is proposed with pick-up schedule, vendor must be able to provide
accurate weight and value on-site at the time of pick-up. If this is not possible, Respondent's location shall
be within 60 miles of the City of Round Rock.
t
6. SUCCESSFUL RESPONDENT RESPONSIBILITIES: The successful Respondent shall be responsible for: e
6.1. Adherence and conformance with all Governmental Regulatory Agencies relating to collection,transportation
and disposal of items to include, but not limited to:
The United States Environmental Protection Agency's Hazardous Materials Transportation Act(if proposing
solution for battery or tin line items):
http://www.epa.gov/oem/content/lawsregs/hmta ver.htm#provisions
The United States Department of Labor Occupational Health and Safety Administration (OSHA):
http://www.osha.gov/SLTC/trucking industry/transportinahazardousmaterials.html
7.2. Providing_proof of the firm's current Commercial Driver's License(CDL)with Hazardous Materials
Endorsement from the Texas Department of Public Safety.
http://www.txdps.st tetx us/driverlicense/hme.htm
6.2. Coordinating with the City's representatives to establish pickup schedules and discuss any specific details
pertaining to pick-ups.
6.3. Collecting all items completely with each visit.
6.4. Providing City's representatives with itemized Manifest Tickets at the time of pick-up indicating quantities of
items collected from the site.
6.4.1. City representatives for each site shall be identified at the Post Award Meeting.
6. DAMAGE: The successful Respondent shall be responsible for damage to the City's equipment, property and 3
environment,the workplace and its contents by its work, negligence in work, its personnel and equipment.
7. INVOICING AND PAYMENTS: Unless otherwise specified in the Agreement,all invoices,payments and a copy of
the coordinating Manifest Ticket shall be furnished to the City as separate documents.
7.1 Contractor shall submit one original and one copy of each to the following address:
City of Round Rock
ATTN: Contract Management
221 E. Main Street
Round Rock,Texas 78664
7.2 All payments made to City shall be made within 15 days of each pick-up and shall be made payable to City of
Round Rock and sent with accompany corresponding statements to the above address.
7.3 Contractor shall make clear and definite separation of payable amounts from receivable amounts for
accounting purposes.
8. PREVIOUS AWARD: The previously awarded bid tabulation for the collection and sale of paper by Abitibi Bowater
is herein made a part of this solicitation for informational purposes as ATTACHMENT B.
7. SOLICITATION SUBMISSION REQUIREMENTS:To achieve a uniform review process and obtain the maximum
degree of comparability,the responses shall be organized in the manner specified below. Responses shall not
exceed twenty(20) pages in length (excluding title pages(s)and index/table of contents, attachments or dividers).
Information in excess of those pages allowed will not be evaluated. One page shall be interpreted as one side of a
double-spaced, printed, 81/2"X 11"sheet of paper. It is recommended that responses not be submitted in ringed
binders or metal spirals to conserve cost for both the Respondent and the City.
8of11
1
SOLICITATION NUMBER
12-021
SPECIFICATION NUMBER
11-998-15 •11-998-47.11-998-68 •11-998-75.11-998-85
DATED:FEBRUARY 2012 k
i
The Respondent shall submit one(1)original signed paper copy and one (3) copies, clearly identified as a"COPY"
of its response. e
r
In addition,the Respondent shall submit one (1) CD or USB drive, each containing a complete copy of r
Respondent's submission in an acceptable electronic format(PDF, RTF,TXT, DOC,XLS). A complete copy of the
response includes all documents required by this Solicitation. The CD shall be titled:"SOLICITATION NUMBER-
Complete copy of(Name of Respondent]'s submission."
If supplemental materials are included with the Response, each CD must include such supplemental materials. The
response and accompanying documentation are the property of the City and will not be returned.
7.1. Title Page(1 page)—Show the solicitation title and number,the name of your firm, address,telephone
number(s) name of contact person and date. +
TAB#1 7.2• Letter of Transmittal (1 page)—Identify the services for which solicitation has been prepared.
7.2.1. Briefly state your firms understanding for the services to be performed and make a positive {
commitment to provide the services as specified.
7.2.2. Provide the name(s) of the person(s) authorized to make representations for your firm,their titles,
address,telephone numbers and e-mail address.
7.2.3. The letter of each solicitation shall be signed in permanent ink by a corporate officer or other
individual who has the authority-to bind the firm. The name and title of the individuals(s)signing the
solicitation shall be clearly shown immediately below the signature.
=TAB#27.3. Table of Contents(1 page)—Clearly identify the materials by Tab and Page Number.
TAB#3 7.4. Previous Performance/Experience—Provide detailed information on firm with providing services as described
in the Scope of Work.
7.4.1. Provide the name, address,telephone number and e-mail of at least three(3) entities applicable to
Municipal and/or Government projects that have utilized similar service for at least(two)2 years.
Include a brief overview of each project with, at a minimum,a short description of the services
provided, including costs and methodology used for projects.
7.4.2. Attachment A: Reference Sheet.
TAB#4 7.5. Available Resources and Consultant Location—Provide information on location, size, resources and business
history of the firm to include date founded.
TAB#5 7.6. Timeline—Respondent shall provide a detailed pick-up schedule as per the specifications contained herein.
Schedule shall include timeline for new container placement, detail on proposed container type and size, and
pick-up schedule for each material category and site location.
TAB#6 7.7. Proiect Design—Respondent shall provide a recommended site layout for proposed containers and a
coordinating pick-up schedule for the City's estimated volume.
TAB#7 7.7.1. Respondent shall note"Not Applicable"for any item they cannot provide service for that is
therefore not included in their response.
7.8. Purchase Price and Cost Proposal—Respondent shall include a purchase price for each material category
and a cost proposal to provide services as described herein.
7.8.1. If available for each item category, Respondent shall propose a price index for each material category
to accommodate price increases and decreases.
TAB#8
7.9. Subcontractor Identification—Identification of any subcontractors to be used in the performance of Services.
TAB#9 7.10. Licensure—Proof-of required licensure as specified herein.
9of11
SOLICITATION NUMBER
12-021
SPECIFICATION NUMBER
11-99815 •11-998-47.11-998-68 •11-998-75.11-998-85 3
DATED:JANUARY 2012
5:
SOLICITATION INSTRUCTIONS
ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF SOLICITATION
ANY EXCEPTIONS THERETO MUST BE IN WRITING
4
1. SOLICITATION REQUIREMENTS:
1.1 Responding requires pricing per unit shown and extensions. If trade discount is shown on solicitation, it should be deducted and net line extensions shown. t
Respondents guarantees product offered will meet or exceed specifications identified in this Request for Proposal(RFP). It
1.2 Responses shall be submitted in accordance with the solicitation. Each response shall be placed in a separate envelope completely and properly identified. Responses
f
must be in the Purchasing Department before the hour and date specified on the solicitation.
1.3 Late responses properly identilied will be returned to respondent unopened. Late responses will not be considered. t
1.4 Respond F.O.B.destination,freight,prepaid,&allowed unless otherwise specified on the solicitation. If otherwise,show exact cost to deliver. k
1.5 Response shall show unit price on quantity and unit of measure specified,extension and show total. In case of errors in extension,unit prices shall govern. Responses
subject to unlimited price increase will not be considered.
1.6 Submitted prices shall be firm for acceptance 30 days from solicitation opening date. "Discount from List'responses are not acceptance unless requested. Cash
discount will not be considered in determining the low response. All cash discounts offered will be taken if earned.
1.7 Responses shall give Tax Identification Number,full name and address of respondent. Failure to sign will disqualify response. Person signing response shall show title
and authority to bind signatories firm in an agreement Firm name should appear on each page in the block provided in the upper right comer. Business Entity shall be
one(1)of the following:Individual,Partnership,Sole Proprietorship,Estate/frust,Corporation,Governmental.Non-profit,all others shall be specked. INDIVIDUAL:List
name and number as shown on Social Security Card. SOLE PROPRIETORSHIP:List legal name followed by legal business name and Social Security Number. ALL I'
OTHERS:List legal name of entity and Tax Identification Number(TIN).
1.8 Responses cannot be altered or amended after opening time. Any Alterations made before opening time shall be initialed by respondent or an authorized agent No
response can be withdrawn after opening time without approval of the CITY based on a written acceptable reason.
1.9 The City is exempt from State Sales Tax and Federal Excise Tax Do not include tax in response.
1.10 The City reserves the right to accept or reject all or any part of response,waive minor technicalities and award the response to best serve the interests of the City.Split
awards may be made at the sole discretion of the City.
1.11 Consistent and continued tie responses could cause rejection of responses by the City and/or investigation for antitrust violations.
1.12 Telephone,facsimile,and electronically transmitted responses are not acceptable in response to the solicitation.
1.13 CAUTION:Solicitation invitation allows sufficient time for receipt of the preferred mail response. The City shall not be responsible for responses received late,illegible,
Incomplete,or otherwise non-responsive.
2. SPECIFICATION:
2.1 Any catalog, brand name or manufacturer's reference used in the solicitation is descriptive only(not restrictive),and is used to indicate type and quality desired.
Responses on brands of like nature and quality will be considered unless advertised under the provisions of Section 252.022 of the Texas Local Government Code. If €
other than brand(s)specified is offered,illustrations and complete descriptions of product offered are requested to be made a part of the response. If respondent takes
no exceptions to specifications or reference data in response,respondent will be required to furnish brand names,numbers,eta,as specified in the solicitation.
2.2 All items on the solicitation shall be new,in first class condition,including containers suitable for shipment and storage,unless otherwise indicated in the solicitation.
Verbal agreements to the contrary will not be recognized.
2.3 Samples,when requested,must be fumished free of expense to the City. If not destroyed in examination,they will be returned to the respondent,on request,at
respondent expense. Each example should be marked with respondents'name and address,City solicitation number and code. Do not enclose in or attach to response.
2.4 The City will not be bound by any oral statement or representation contrary to the written specifications of the solicitation.
2.5 Manufacturer's standard warranty shall apply unless otherwise stated in the solicitation.
3. TIE RESPONSES: In case of tie responses,the award will be made to accordance with Section 271.901 of the Texas Local Government Code.
4. DELIVERY.
4.1 Response shall show number of days required to place material in City's designated location under normal conditions. Failure to state deliver time obligates respondent
to complete delivery in fourteen(14)calendar days. Unrealistically short or long delivery promises may cause response to be disregarded. Consistent failure to meet
delivery promises without valid reason may cause removal from Vendor list.(See 4.2 following.)
4.2 if delay is foreseen,Vendor shall give written notice to the City. The City has the right to extend delivery dale if reasons appear valid. Vendor shall keep the City advised
at all times of status of order. Default in promised delivery(without acceptable reasons)or failure to meet specifications,authorizes the City to purchase supplies
elsewhere and charge full increase,if any,in cost and handling to defaulting Vendor.
4.3 No substitutions or cancellations permitted without written approval of the City.
4.4 Delivery shall be made during normal working hours only,unless prior approval for late delivery has been obtained from the City,unless otherwise specified in the
solicitation.
5. INSPECTION AND TESTS: All goods will be subject to inspection and test by the City to the extent practicable at all times and places. Authorized City personnel shall have
access to any supplier's place of business for the purpose of inspecting merchandise. Tests may be performed on samples submitted with the response or on samples taken
from regular shipments. If the products tested fail to meet or exceed all conditions and requirements of the specifications,the cost of the sample used and the cost of the
testing shall be borne by the supplier. Goods,which have been delivered and rejected in whole or in part,may,at the City's option,be returned to the Vendor or held for
disposition at Vendor's risk and expense. Latent defects may result in revocation of acceptance.
6. AWARD OF AGREEMENT, A response to a solicitation is an offer to contract with the City based upon the terms,conditions,and specifications contained in the solicitation.
Responses do not become agreements or purchase orders unless and until they are accepted by the City through its designates and an.agreement or a purchase order is
issued. The agreement or purchase order shall be governed,construed,and interpreted under the Charter of the City and the laws of State of Texas. All agreements or
purchase orders are subject to the approval of the City Council or Manager.
7. PAYMENT:Vendor shall submit three(3)copies of an invoice showing the agreement or purchase order number on all copies.
8. PATENTS AND COPYRIGHTS: The Respondent agrees to protect the City from claims involving infringements of patents or copyrights.
9. RESPONDENT ASSIGNMENTS: Respondent hereby'assigns to the purchaser any and ail claims for overcharges associated with this agreement,which arise under the
antitrust laws of the State of Texas.TX,Bus.And Comm.Code Ann.Sec.15.01,et seq.(1967).
10. RESPONDENT AFFIRMATION:
10.1 Signing the response with a false statement is a material breach of agreement and shall void the submitted response or any resulting agreements,and the Respondent
shall be removed from all Vendor lists. By signature hereon affixed,the respondent hereby certifies that
10.2 The respondent has not given,offered to give,nor intends to give any time hereafter any economic opportunity,future employment,gift,loan,gratuity,special discounk
Up,favor,or service to a public servant in connection with the submitted response.
10.3 The respondent is not currently delinquent in the payment of any debt owed the City.
10.4 Neither the respondent nor the firm,corporation,partnership,or any entity represented by the respondent,or anyone acting for such firm,corporation,or entity has
violated the antitrust laws of this State codified in Section 15.01 at.Seq.Texas Business and Commercial Code,or the Federal Antitrust Laws,nor communicated directly
or indirectly the response made to any competitor,or any other person engaged in such line of business.
10.5 The respondent has not received compensation for participation in the preparation of the specification for the solicitation.
11. NOTE TO RESPONDENTS: Any terms and conditions attached to response will not be considered unless the respondent specifically references them on the front of the
response form. WARNING:Such terms and conditions may result in disqualification of the response(e.g.responses with the laws of a state other than Texas requirements for
prepayment,Limitations on remedies,etc.) The City of Round Rock can only accept responses which contain all the terms and conditions of its formal solicitation;in particular,
all respondents'affirmations and certifications must be included. Submission of responses on fortes other than City's form may result in disqualification of your response.
12. INQUIRIES: Inquiries pertaining to Solicitation invitations must give Solicitation number,codes,and opening date.
10 of 11
Y
7yy.
2.
SOLICITATION NUMBER
12-021
SPECIFICATION NUMBER
11-998-15 •11-998-47.11-998-68 •11-998-75.11-998-85
DATED:JANUARY 2012 ,
' t
ATTACHMENT A
REFERENCE SHEET f'
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE k'
SOLICITATION NUMBER:
RESPONDENT'S NAME: DATE:
fi
Provide the name,address, telephone number and point of contact of at least three(3)firms applicable to Municipal
and/or Government projects that have utilized similar service for at least two(2)years. City of Round Rock references are
not applicable. References may be checked prior to award. Any negative responses received may result in
disqualification of solicitation.
1. Company's Name:
Name of Contact:
Title of Contact:
E-Mail Address:
Present Address:
City, State, Zip Code:
Telephone Number: ( ) Fax Number: ( )
2. Company's Name:
Name of Contact:
Title of Contact:
E-Mail Address:
P
Present Address:
City, State, Zip Code:
Telephone Number: ( ) Fax Number: ( )
3. Company's Name:
Name of Contact:
Title of Contact:
E-Mail Address:
Present Address:
City, State, Zip Code:
Telephone Number: ( ) Fax Number: ( )
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD.
11 of 11
Commercial coutain.n pa�ie��aa;;�l�?�rw { TP } —
BMLINIGIR VM!TF I?A NIIIw flt T INFO 1tIY1fi'€ION s+ D; n �•••_•^�
LlstamerName ne j</W�^tNT/COLLECsTIONS,
Service London Nona Tax Id f:
f
+ o u��-.r �CJcic \' ch�`•ry �,er,{r \'.n e,���r
CI
Customer anr G Address rvite Locaifan 1'h icai Address
Atuntion(Title afRemitranWContael Person acspttsosar Group) COUNTY
RCODE
`� strcel
oZIVL� ( \ZeZ ^.J� \JC .VC
City.State,Zp
City,Swte ZtpLk
�`` r V L
� G.,n� •�$\ v�-� T_`4„ ��� It lG�l 7
Customer IMI Contact Person Service Location Contact Person
NaAte
Name
CD
}� Tal.
z ax TcL Y\C
wi ) aY -JSS`i (SIJ- - F
email Address (a 2:>_ }x\s'
CONTAINER SIZE Coutaincr Info Pt 'UP
SCISeniee Commencement Contract signarerSmrt Drte
LEDULE Container Date( In hotel NContrnet Ends
Qa,n�L•Y/ T7Pr r:w�c�.aea n<m�a f
9 I .9•//y�/ � ,e\t' G.iv�r
CO\I\tODrn'CODE INDICATOR REGION INDICATOR ADesksid,w. I SOFSLIht SLIlIJ1A[LiD aOFCARTS
HIGHILO
N g $fir HIGH SID ,,11 rl�ls TYPE
fiXEDS I'GR dtt�T. \tlCl'.L�7DICATOR V U LJ
FLOORS I CEILINGS TO\REDATE INDICATOR% LESSS Sales itepreseatative Name Sales Rep reseuta tive ID
Karen GoIdmnn 78801353
w 7 T aV
Fuel Y saseha e
F�t(6r a7 eTyyom) ry 0 Ifaul Cosls(Clrelet) Bun Pleku FcAln special Instruction:
PerPickuptu 1.fotd6p �i ,I I
S S �SI Am;-] REYi-s7—' :cAm;-]l t1'1 1' N S
FOR OFFICE USE NLY
LAMUD AT CENIER BY(Name)
J
l
1
i'
ROUNDROCK,TEXAS City Council Agenda Summary Sheet
PURPOSE.PASSION.PROSPERITY.
Agenda Item No. G7.
Consider a resolution authorizing the Mayor to execute an Agreement for Collection of
Agenda Caption: Recyclables with BFI Waste Services of Texas, LP dba ACCO Waste Paper of Austin.
Meeting Date: October 11, 2012
Department: Utilities and Environmental Services
Staff Person making presentation: Michael Thane
Utilities Director
X
Item Summary:
Each year, the City's Deepwood Recycling Center collects several tons of various recyclable materials. These
materials give the City an opportunity to generate profits by bidding out collections of specific products. Currently, s
the City has an agreement with Central Texas Refuse, Inc. (also known as Round Rock Refuse) and BFI Waste Services
of Texas, L.P. to haul off tin/steel and bailed plastics. On March 20, 2012, the City went out to bid on the collection
of these recyclable products in order to obtain the highest revenue for the City.
Four companies submitted bids for both the collection of Tin/Steel and Polyethylene terephthalate (PET)
plastics/High-density polyethylene (HDPE) plastics; both items are being recommended for award to BFI Waste
Services of Texas, L.P.. This contract is a three-year agreement, with the ability for renewal for an additional two
years, that allows tin/steel/mixed metal and certain plastics to be collected, transported, recycled, and/or disposed
of.Specifications in the contract include:
(All materials will be picked up at the City's Deepwood Recycling Center)
Tin/Steel/Mixed Metal:
-Current Market Value is$210 per ton;fixed haul rate is$250 per haul
PET plastics:
-Current Market Value is$100 per ton; no fixed haul rate for 30-bale minimum pick-up
HDPE plastics:
-Current Market Value is$150 per ton;fixed haul rate is$220 per haul
Cost: Revenue dependent on market
Recommended Action: Approval
EXECUTED
ORIGINAL
DOCUMENT
FOLLOW
3:
CITY OF ROUND ROCK AGREEMENT
FOR COLLECTION OF RECYCLABLES WITH
BFI WASTE SERVICES OF TEXAS, LP
dba ACCO WASTE PAPER OF AUSTIN
THE STATE OF TEXAS §
§ r
CITY OF ROUND ROCK § KNOW ALL BY THESE PRESENTS:
COUNTY OF WILLIAMSON §
COUNTY OF TRAVIS §
That this Agreement for collection of certain recyclables, (referred to herein as the
"Agreement") is made and entered into on this the11'� day of the month of "6elZ- ,
2012, by and between the City of Round Rock, Texas, a home-rule municipality whose offices
are located at 221 East Main Street, Round Rock, Texas 78664 (referred to herein as the "City"),
and BFI Waste Services of Texas, LP dba ACCO Waste Paper of Austin, a Texas limited
partnership whose address is 10420 Metric Boulevard, Austin, Texas (referred to herein as
"Vendor" or "ACCO''). This Agreement supersedes and replaces any previous agreement
i
between the named parties, whether oral or written, and whether or not established by custom
and practice.
RECITALS:
WHEREAS, City desires to have certain recyclable products collected, transported,
recycled, and/or disposed of, such recyclable products specifically being tin/steel/mixed metal
from City's Deepwood Recycling Center and certain plastics from City's Deepwood Recycling
Center; and
WHEREAS, City has issued Solicitation Number 12-021, Specification Numbers I1-
998-15, 11-998-47, 11-998-68, 11-998-751 11-998-85 dated February 2012, to have such
recyclable products collected, transported, recycled, and/or disposed of, and City has selected the
offer to provide such services submitted by ACCO; and
WHEREAS, ACCO agrees to provide such services for City on a contractual basis; and
WHEREAS, the parties desire to enter into this Agreement to set forth in writing their
respective rights, duties, and obligations;
NOW,THEREFORE, WITNESSETH:
That for and in consideration of the mutual promises contained herein, the parties
mutually agree as follows:
255645/jk=
C��-
i
1.01 DEFINITIONS
A. Agreement means the mutually binding legal contract between City and ACCO
whereby ACCO is obligated to provide specified services and perform specified obligations, and
City is obligated to perform specified obligations. The Agreement includes the following: (a)
City's Solicitation Number 12-021, Specification Numbers 11-998-15, 11-998-47, 11-998-68.
1 ]-998-75, 11-998-85 dated February 2012; (b) ACCO's Response dated March 6, 2012; (c) the
contract award; and (d) any exhibits, addenda, and/or amendments thereto, all attached as Exhibit
"A" and incorporated herein by reference for all purposes. Any inconsistencies or conflicts in
the contract documents shall be resolved by giving preference in the following order:
(1) This Agreement;
(2) ACCO's Response dated March 6, 2012;
(3) City's Invitation for Bids, exhibits, and attachments.
B. City means the City of Round Rock, located in Williamson and Travis Counties,
Texas.
C. Effective Date means the date upon which the binding signatures of both parties
to this Agreement are affixed.
D. Force Majeure means acts of God, strikes, lockouts, or other industrial
disturbances, acts of the public enemy, orders of any kind from the government of the United
States or the State of Texas or any civil or military authority, insurrections, riots, epidemics,
landslides, lightning, earthquakes, fires, hurricanes, storms, floods, restraint of the government
and the people, civil disturbances, explosions, or other causes not reasonably within the control
of the party claiming such inability.
E. Vendor or ACCO means BFI Waste Services of Texas, LP dba ACCO Waste
Paper of Austin, or any of either of their successors or assigns.
2.01 EFFECTIVE DATE, DURATION,AND TERM
A. This Agreement shall be effective on the date it has been signed by both parties
hereto, and shall remain in full force and effect unless and until it expires by operation of the
term stated herein, or until tenninated or extended as provided herein.
B. The initial tenn of this Agreement is for three (3) consecutive twelve (12) month
periods from the effective date hereof. Thereafter, this Agreement may be renewed for two (2)
additional periods not to exceed twelve (12) months for each renewal, only upon the express
written agreement of both parties and only provided Vendor has performed each and every
contractual obligation specified in this Agreement.
2
C. City reserves the right to review the relationship at any time, and may elect to
terminate this Agreement with or without cause or may elect to continue.
3.01 COLLECTION REQUIREMENTS; REBATES; ESTIMATED QUANTITIES
Any quantities stated in this section represent the best estimate of City's needs. City
requires Vendor to provide services for collection, transport, recycling, and/or disposal of the
designated recyclables in accordance with Exhibit "A" and as follows:
A. Tin/Steel/Mixed Metal (identified in City's IFB as 3.6.1 Option #1 Scrap metal
with non-freon appliances) from City's Deepwood Recycling Center shall be
picked up by Vendor on an on-call basis within forty-eight (48) hours following
notification by City. As there is no index for this commodity, Vendor shall pay
City current market price, which on the date of Vendor's bid was $210.00 per ton.
City shall pay a fixed haul rate of $250.00 per haul. City shall not pay any
monthly rental fees. Mixed metal shall be picked up by Vendor in thirty (30) yard
roll-off containers from the Deepwood Recycling Center, 310 Deepwood Drive,
Round Rock, Texas 78664. Estimated quantities are 50 tons annually. City shall
incur no disposal charge for same.
B. Plastics (identified in City's IFB as 3.2.2.1 Option #2 - #1 polyethylene
terephthalate (PET) alone, from City's Deepwood Recycling Center shall be
picked up by Vendor on an on-call basis within forty-eight (48) hours following
notification by City. As there is no index for this commodity, Vendor shall pay
City current market price, which on the date of Vendor's bid was $100.00 per ton.
City shall not pay any haul rate for a pick-up of a minimum of thirty (30) bales,
and shall not pay any monthly rental fees. Plastics shall be picked up by Vendor
in bales sized 6000x42-46" from the Deepwood Recycling Center, 310
Deepwood Drive, Round Rock, Texas 78664. City shall incur no disposal charge
for same.
C. Plastics (identified in City's IFB as 3.2.3.1 Option #2 - #2 high density
polyethylene (HDPE) alone) from City's Deepwood Recycling Center shall be
picked up by Vendor on an on-call basis within forty-eight (48) hours following
notification by City. As there is no index for this commodity, Vendor shall pay
City current market price, which on the date of Vendor's bid was $150.00 per ton.
City shall pay a fixed haul rate of $220.00 per haul. City shall not pay any
monthly rental fees. Plastics shall be picked up by Vendor in forty (40) yard open
top roll-off containers (said 40-yard containers being provided by Vendor) for
small bales sized 3000x26" frorn the Deepwood Recycling Center, 310
Deepwood Drive, Round Rock, Texas 78664. City shall incur no disposal charge
for same.
City and Vendor agree that there shall be no additional fees whatsoever charged to City
or passed along to City or passed through to City.
t
i
i
The take-point for the designated recyclable products shall be as follows: Deepwood
Recycling Center, 310 Deepwood Drive, Round Rock, Texas 78664.
f
4.01 VENDOR' S OBLIGATION TO PROVIDE SERVICES
As a continuing obligation, Vendor agrees to collect, transport, recycle, and/or dispose of
the designated recyclable products from City in the estimated amounts, from the specified
location, at the specified intervals, and to remit to City agreed payment and/or rebate amounts.
In the event Vendor does not collect, transport, recycle, and/or dispose of the agreed 3
quantities of recyclable products, then City may contract for such services elsewhere, and
Vendor may be charged the difference, if any.
5.01 VENDOR'S CONTRACTUAL RESPONSIBILITIES
A. Vendor agrees to perform all of its contractual responsibilities and obligations in {
accordance with standards of the industry. Vendor shall use best efforts to supervise and direct
its agents or employees competently, efficiently, and safely. Vendor shall adhere and conform to
all legal responsibilities related to such collection, transportation and disposal of the recyclable
products the subject of this Agreement.
B. Vendor agrees to furnish and assume full responsibility for all services, facilities,
equipment, materials and incidentals necessary for the proper collection, transport, removal,
recycling, and/or disposal of the designated recyclable products the subject of this Agreement.
C. Vendor agrees to obtain all permits and licenses, if any, and pay all fees necessary
for the proper handling and removal of the designated recyclable products the subject of this
Agreement.
D. Vendor hereby affirms and confirms that it has the capability of properly and
lawfully handling, removing, and disposing of the designated recyclable products the subject of
this Agreement.
E. Vendor agrees to coordinate with City's representative listed herein in Section
6.01 to establish pick-up schedules and to discuss and receive approval of any proposed changes.
F. Vendor agrees to schedule pick-up of the designated recyclable products at a
minimum of the times specified and upon request by City.
G. Vendor agrees to provide City's representative with itemized and accurate
documentation, in forms acceptable to City, indicating actual weight of materials collected;
pickup route sheets; weight information input into Vendor's system; monthly reports that capture
such information as pickup dates and weight collected for each pickup; and annual tonnage
reports that capture total volume of material recycled for the calendar year, and approximate
weights recovered by type of commodity.
4
F
1
H. Vendor agrees to pick-up schedules that occur during City's regular business
hours. Vendor shall utilize its own equipment and personnel, and both parties agree that no City
z
equipment or forces shall be used.
6.01 CITY'S DESIGNATED REPRESENTATIVE
City hereby designates the following representative authorized to act in its behalf with
regard to this Agreement:
Tracy L. Herring
City of Round Rock, Environmental Services Division
2008 Enterprise Drive
Round Rock, Texas 78664
Telephone: (512) 218-5559
Fax Number: (512) 341-3316
tracyh a,roundrocktexas.gov
7.01 RATES AND PAYMENT; PRICE ADJUSTMENTS
During the term of this Agreement and any renewals, Vendor agrees to pay City for
specified recyclable products taken at the following rates: in accordance with Section 3.01
herein.
Vendor shall render a separate invoice to City for any hauls made by Vendor, submitting
one original and one copy of each statement on a monthly basis to City's representative. Same
shall match all records provided to City's representative under Section 5.01(G). City shall pay
such invoices to Vendor in accordance with the Texas Prompt Payment Act.
Vendor shall have the absolute obligation to pay City for any and all recyclables hauled
hereunder, in accordance with this Agreement and/or any statements received from City. All
payments by Vendor to City shall be made payable to the City of Round Rock, Texas, shall be
tendered to City's representative designated in Section 6.01, and shall accompany corresponding
statements from City and/or City's representative.
Pricing adjustments during the term of this Agreement, if any, shall be in accordance with
Part 1, Item 9 of City's Request for Proposal under Solicitation Number 12-021, Specification
Numbers 11-998-15, 11-998-47, 11-998-68, 11-998-75, 11-998-85 dated February 2012.
8.01 VENDOR'S OBLIGATION TO TAKE
Vendor is obligated to take the estimated amounts specified in this Agreement, per
twelve-month period. Vendor shall be obligated to pay City based upon such contractual
amount.
5
Vendor agrees that City may pursue any remedy available to it at law or in equity,
including but not limited to specific performance of this Agreement and/or any action to recover
an amount of damages equal to such contractual amount.
9.01 CITY'S OPTION TO CONTRACT WITH OTHERS
Should Vendor fail in its obligations to take the contractual amounts of delineated
recyclable products, then and in that event City reserves its option to contract with other sources.
Vendor expressly agrees that, should City exercise its option to contract with other
sources and the amount received is at a lower rate, then and in that event City may charge
Vendor the difference in price. Such action on the part of City shall not be considered an
exclusive remedy, and shall not waive any other remedies available to City at law or in equity.
10.01 RIGHT TO ASSURANCE
Whenever either party to this Agreement, in good faith, has reason to question the other
party's intent to perform hereunder, then demand may be made to the other party for written
assurance of the intent to perform. In the event that no written assurance is given within the
reasonable time specified when demand is made, then and in that event the demanding party may
treat such failure as an anticipatory repudiation of this Agreement.
11.01 DEFAULT
Vendor shall be declared in default of this Agreement if it does any of the following:
A. Fails to make any payment in frill when due;
B. Fails to fully, timely and faithfully perform any of its material obligations under
this Agreement;
C. Fails to provide adequate assurance of performance under the "Right to
Assurance" section herein; or
D. Becomes insolvent or seeks relief under United States bankruptcy laws.
12.01 TERMINATION AND SUSPENSION
A. City has the right to terminate this Agreement, in whole or in part, for
convenience and without cause, at any time upon thirty (30) days' written notice to Vendor.
B. In the event of any default by Vendor, City has the right to terminate this
Agreement for cause, upon ten (10) days' written notice to Vendor.
6
C. Vendor has the right to terminate this Agreement for cause, that being in the event
of a material and substantial breach by City, or by mutual agreement to terminate evidenced in
writing by and between the parties.
F
D. Should Vendor fail to make any payment in frill when due, then, in addition to
any other rights and remedies available to City, City may immediately and without notice
suspend any further relationship with Vendor until the amount due has been paid in frill.
13.01 INDEMNIFICATION
Vendor shall defend (at the option of City), indemnify, and hold City, its successors,
assigns, officers, employees and elected officials harmless from and against all suits, actions,
legal proceedings, claims, demands, damages, costs, expenses, attorney's fees, and any and all
other costs or fees arising out of, or incident to, concerning or resulting from the fault of Vendor,
or Vendor's agents, employees or subcontractors, in the performance of Vendor's obligations
under this Agreement, no matter how, or to whom, such loss may occur. Nothing herein shall be
deemed to limit the rights of City or Vendor (including, but not limited to the right to seek
contribution) against any third party who may be liable for an indemnified claim.
`s
14.01 COMPLIANCE WITH LAWS, CHARTER AND ORDINANCES
Vendor, its agents, employees and subcontractors shall use best efforts to comply with all
applicable federal and state laws, the Charter and Ordinances of the City of Round Rock, as
amended, and with all applicable rules and regulations promulgated by local, state and national
boards, bureaus and agencies.
15.01 ASSIGNMENT AND DELEGATION
The parties each hereby bind themselves, their successors, assigns and legal
representatives to each other with respect to the terms hereof. Neither party shall assign, sublet
or transfer any interest in this Agreement without prior written authorization of the other party.
16.01 NOTICES
All notices and other communications in connection with this Agreement shall be in
writing and shall be considered given as follows:
A. When delivered personally to recipient's address as stated in this Agreement; or
B. Three (3) days after being deposited in the United States mail, with postage
prepaid to the recipient's address as stated in this Agreement.
7
S
L
Notice to Vendor:
ACCO Waste Paper of Austin
Matt Myers
10420 Metric Boulevard
Austin, TX
Notice to City:
Steve Norwood, City Manager Stephan L. Sheets, City Attorney
221 East Main Street AND TO: 309 East Main Street
Round Rock, TX 78664 Round Rock, TX 78664
Nothing contained herein shall be construed to restrict the transmission of routine
communications between representatives of City and Vendor.
17.01 APPLICABLE LAW; ENFORCEMENT AND VENUE
This Agreement shall be enforceable in Round Rock, Texas, and if legal action is
necessary by either party with respect to the enforcement of any or all of the terms or conditions
herein, exclusive venue for same shall lie in Williamson County, Texas. This Agreement shall be
governed by and construed in accordance with the laws and court decisions of the State of Texas.
18.01 EXCLUSIVE AGREEMENT
This document and all appended documents constitute the entire Agreement between City
and Vendor. This Agreement may only be amended or supplemented by mutual agreement of
the parties hereto in writing.
19.01 SUPPLEMENTAL AGREEMENTS
The terms of this Agreement may be modified by written Supplemental Agreement
hereto, duly authorized by City Council or City Manager action, if City determines that there has
been a significant change in (1) the scope, complexity, or character of the services to be
performed; or (2) the duration of the work. Any such Supplemental Agreement must be
executed by both parties within the period specified as the term of this Agreement. Vendor shall
not perform any work or incur any additional costs prior to the execution, by both parties, of
such Supplemental Agreement. Vendor shall make no claim for extra work done or materials
furnished unless and until there is full execution of any Supplemental Agreement, and City shall
not be responsible for actions by Vendor nor for any costs incurred by Vendor relating to
additional work not directly authorized by Supplemental Agreement.
20.01 DISPUTE RESOLUTION
City and Vendor hereby expressly agree that no claims or disputes between the parties
arising out of or relating to this Agreement or a breach thereof shall be decided by any arbitration
8
1
e
proceeding, including without limitation, any proceeding under the Federal Arbitration Act (9
USC Section 1-14) or any applicable state arbitration statute.
21.01 SEVERABILITY 1
x
The invalidity, illegality, or unenforceability of any provision of this Agreement or the
occurrence of any event rendering any portion or provision of this Agreement void shall in no
way affect the validity or enforceability of any other portion or provision of this Agreement. Any
void provision shall be deemed severed from this Agreement, and the balance of this Agreement
shall be construed and enforced as if this Agreement did not contain the particular portion or
provision held to be void. The parties further agree to amend this Agreement to replace any
stricken provision with a valid provision that comes as close as possible to the intent of the
stricken provision. The provisions of this section shall not prevent this entire Agreement from
being void should a provision which is of the essence of this Agreement be determined void.
22.01 INTERLOCAL COOPERATIVE CONTRACTING /PURCHASING
Authority for local governments to contract with one another to perform certain
governmental functions and services, including but not limited to purchasing functions, is
granted under Government Code, Title 7, Chapter 791, Interlocal Cooperation Contracts,
Subchapter B and Subchapter C, and .Local Government Code, Title 8, Chapter 271, Subchapter
F, Section 27 1.101 and Section 271.102.
4
Other governmental entities within the State of Texas may be extended the opportunity to
purchase off of the City of Round Rock's bid, with the consent and agreement of the successful
vendor(s) and Round Rock. Such agreement shall be conclusively inferred for the vendor from
lack of exception to this clause in the vendor's response. However, all parties hereby expressly
agree that the City of Round Rock is not an agent of, partner to, or representative of those outside
agencies or entities and that the City of Round Rock is not obligated or liable for any action or
debts that may arise out of such independently-negotiated "piggyback" procurements.
23.01 INDEPENDENT CONTRACTOR STATUS
Vendor is an independent contractor, not City's employee. Vendor's employees or
subcontractors are not City's employees. This Agreement does not create a partnership
relationship. Neither party has authority to enter into contracts as agent for the other party.
Vendor and City agree to the following rights consistent with an independent contractor
relationship:
A. Vendor has the right to perform services for others during the term of this
Agreement;
B. Vendor has the sole right to control and direct the means, manner and method by
which services required by this Agreement will be performed;
9
i
}
i
C. Vendor has the right to hire assistants as subcontractors, or to use employees to
provide the services required by this Agreement;
D. Vendor or its employees or subcontractors shall perform the services required
hereunder. City shall not hire, supervise, or pay any assistants to help Vendor;
E. Neither Vendor nor its employees or subcontractors shall receive any training
from City in the skills necessary to perform the services required by this
Agreement;
F. City shall not require Vendor or its employees or subcontractors to devote full
time to performing the services required by this Agreement; and
G. Neither Vendor nor its employees or subcontractors are eligible to participate in
any employee pension, health, vacation pay, sick pay, or other fringe benefit plan
of City.
24.01 INSURANCE
Vendor shall in all respects comply with the provisions delineated in Part 1, Item 3 of
City's Solicitation Number 12-021, Specification Numbers 11-998-15, 11-998-47, 11-998-68,
11-998-75, 11-998-85 dated February 2012, attached hereto as Exhibit "A."
25.01 MISCELLANEOUS PROVISIONS
Standard of Care. Vendor represents that it employs trained, experienced and
competent persons to perform all of the services, responsibilities and duties specified herein and
that such services, responsibilities and duties shall be performed in a manner according to
generally accepted industry practices and with all applicable laws.
Time is of the Essence. Vendor understands and agrees that time is of the essence and
that any failure of Vendor to fulfill obligations for each portion of this Agreement within the
agreed timeframes will constitute a material breach of this Agreement. Vendor shall be fully
responsible for its delays or for failures to use best efforts in accordance with the terns of this
Agreement. Where damage is caused to City due to Vendor's failure to perform in these
circumstances, City may pursue any remedy available without waiver of any of City's additional
legal rights or remedies.
Force Majeure. Neither City nor Vendor shall be deemed in violation of this Agreement
if it is prevented from performing any of its obligations hereunder by reasons for which it is not
responsible as defined herein. However, notice of such impediment or delay in performance must
be timely given, and all reasonable efforts undertaken to mitigate its effects.
10
`s
g
i
z
Waiver. No delay or omission by either party in exercising any right or power shall F
impair such right or power or be construed to be a waiver. A waiver by either party of any of the
covenants to be performed by the other or any breach thereof shall not be construed to be a
waiver of any succeeding breach or of any other covenant. No waiver of discharge shall be valid
unless in writing and signed by an authorized representative of the party against whom such
waiver or discharge is sought to be enforced.
Confidentiality. The parties recognize and understand that City is subject to the
Texas Public Information Act and its duties run in accordance therewith.
IN WITNESS WHEREOF, the parties have duly executed this Agreement.
i
CITY OF ROUND ROCK, TEXAS
By:
Printed Name: G
Title: 6t
Date Signed: 10-11-12-
FOR
0•I •I2.FOR CITY,ATTEST:
AAA
By:
Sara L. White, City Clerk s
R.
FOR CI Y, APPRVE AS TO
OFORM:
By:
Stephan eets, City Attorney
BFI WASTE SERVICES OF TEXAS, LP
dba AC O WASTE PAPER OF AUSTIN
By
Pr ted ame: Myo- S AX V C��.0
Title: PEc—IGLr J CL CONS U 177t- i
Date Signed:
11
s
r
f
F
B
E
e
E
REQUEST FOR PROPOSAL
RECYCLABLES COLLECTION AND PURCHASE
SOLICITATION NUMBER: 12-021
FROM BFI WASTE SERVICES OF TEXAS, LP
Dba: ACCO WASTE PAPER OF AUSTIN
EMPLOYER ID #: 86-1024527
CONTACT: MATT MYERS
10420 METRIC BLVD; AUSTIN, TEXAS s
PHONE: 385-7600 °
March 6, 2012
EXHIBIT
o "An
a
i
E
i
1
I
i
r
TO: City of Round Rock,
FROM: Matt Myers, ACCO Waste Paper of Austin
DATE: March 6, 2012
SUBJECT: Letter of Transmittal
I
This letter is to verify that ACCO Waste Paper of Austin is committed to providing I
i
quality recycling collection and processing service to the City of Round Rock d
Recycling Center located at 310 Deepwood Drive. ACCO Waste Paper of Austin,
a division of Republic Services, is the company that currently provides this bale
collection service. We currently operate our Material Recovery Facility at 10420
Metric Blvd in Austin. Republic Services currently operates 76 recycling facilities
in the United States and has a Materials Marketing team to ensure we have
outlets to ship your material during an up or down market.
I have been a Recycling Consultant with ACCO Waste Paper in Austin for over
20 years. I will be the person authorized to manage your account and make
representations for my firm. I have had the pleasure of working with Tracy
Herring and Kim Lutz since the early 1990's when the City of Round Rock
established this drop off center. My contact information is as follows: !
Email: mm ers re ublicservices.com
Office phone: 512-385-7600
Ce ne: 512-748- 25
ignature of Authorized ent
n
I�cC�cLrtilCoNSL)L-rPvN'� ;
a
Title
s
I
{
i
i
i
i
ALLIED WASTEA INDUSTRIES. INC. }
g�
i
1
t
1
TO: City of Round Rock I
FROM: Matt Myers,ACCO Waste Paper of Austin
DATE: March 6, 2012 °
SUBJECT: Previous Performance/Experience
1
The following are brief overview of the projects managed of the references we
provided.
Travis County
Since the early 1990's I worked closely with Charles Williams, Conservation
Coordinator with Travis County to establish and expand recycling collection
services at many Travis County locations. We originally collected office paper but
have now expanded the program to include Corrugated Cardboard, aluminum
and steel cans and plastic#1 (PET) and #2 (HDPE) bottles and containers.
We also provided a baler for recycling Corrugated Cardboard and Mixed Paper at
the Travis County Del Valle Correctional Facility located at 3614 Bill Price Road.
Charles Williams retired in 2011 and I am currently working with Keith Coburn to
expand the program at Del Valle Correction to include cans and plastic
containers.
City of Austin Bergstrom International Airport
I worked with Kane Carpenter to expand their recycling program from Corrugated
Cardboard to a program that allows them to commingle cardboard, mixed office
paper, aluminum and steel cans, plastics #1-7 and glass bottles and jars.
University of Texas
I worked with Rick Early to expand their recycling program at student dormitories
to a commercial single stream collection similar to the City of Austin Bergstrom
International Airport.
I worked with Merrick Mycue at UT Intercollegiate Athletics to include single
stream recycling at UT home football and baseball games including the tailgate
areas. We also collect baled cardboard from the football stadium.
5
S
TIMELINE AND PROJECT DESIGN FOR PICKUPS AT DEEPWOOD
RECYCLING CENTER
Baled Cardboard and Plastic
We will collect bales of Corrugated Cardboard, #1 (PET) bottles (Option 3.2.2) or
commingled #1-7 plastics (Option 3.2.1) on an "on call" basis with our tractor
trailer which is equipped with a forklift. We will pick up a minimum of 30 bales
that are 60" x 30" x 42-46" in dimension. Call 385-7600 to schedule a pickup.
Pick ups will be made within 48 hours of receiving a call. If a call is received on
Friday, the pickup will occur on the following Monday or Tuesday.
Our driver, after loading bales, will leave a signed receipt of the number and type
of bales collected.
s
Roll Offs for Small Bales of Plastic
i
We can provide two (2) 40 yard open top roll off for each item of small bales
3
(30"x30"x26") (items 3.2.3.1 and 3.2.4.1). One roll off would be designated for the
small bales of mixed HDPE #2 Natural and Pigmented. The other unit would be
for the small bales of#3-7 rigid plastic containers.
These units could be delivered within two weeks of contract reward.
We will swap out each roll off on an "on call" basis. Call 247-5647 to schedule a
pickup. Once a pickup request is received, the haul will occur within one to two
business days.
Roll Offs for Aluminum Cans and Mixed Metal
We can provide one (1), 30 yard open top roll off for aluminum cans (Item 3.4)
and one (1), 30 yard open top roll off for Scrap Metal including Freon and Non-
Freon Appliances (Item 3.6.2). All Freon must be evacuated from the Freon
appliances.
These units could be delivered within two weeks of contract reward.
We will swap out each roll off on an "on call" basis. Call 247-5647 to schedule a
pickup. Once a pickup request is received, the haul will occur within one to two
business days.
' f
t
't
Front load Containers for Mixed Paper
f
We can provide six (6) green, eight cubic yard front-end load containers for the
placement of Mixed Paper including office paper, newspaper, magazines, i
catalogs, junk mail, phone books and boxboard (food and beverage boxes). We
will deliver these containers within two weeks of contract reward. These
containers can be placed in a row or in various places of the recycling center.
We will empty these containers on a once a week basis. Special pickup requests
can be scheduled by calling 247-5647.
g
ppa
E
b
t
3
j
S
Y
f
9
I
r
i
4
x
PURCHASE PRICE AND COST PROPOSAL
a
Baled Cardboard and Plastics Collected on Truck and Trailer
If we pick up a minimum of 30 bales of a combination of cardboard and plastic
that are 60" x 30" x 30" in dimension, there will be no charge for pickup. i
Baled O.C.C. (Old Corruqated Containers): consists of corrugated containers
having liners of either test liner, jute or'kraft. Bales must be free of any waxed
cardboard, glass, metal, wood, glass or Styrofoam. Five percent of the bale can I
consist of cores, carrier stock (food or beverage boxes) or molded containers
(egg cartons). Bales that are excessively wet are subject to a 5-10% moisture I
deduction.
{
We will pay you $55.00 less than the high price per ton listed for O.C.C. (11)
listed in Southwest Market of the Official Board Market (OBM) Yellow Sheet. The
March high price per ton is $130.00; therefore, your March rate would be $75.00
per ton. I have attached a copy of this index.
3
4
Baled PET#1 bottles: consists of transparent or see through #1 PET beverage
containers or bottles. PET bottles may be clear or tinted green or brown. For
I
example, bottles that contain: water, soda, cooking oils, mouthwash, and alcohol.
Enclosures or caps do not need to be removed. j
t
We can currently pay $100.00 per ton for baled PET bottles. We will not correlate
this price to any index; however, the price may change on a monthly basis due to
fluctuations in our selling price for PET.
Plastics Collected in Roll Off Containers
Baled #2 HDPE bottles: (Option 3.2.3) consists of milk and water jugs and
pigmented or solid-colored HDPE bottles such as detergent, fabric softener,
lotion and shampoo bottles.
We will charge $220.00 to swap out the 40.yard open roll off for this material.
There will not be any monthly rental for this unit.
We can currently pay $150.00 per ton for the baled HDPE bottles. We will not
correlate this price to any index; however, this credit may change on a monthly
basis due to market fluctuation.
Baled Plastics-#1-7: (Option 3.2.1.) consists of rigid plastics, bottles and
containers that are #1 to #7. This grade does not consist of Polystyrene #6 foam,
clamshells, plates, cups or packaging. This grade does not consist of LDPE #4
bags, stretch film or bubble wrap.
i
We will charge $220.00 to swap out the 40 yard roll off for this material. There
will not be any monthly rental for this unit. We will charge $50.00 per ton to
process and sort these mixed plastic bales.
Aluminum Cans Collected in a Roll Off Container
Old Can Stock: (Item 3.4) consists of clean old aluminum cans, decorated or
clear, free of iron, dirt and other foreign contamination.
We will charge $220.00 to swap out the 30.yard roll off for this material. We will
charge $75.00 per month for container rental.
We can currently credit .49 per pound for clean aluminum cans. We will correlate
this credit to the American Metal Market Houston market high price per ton listed
for Used Beverage Containers which is currently .70 per pound. On the day the
roll off is swapped out, we will pay you .21 less that the high price per ton listed I
for UBC's. I have attached a copy of American Metal Markets.
Mixed Metal Collected in Roll Off Container
All Freon appliances must have the Freon evacuated before being placed in the
designated roll off container.
I
We will charge $250.00 to swap out the 30 yard roll off for the material listed in
Item 3.6.2.1. There will be no monthly rental for this roll off.
i
t
We can currently credit $210.00 per ton for this material. This rate will not be
correlated to any market publication; however, this credit may change on a
monthly due to market fluctuation.
Mixed Paper in Front Load Containers
We will charge $265.00 per month to service all front load containers on a weekly
basis. There will be no monetary return for mixed paper collected in the front load
containers.
a:
(
SOLICITATION NUMBER
12-021
SPECIFICATION NUMBER
11-998-15 •11-998-47.11-998-68 •11-998-75.11-998-85
DATED:JANUARY 2012
ATTACHMENT A
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE
SOLICITATION NUMBER: 2- � 1
i
RESPONDENT'S NAME:4CCa WAS7F P4 -Y c�A()S—to DATE: A -R-C 0 (o ZO I Z
Provide the name, address,telephone number and point of contact of at least three (3)firms applicable to Municipal
and/or Government projects that have utilized similar service for at least two(2) years. City of Round Rock references are
not applicable. References may be checked prior to award. Any negative responses received may result in t
disqualification of solicitation. I
1. Company's Name: I(CAV I S Cd UAILY
Name of Contact:
Title of Contact: �6V/ Ndyl��/�4z TtZT' /Ull�4 G eyL
E-Mail Address: 1��� /, C'O&U2N e Co, -11-ra VIS e f Y, US
Present Address: 10 (d 4_14 V SO 17U_315-
City, State, Zip Code: (/ST/Al I --T-x -7610 J
Telephone Number: 95-4-S 8(aa Fax Number: (,51 Z ) 8S7q` q 7 Y
j
_ 2. Com pany's_h ame;—lam(-
Name of Contact: 1���C_ CA/2a 87v 7-6/2
Title of Contact: FtyV1p 1Vr14E/y'M.l_ (f0 AAPL-14-1VC&'
E-Mail Address: L"e e,+r_Pc7�f77'— & C1, GLIAS-f«1 , ?( o US
Present Address: 2716 S_PtP_17-G1r- 1-6-xA-9 Z)P,1VC
City, State, Zip Code: A-cy-11 %X -767/q
Telephone Number: (512- ) S 30 (p(0 2�f Fax Number: (51;?- )5 30 - 6 G 35
3. Company's Name: /1 �IVtS (Onl &-F
uDoSitJC ji-iv0 �oPScP_t-fGC
U/ iyozs fril � Tewu ,
Name of Contact: l C[C L
Title of Contact: /�
U,SSI.STAY/1!`f )(eeC>&#.- /-FGfL f1`�
E-Mail Address: e 0-r- 0-Rs-h A r V�"aS_GGA,(.,(,
Present Address: —7—p �/�ftyr 0 ewA
City, State,Zip Code: A/ -718 713
-- -- Telephone-Number:------(5!Z)-/f�S'- J=�lS=--Fax Number:{cam)Z-)- �J-a-�1 p J---
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. i
t
11 of 11
i
E
Official Bomd MaPkets
(
THE YELLOW SHEET
Transactedp
er a stock rices — March 3 2012
p p
Sorted
Mixed Boxboard White
Paper Cuttings News News OCC SOP Ledger
(2) (4) (6) (8) (111 (37) (40)
Chicago $75-80(0) 85-90(0) 30-35(0) 90-95(+10) 105-115(+10) 140-150(+i) 250-260(-10)
New England 75-80(0) 85-90(0) 35-4-0(0) 80-85(+5) 130-140(0) 160-170(0) 265-275(0)
i
Buffalo 55-60(0) 75-80(0) 3540(0) 75-80(0) 130-140(0) 160-170(0) 265-275(0)
New York 90-100(+5) 85-90(0) 35-40(0) 90-95(0) 135-145(0) 160-170(0) 26- 275(0)
Southeast 90-95(+5) 85-90(0) 40-45(0) 90-95(+10) 12-5-135(+25) 155-165(+2>> 270-280(0)
Southwest 90-95(+5) 85-90(0) 40-45(0) 85-90(+5) 120-130(+5) 160-170(+20) 280-290(0) s
Los Angeles 9.5-105(0) 12-5-135(0) 110-120(0) 115-125(0) 150-160(0) 175-185(0) 270-280(0)
i
San Francisco 85-90(0) 125-135(0) 110-120(0) 115-125(0) 140-150(0) 16-5-175(0) 255-265(91
Pacific NW 85-90(0) 125-135(0) 65-70(0) 90-95(0) 115-125(+10) 160-170(0) 255-265(0)
i
White Coated Hard Hard Unprint
New OLK News Soft Wht. White White Bleached
Cuttings Blanks Shavings Shavings Env.Cuts Sulfate
(13) (24) (28) (30) (31) (47)
East $140-150(+10) 210-220(0) 260-270(0) 350-360(0) 380-390(+20) 340-.350(0) j
Midwest 120-130(+10) 200-210(0) 280-290(0) 350--360(0) 390-400(0) 330-340(0)
Southeast 135-145(+10) 190-200(0) 270-280(0) 360-370(0) 390-400(0) 310-320(0)
Southwest 135-145(+10) 200-210(0) 280-290(0) 375-.385(0) 400-410(0) 320--330(0)
Los Angeles 145-155(0) 220-230(0) 285-295(0) 340-350(0) 355-365(0) 320-330(0)
San Francisco 140-150(0) 220-2.30(0) 285-295(0) 340-350(0) 355-.365(0) 320-.330(0)
Pacific NW 150-160(0) 220-230(0) 285-295(0) 340 350(0) 355365(0) 320-330(0)
i
Of
�.
ty • G>gr,�}S(i•r:iCG � at•'}Ctif 19M,
•.. . .%� � - . ; � 4
e
AMID NONFERROUS SCRAP PRICES 0--56232.eciitiro Monday. ,1616.1 12,2612
Estanaled dealer tvyinq prices.in dilb.MG Fred la yard N:tfleal and Toronto prim are in Canadian wnw.c;.
COPPER (rile m9712i €
Atlanta Boston Buffalo Chicago Cincinnati Cleveland Detroit Ho"1011 L.A. N.Y. Phdry P'burah S.F. St.Louis Montreal torunto
ha�Yy G7pp�and trate 315-325 M23D 320}3_'65 31=330 315.330 310.325 31C-325 320335 =-W 315330 316325 320.935 325-340325-340 '315-320533
325 x15-33D
;!IIEAVY COPPER AND WIRE 300-310 WO-318 300.315 285.300 Z90.305 205.300 295.310 3111-3'00 315.325 301-•315 2955.305 295.310 385•3ZO W1115 305-315 505.315
t Copper .295.310 265-305 200.305 290-"05 ?80.225 28&31'0 280.295 295.310 '1.35.315 290.3 285,'5-,.9 290• 295.310 235- 290.30^ �vX 1
D BRASS SOLIDS 715.235 220-2a) 225.235 225.235 V5=e35 286:239 225-225 236.245 255.266 220.230 210-MO 226-235 250.260 235.245 145.205 201.210
Ped brass lumings.Wings 205215 165190 '185.195 190-200 140-2,50 185.190 1452055 495.205 200.21.0 195-205 20ri-210 190.21,V 2(5215 195.205 175.18 Q5-195 I
3 xs3ndlaums 165-175170-IPA 170.180 165-175 170.180 170-130 115-185 130-190 170.180 170-180 17D-180 175.185 180.190 180.19(? 1&)•19r
amass prpa 180-19-) ifr:}191 1180.190 115.19; 1W-200, 190-200 12 735 100.200 260.215 '190.200 i40.2 180-190 210-220 19.3. 1 180-i4)
YELLOW BRASS SOLIDS 19$405 1BU-19i 1011-190 185.195 190-21011 185.195 185-195 195.205 205.215 190200 193.295 185-195 2111.2'10 195-1115 185-195 185-195
hiv-0 Yellow brass turnings.l5-mlia 140-150 140.150 140-150 145.155 130-1610 150-15o 150.160 1 165 150-160 140.150 140445 150.160 155.1665 14(Y 150 1145 tx 145-1
Yeli:•r,brass roc ends 190,200 190.200 190.200 180•",:0 150-200 1&;•1:•5 155-190 195-26 195.205 1.012•}J 190-200 35-1;5 195-205 165-6-5 19c-2u _..
Yel m bran red lurnNs 1S}1960 110.160 17S-185 170187 -185-190 175185 175-185 185.195 100-200 185-195 185.195 180.153
0 1 .200 100415.3 1;:;.•19;
765.30 brass dps 205.215 210.220 205-2 15 200-210 205-215 200.210 215-225 205.215 226-2W 263.215 210-220 205-215 7.15.22", 210-NO 165.1+; -• 2
AUTO RADIATORS(UNSWEATED) 200-210 105.205 195.205 190.200 200.210 185.195 190-200 190-200 210.220 190.260 2010-210 19(1.200 21G•220 205.215 175.185 1811-19C
tigh-gadebDr.1 eus 19D-200 7,55.21". "205-215 795.205 195-205 195•2C5 190-200 1E+205 2OD-210 205.215 2(55-215 145-2)5 105-'2115 190.200 VD-20.)
low lead brcntr '180-190 11-W200 135-195 185-195 195.205 1!}?7 t,}2(57 185-1955 11 V-2ib 180-190 160100 r
Maraamse bronze mws. 165175 175185 170-180 165-175 185-195 175.135 170-180 17&180 f75-185170-180 170-180 175.185 17+185 175-135 20-100 175-IRS
!'asrntleneoes nxhci'shdr'soW3 17fr180 175186 175-185 170.180 165.175 180.190 165-175 185.195 170-180 180.190 1.90.190 180-190 17 0-180 170.166 180.19 5
Mlao.);ws6 bman-turnings145-150 135145- 140.150 145-150 145.155 1550-10 140-iEO 140-150 135.145 135.145 125.145 150-1600 1''4 105 140-150 ia5-145 135-145 £
ALUMINUM t2*Goz�4n21
Atlanta Boston Do'talo Chicago Cincinnati Civeland Dshoil Houston L.A. N,Y. PM[ty P'burgh S.F. $1.Loom tdontlaal Toronto
Seoregatadlow rz-urardps 07.72 07.70 6:�7'1 63=50 66-71 55-68 67-70 60.62 69-73 51.70 07-69 67.70 7D-71 67•-1 %&4 &Ofi-
mv.-dlow wr erciips 65.7? 63.6 85.0'8 a;-65 64-W 6_-65 65-67 5:- 6'2 69.7'1 64.6764-61) 64-67765-69 67-,`4 5'-67 6.i-61
Ldtrid Clips 64.67 GI-6265-67 62.66 e3-66 62-U 62.6 V-62 67.71 51.611 61-66 6467 61.-68 65 61-67 64 4`5-
Aluminum M_rmgs.lumings.clew 42.47 40-4:1 42.47 a-49 43-48 42.47 4661 42-47 4530 42-•17 42-47 4.1.10 42-44 4V5 44-4_• 443?
and cry
Old ciminun.shut and Crit 03.65 57-55 50-Gt 59-64 91-L=- riv2 59-64 E4-W 61-CA 00-63 62467 6,-63 61.67 64-57, 52-61
Lka:beterme cans.clean and dry 63.68 56.55 58-59 62-61 62.67 EO-62 57.62e"67-70---`367-M 6"'5-67 69-69 62-67 62-65 6',•-,u 55-59 55-
1rd 3trai caidngs_ %-62 57-66 55-65 60-65 ;5 64 0237 `3 . 5766 58-G3 _ _ 5435 54-57
OIS alulrrlum solids 73-16 7445 72.74 7"2-77 7146 72-77 7D-76 70-75 71.70 74.77 7.1-77
75S atur inum Ops- 63.66 69.61 6281 63-68 60-B 6I-72 57.59 75-73 62-65 72-75 6i.70 54-57 . 664.57
75S bornigs.turnings.as s 47-50 ...... 57.62 .._ 17-52 5237 =5-lr'J 5.1-57 .. 47.50 _. 43-45 _... 47.52 47-51 C
Alaniion ulensds 61-66 1 1 6L661 50.55 55-FO 57.62 57 69 _... 5+x 4 ..... .._ -57 :4.57
r
P4?nt£d alumiJhg aluminum s59-6457-61 04.65 61.68 1111 62.67 6217 50•65 6&G6 1111 5?3? ... 61-633 62-67 X52 53.62
,a)fippralaal prix
c
LEAD (mv,02'ia m
Atlanta Boston Buffalo Chiago Cincinnati Cleveland Dalro(1 Houston LA. N.Y. I Mihf P'ktrgh S.F. St.Louis Montreal Toronto
HEAVY SOFT LEAD 42-47 48.51 48.53 48.53 40.53 45.50 46-51 NA 4853 48.53 43.49 47-51 51.56 53.58
Mimi Gird lied 42-45 __ 48.50 45-47 1111. 48.52 45.4'3 46-50 NA _... _... 43-47 47.51 4549 _1111
-lammed.v;-,L dd bit":ergs _ 24-26 __ 25.30 RA 2527 :1411 24.26 23.27 22-26
WHEEL WEIGHTS 38-42 39-41 41.45 3438 39-43 36.40 35-40 NA 37.41 42.45 36-40 7+•37 42.46
ZINC (rzr.oz-a-m t
t
Atlanta Boston Buffalo Chicago Cincinnati Cleveland Down Houston L.A. N.Y. Phiily P'htrgh S.F. SL Louis Monlroal Toronto
vurdie cast '31.39 31-33 3439 36411 NA 36-41 34.38 37.42 14.39 .... 36-41 36-41 31-3rd
ZINC DIE CAST 29-34 31.33 34.39 30.35 HA 30.35 34-35 37-42 34-39 ...... 36-41 34.39 26.31 31.36
',-A araC scrap. 29-34 31-33 33.33 3G35 ... ILA 3035 3106 34-39 34-39 ._.. 11_11 31.39 34-19 26-31 :.._
NEW ZINC CLIPPINGS, 71-76 73-75 ...... 72.77 1111.. IIA 7247 74-76 74.79 ...... ...... ...... 74.79 71.76 ......
ENGRAVERS7JNC AND LITHO
SHEETS
Zscd;ecast auWm:,tnegnks 11_11 3!•38 29.3; 36.41 1111.. HA 36.5--it 34.36 .._.: 35.41
1111.. 1111.. ,1111. 11_11
NICKEL (a'r.015I2)
Allanta Boston Buffalo Chicago Cincinnati Cfaveland Detroit Houston L.A. N.Y. Pha1P7 P'burgh S.F. SI.Louis Montreal loronA
Nzankk-1dips and sords 701770 750.76x'7 75'0-766.0 -,1.W-776 760-770 7-)770 'EO-Trg 76-37- 75J•rw 760-770 760-710 7EO.770 750.760 750.760 750-7V? iT1O•'60
Nmkiluruutos 690.500 610-6'?) 6805-":50 8hU-700 690-101 V9k0.7CC 690-700.0 La?:r-7L•O _ L?G710 b?Oi6l __
New alckeicvbper9.14 505.515 445305 445396 50.6615 5053i5 5(3315 505-515 3LE-51p 49:-Fz 5053.5 5!,5-615 656.5-5 495 5 595.505 _..
(21-61,At.1n I7'r clics arra'sows
fq'kIva0'q*l alio: 4P5-495 475-4Si 475485 465-495 485.495 46":-495 485-49i 46541 475•.186 455-495 85-495 355.395 415-085
(e-g.,hlone"E')tumdops and [
shvirgs I
t.'ntV Cor,-r alk., 540-550 `•moi 40 530.510 540351 512550 545-550 :.0.550 540L;S0 530.540 1111. 54C•550 550.580
(e.g.,tku: 13)rz•tings
h"5-5-g-chttomrlrnlarmy(e.g_ 550.560 417.550 W-560 56060 55".-90 550--Vi 550.560 5501650 540-550 550560 650360 . 550.560 540550 540550 540.550 5FO.5:40
IrxniEsi 359-13 � :`
hkrl"and Ince-mV are registered trademarks of Hunlingtor,Airs Corp.
z
SCRAP METALS
E0'sud hoying prim Sh1ELTERS'LEAD SCRAP Ods+leaf
Itmnoe lots,dellered balers'lsorks) Basin,prices hwsysnY lead(0311,inti•3d(ng Old 0-17d.C9.7G.00 ; Scrap Price Changes Today ,
In cenis per pound aunt as o0timise uot�, deti,en•to srnetta Turnings,clean and dry 72.0074.00 Nonferrous scrap price changes vvere I l
BRASS MILL SCRAP (r-6.1"507:I Aluminurr 5-c-pre:radmor 1-3"8.+1-173.00 i
ie.i yr pu 375.03- scrap 122J S7s.00S75.0) A'ontarous auto sh:2d(Oj%alum)' 66:70-38.!x1 made for 111090 651559: 3
p Rerre;lead S83.00.585.03 Unrrdredhill t9xd.'tracl'arzle Atlanta,Boston,BUffala.Chicago,
RFHt1ERS'COPPER SCRAP %'1101atYtw es S4lO)S4200 DOMESTIC ALUMINUM PRODUCERS (Cincinnati,Cleveland,Detroit,Houston, j
No.i c:etr 360:00' Cab':a lead S7&00-560.00 :
t1o2c7p�r 340.LU' SMELTERS'ANCSCRAP Bs+c2Wi•"•tisa`�Farprocrvdusedalumnumarsin I Los Angeles,New York,Philadelphia,
EC tit ta.b. hrpp?rg po1rl I
Lahtc^p;?r 332.0'1' (rev n."7112) (.w 0112.12) I Pittsburgh,San Francisco,St.Louis. I
BRASS INGOT MAKERS'SCRAP New zinc c0rppir:gs 67.01}72.00 Used hjeage can snap 1.o 4J30.x Ji Montreal,Toronto
Ire,-!If 2,2012) Old zinc(Cleal) 47.DJ-52.03 MILLS,SPECIALTY CONSUMERS'BUYING PRICES
Dle cast stab 59.00-6440
Capper Gahanher;dress 71.16}72110 (rev.111.1•'2)12)
.1645.1 We bright 376.00-374.570- segriand be;a=ra2ol difs
153.1 3e4.00-s-G.OJ' SECONDARYSIAELTERS'
ALUMINUM SCRAP 50:2 98.00-100.00
No.2 342.00.345.0)'
5lrying prie6`m
s ded to(he smeler in full imcRbads st05 80,r�-g1.A 1
Lg1t,caper 3::500.30806' containing sweralgrades
1 mnp.5ol!s (tele.?•12•' 12) h"ued"; a+pw alley dips 8200.84.00 $
Inmil2) 271.01}274 06
rd'nW lo;v a:epir slips 77.0059.0) Ir3.r1w 50171# 78.00.851.00
.p bOrings.lurnings 281.00.26500 Mined high corgi•clips 77 0079.0-' •Norruml hr sect sales Ll 8 p
(1?v.CU1 bid M!zei nigh zinc czps 7206 3A 1 g
Padatofs(rw.03:10&12r 2_57.000230.00 1-1.2 sok; 80.00-85.00
Yelber brss yalkis(m.03?8'12) 225:.0.23000 Siding,p=L:,e." 74.00.76.03 Pries Ira subie 4 to-LM-dis'M er a,.,ring u1 Ii
Tumugs!rt030rv1?) 20000.20510 hllrede07s 76"D?77+A1i:1.1::a11e£G3vla'Page e.d fit
mac, r
twrr.'.vmm.v.-m Ah4Er8CAV IVETALW..ARKET March 13.21)12 T1
R 1u:'.4151d116i,1.1(;'N
SOLICITATION NUMBER
12-021
SPECIFICATION NUMBER
11-998-15 -11-998-47.11-998-68 -11-998-75.11-998-85
DATED:FEBRUARY 2012
CITY OF ROUND ROCK
REQUEST FOR PROPOSAL
RECYCLABLES COLLECTION AND PURCHASE
PART
GENERAL
1. PURPOSE: The City of Round Rock, herein after"City", seeks to contract with a qualified Individual, Firm,or
Corporation, hereafter referred to as"Respondent", all goods and services necessary for the collection and
purchase of recyclable materials from various locations throughout the City. Services shall include the purchase,
collection, transportation and recycling of City's recyclable material. Materials shall include, but are not limited to, l
Cardboard, Plastics, Paper,Aluminum, Glass,Tin,Steel, Lead/Acid Batteries,Tires, Brass and Copper. City's' y
intent is to sell said materials to the highest qualified bidder or, if required, obtain the best low price for the removal
of these items.
2. DEFINITIONS,TERMS AND CONDITIONS: By submitting a response to this solicitation,the Respondent agrees
that the City's standard Definitions,Terms and Conditions, in effect at the time of release of the solicitation, shall
govern unless specifically provided otherwise in a separate agreement or on the face of a purchase order. Said
Definitions,Terms and Conditions are subject to change without notice. It is the sole responsibility of respondents
to stay apprised of changes. The City's Definitions, Terms and Conditions can be obtained from the City's website
http:lhvww.roundrocktexas.gov/home/index.asp?paqe=463.
3. INSURANCE: The Respondent shall meet or exceed ALL insurance requirements set forth by the Insurance
Requirements as identified on the City's website at http://www.roundrocktexas.gov/home/index.atp?page=463.
4. ATTACHMENTS: Attachments A through B are herein made a part of this solicitation:
4.1. Attachment A: Reference Sheet
4.2. Attachment B: Previously awarded bid tabulation for Abitibi Bowater for paper.
5. CLARIFICATION: For questions or clarifications of specifications,you may contact:
Joy Baggett
Purchasing Department
City of Round Rock t
Telephone: 512-218-6682 I
ibaggett(a)round-rock.tx.us
The individual listed above may be contacted by telephone or visited for clarification of the specifications only. No
authority is intended or implied that specifications may be amended or alterations accepted prior to solicitation
opening without written approval of the City of Round Rock through the Purchasing Department.
6. QUALIFICATIONS: The opening of a solicitation shall not be construed as the City's acceptance of such as
qualified and responsive. All Respondents shall:
6.1. Be firms, corporations, individuals or partnerships normally engaged in the sale and distribution of commodity
or provision of the services as specified herein.
6.2. Have adequate organization, facilities, equipment and personnel to ensure prompt and efficient service to the
City.
f
6.3. Provide a representative list of services of a scale and complexity similar to the services being considered by
the City.The list shall include the location, client, services provided by your firm,term of services and an
owner contact name. i
6.4. Identify key project staff,task leaders and sub-contractors along with their expected services to the City for
the scope of work on behalf of the firm.The City reserves the right to approve or disapprove all sub- I
contractors prior to any work being performed.
e
1 of 11
I
SOLICITATION NUMBER
12-021
SPECIFICATION NUMBER
11-998-15 •11-998-47.11-998-68 •11-998-75.11-998-85
DATED:FEBRUARY 2012
4
6.5. Provide the name, address,telephone number and E-MAIL of at least three(3)entities applicable to
Municipal and/or Government projects that have utilized similar service for at least(two)2 years. City of
Round Rock references are not applicable. References may be checked prior to award. Any negative
responses received may result in disqualification of submittal. NOTE: REFERENCE FORM PROVIDED. E-
MAIL ADDRESSES ARE REQUIRED.
7. BEST VALUE EVALUATION AND CRITERIA: Respondents may be required to make an oral presentation to the
selection team to further present their qualifications.These presentations will provide the Respondent the
opportunity to clarify their proposal and ensure a mutual understanding of the services to be provided and the
approach to be used.
All solicitations received may be evaluated based on the best value for the City. In determining best value,the City
may consider: r
7.1. Purchase price and terms;
7.2. Reputation of Respondent and of Respondent's goods and services;
I
7.3. Quality of the Respondent's goods and services;
7.4. The extent to which the goods and services meet the City's needs;
7.5. Respondent's past relationship with the City;
7.6. The total long-term cost to the City to acquire the Respondent's goods or services;
7.7. Any relevant criteria specifically listed in the solicitation.
7.8. The City reserves the right to reject any or all responses, or delete any portion of the response, or to accept
any response deemed most advantageous, or to waive any irregularities or informalities in the response I
received that best serves the interest and at the sole discretion of the City.
8. AGREEMENT TERM: The terms of the awarded agreement shall be as follows:
8.1. The initial term of the resulting agreement shall be three(3)consecutive twelve(12)month periods from the
effective date. The agreement may be renewed for two(2)additional periods of time, not to exceed twelve
(12) months each, provided both parties agree in writing.
8.2. The City reserves the right to review the Respondents' performance at the end of each twelve(12)month
period and cancel all or part of the agreement(s) or continue the agreement(s)through the next period.
8.3. If the Respondent fails to perform its duties in a reasonable and competent manner,the City shall give written
notice the respondent of the deficiencies and the respondent shall have thirty(30)days to correct such
deficiencies. If the Respondent fails to correct the deficiencies with the thirty(30) days,the City may terminate
the agreement by giving the respondent written notice of termination and the reason for the termination.
8.4. If the agreement is terminated, for any reason, the Respondent shall turn over all records,to include but not
be limited to the following: records of repairs, services, deliveries, and replacement parts,to the City within
fifteen (15)working days after completion of duties contained in the agreement.
9. PRICE INCREASE OR DECREASE:A price increase or decrease to the agreement may be considered based on
the following:
9.1. The City may permit"unit price"adjustments upwardly or downwardly when correlated with a price index
proposed by the Respondent and mutually agreed upon by the City. Unless otherwise indicated, the price
index shall be the specified index as published by the Bureau of Labor statistics, Washington, DC 20212. The
baseline index shall be the index announced for the month in which the solicitations opened. Unit prices may
be adjusted for each renewal period and extension period in accordance with changes in index.
9.1.1. The allowable percent change shall be calculated by subtracting the baseline index from the index
announced for the month in which the renewal option is exercised and dividing the result by the
baseline index.
9.1.1.1.A=Baseline index from the month in which the solicitations opened or the month of the last
approved price increase.
2of11
}
SOLICITATION NUMBER
12-021 ;
SPECIFICATION NUMBER
11-998-15 •11-998-47.11-998-68 •11-998-75.11-998-85
DATED:FEBRUARY 2012
F
S'
9.1.1.2. B=Current and/or latest baseline index
9.1.1.3. "B"minus"A", then divided by"A". Multiply sum by 100%equals the percent of the allowable
price increase or decrease, "C".
C = [ ( B --A ) - A] x100 %
9.1.2. The allowable percent change shall be rounded to the nearest one-hundredth of one percent and
shall be the maximum unit price adjustment permitted, except that the vendor may offer price t
decreases in excess of the allowable percent change.
9.2. PROCEDURE TO REQUEST INCREASE OR OFFER DECREASE. {
9.2.1. Mail the price increase request to the designated City Contract Specialist a minimum of 120 days
prior to each renewal period. Vendor shall supply supporting documentation as justification for each
request.
City of Round Rock
Purchasing Department
ATTN: Contract Specialist
221 E. Main Street
:
Round Rock,Texas 78664-5299
t
9.2.2. Upon receipt of the request,the City reserves the right to either: accept the escalation as supported
by the appropriate price index and make change to the purchase order within 30 days of the request,
negotiate with the vendor or cancel the agreement or purchase order if an agreement cannot be
reached on the value of the increase.
10. AWARD: The City reserves the right to enter into an agreement or a purchase order with a single award, split
awards, non-award, or use any combination that best serves the interest and at the sole discretion of the City.
Award announcement will be made upon City Council approval of staff recommendation and executed agreement.
Award announcement will appear on the City's website at
http://www.roundrocktexas.qovlhomelindex.asp?paqe=463.
11. ACCEPTANCE:Acceptance inspection should not take more than five(5)working days. The vendor will be notified
within this time frame if the services rendered are not in full compliance with the specifications. If any agreement or
purchase order is canceled for non-acceptance,the needed good may be purchased elsewhere and the vendor
may be charged full increase, if any, in cost and handling.
12. PROMPT PAYMENT POLICY: Payments will be made in accordance with the Texas Prompt Payment Law, Texas
Government Code, Subtitle F, Chapter 2251. The City will pay Vendor within thirty days after the acceptance of the
supplies, materials, equipment, or the day on which the performance of services was completed or the day, on
which the City receives a correct invoice for the supplies, materials, equipment or services, whichever is later. The
Vendor may charge a late fee (fee shall not be greater than that which is permitted by Texas law) for payments not
made in accordance with this prompt payment policy; however, this policy does not apply to payments made by the
City in the event:
12.1. There is a bona fide dispute between the City and Vendor concerning the supplies, materials, services or
equipment delivered or the services performed that causes the payment to be late; or
12.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely payment
with Federal Funds; or
12.3. The is a bona fide dispute between the Vendor and a subcontractor or between a subcontractor and its
suppliers concerning supplies, material, or equipment delivered or the services performed which caused the I
payment to be late; or
12.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or
agreement or other such contractual agreement.
13. NON-APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues only. It is
understood and agreed the City shall have the right to terminate the Agreement at the end of any City fiscal year if I
9
3of11 ¢
4
i
i
(
SOLICITATION NUMBER
12-021
SPECIFICATION NUMBER
11-998-15 •11-998-47.11-998-68 •11-998-75.11-998-85 f
DATED:FEBRUARY 2012
3
the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly quantities,as
determined by the City's budget for the fiscal year in question. The City may affect such termination by giving
Vendor a written notice of termination at the end of its then current fiscal year.
14. INTERLOCAL COOPERATIVE CONTRACTING (PIGGYBACK): Other governmental entities maybe extended the
opportunity to purchase off of the City's Agreements,with the consent and agreement of the awarded vendor(s)and the
City. Such consent and agreement shall be conclusively inferred from lack of exception to this clause in a
Respondent's submittal. However,all parties indicate their understanding and hereby expressly agree that the City is
not an agent of, partner to, or representative of those outside agencies or entities and that the City is not obligated or
liable for any action or debts that may arise out of such independently-negotiated"piggyback"procurements.
PART II
SCHEDULE
1. SOLICITATION SCHEDULE: It is the City's intention to comply with the following solicitation timeline:
E
1.1. Solicitation released February 17, 2012
1.2. Pre-Solicitation Meeting and Site Visit(Mandatory) February 28,2012
f
9:30—10:00 AM
Deepwood Recycling Center
310 Deepwood Drive
Round Rock,Texas 78664
r
10:30—11:00 AM
Vehicle Maintenance Facility
901 Luther Peterson Place
Round Rock,Texas 78665
11:00—11:30 AM
Waterline and Wastewater Line Maintenance Facility R
910 Luther Peterson Place
Round Rock,Texas 78665
i
k
12:00—12:30 PM
Water Treatment Plant
5200 N. IH 35
Round Rock,Texas 78681
1.3. Deadline for questions March 2,2012 f
R
1.4. City responses to all questions or addendums March 7,2012
r
1.5. Responses due by 3:00 PM March 13,2012
1.6. Oral Presentation (if necessary) April 2012
All questions regarding the solicitation shall be submitted in writing by 5:00 PM on the due date noted
above. A copy of all the questions submitted and the City's response to the questions shall be posted on our
webpage, http://www.roundrocktexas.gov/home/index.asp?paqe=463. Questions shall be submitted to the City
contact named in PART I, Paragraph 5.
The City reserves the right to modify these dates. Notice of date change will be posted to the City's website.
t
w
4of11
j
r
I'
SOLICITATION NUMBER
12-021 f
SPECIFICATION NUMBER
11-998-15 •11-998-47.11-998-68 •11-998-75.11-998-85
DATED:FEBRUARY 2012
2. PRE-SOLICITATION MEETING,SITE VISITS AND INSPECTION: A mandatory pre-solicitation meeting, site visit
and inspection will be conducted to fully acquaint Respondents with the sites and facilities. The site inspections will
immediately follow the pre-solicitation meeting. The pre-solicitation meeting will be conducted as noted in Part II, ?`
Paragraph 1, sub-paragraph 1.2.
l
2.1. The City considers this pre-solicitation meeting mandatory. The City reserves the right to determine a
response"not available for award" if the Respondent fails to attend this pre-solicitation meeting. Respondents
shall sign-in at the pre-solicitation meeting to document their attendance.
2.2. Respondents are required to provide their own transportation for the meeting and site inspections.
2.3. It is the responsibility of the Respondent to examine the sites to determine quantity, amounts, take precise
measurements, material requirement assessment and other solicitation related details during said inspection. 1,
3. RESPONSE DUE DATE: Signed and sealed responses are due no later than 3:00 PM,on the date noted in PART
II, Paragraph 1, sub-paragraph 1.5, to the Purchasing Department. Mail or carry sealed responses to:
City of Round Rock
Purchasing Department '
221 E. Main Street
Round Rock,Texas 78664-5299 i
i
3.1. Responses received after this time and date shall not be considered.
3.2. Sealed responses shall be clearly marked on the outside of packaging with the Solicitation title,number, due '
date and "DO NOT OPEN".
3.3. Facsimile or electronically transmitted responses are not acceptable.
3.4. Late responses will be returned to Respondent unopened if a return address is provided.
4. 'IMPORTANT** SOLICITATION UPDATES AND NOTIFICATIONS: Respondents
are responsible for monitoring the City's website hftp://www.roundrocktexas.gov/home/index.asp?paqe=462 for
updates and other notifications pertaining to this solicitation. Updates and notifications may include addendums,
cancellations or other information pertinent to submitting a correct and accurate response. The City assumes no
responsibility for said communication beyond updating the website as noted.
5. AGREEMENT NEGOTIATIONS: In establishing an agreement as a result of the solicitation process,the City may:
5.1. Review all submittals and determine which Respondents are reasonably qualified for award of the agreement.
5.2. Determine the Respondent whose submittal is most advantageous to the City considering the evaluation
criteria.
5.3. Attempt to negotiate with the most responsive Respondent an agreement at fair and reasonable terms,
conditions and cost.
5.4. If negotiations are successful, enter into an agreement or issue a purchase order.
i
5.5. If not successful,formally end negotiations with that Respondent. The City may:
5.5.1. Select the next most highly qualified Respondent and attempt to negotiate an agreement at fair and
reasonable terms, conditions and cost with that Respondent.
5.5.2. Continue this process until an agreement is entered into or all negotiations are terminated.
5.6. Reserve the right to reject any or all submittals, or to accept any submittal deemed most advantageous, or to
waive any irregularities or informalities in the submittal received.
6. POST AWARD MEETING: The City and Respondent shall have a post award meeting to discuss, but not be limited
to the following:
6.1. Provide City contact(s) information for implementation of agreement.
6.2. Agreement terms and conditions.
5of11
SOLICITATION NUMBER
12-021
SPECIFICATION NUMBER
11-998-15 •11-998-47.11-998-68 •11-998-75.11-998-85
DATED:FEBRUARY 2012
6.3. Identify specific milestones, goals and strategies to meet objectives.
PART III
i
SPECIFICATIONS
s:
1. SCOPE OF WORK: Services proposed shall include the purchase,collection, transportation and recycling of the
City's recyclable material as specified herein. Materials shall include, but are not limited to, Cardboard, Plastics, &
Paper,Aluminum, Glass,Tin, Steel, Lead/Acid Batteries,Tires, Brass and Copper. The City's intent is to sell said
materials for the highest possible price or, if required, obtain the best low price for the removal of these items.
2. PRICING: Pricing indicated in the proposal shall be all inclusive of all labor, equipment, testing,freight,fees and
fuel necessary to perform the service specified herein. No fuel surcharge shall be permitted.
3. CURRENT MATERIAL AND CONTAINERS: Proposed containers shall be provided at the Respondent's expense
and shall meet the minimum material volume requirements detailed herein. Proposed container sizes and
configuration for each site shall optimize traffic flow and allow for the least frequent pick-up schedule as is practical.
The following container and bale sizes are CURRENTLY in use by the City and are approximate:
Deepwood Recycling Center
3.1. Corrugated Cardboard: Bale Size 60x3Ox46 Inches
3.2. Plastics
3.2.1. Option#1
3.2.1.1. #1-7 Baled Together: Bale Size 60x3Ox42 Inches ¢;
3.2.2. Option#2
3.2.2.1. #1 Polyethylene terephthalate(PET)Alone: Bale Size 60x3Ox42 Inches
3.2.3. Option#2
3.2.3.1. #2 Alone HDPE (high density polyethylene): Bale Size 30x3Ox26 Inches ,
3.2.4. Option#2 i
3.2.4.1. #3-7 Baled Together: Bale Size 30x3Ox26 Inches
3.3. Paper: Two (2) 30 Yard Enclosed Packer Box ;
3.4. Aluminum: One(1) 30 Yard Open Top Roll Off
3.5. Glass: One(1) 30 Yard Open Top Roll Off k
3.6. Tin/Steel:
3.6.1. Option#1 Scrap metal with Non-Freon Appliances
3.6.1.1. Cans, large scrap metal including Non-chlorofluorocarbon u
items-non-Freon appliances (items including but not limited
to washers, dryers, hot water heaters and stoves) Two(2) 30 Yard Open Top Roll Off
3.6.2. Option#2 Scrap metal including Freon and Non-Freon Appliances
3.6.2.1. Cans, large scrap metal including Non-Chlorofluorocarbon
items and Chlorofluorocarbon items—Freon and
Non-Freon appliances (items including but not limited
to washers, dryers, hot water heaters, stoves,
refrigerators,freezers and air conditioning units) Two(2)30 Yard Open Top Roll Off
3.6.3. Option#3 Freon and Non-Freon Appliances ONLY
3.6.3.1. Non-Chlorofluorocarbon and Chlorofluorocarbon,
Freon and Non-Freon appliances(items including but
not limited to washers, dryers, hot water heaters, stoves,
i
6of11
SOLICITATION NUMBER
12-021
SPECIFICATION NUMBER
11-998-15 •11-998-47.11-998-68 •11-998-75.11-998-85
DATED:FEBRUARY 2012
refrigerators, freezers and air conditioning units) Two(2) 30 Yard Open Top Roll Off
{
3.7. Lead/Acid Batteries: Pallets '
Waterline Maintenance Facility
3.8. Steel: None—on ground, but container is
is
desired
3.9. Copper: One(1)4'x4'Box Capacity 2,000 lbs
r
Vehicle Maintenance Facility f
3.10.Tires: None—on ground, but container is
desired
Water Treatment Plante
i_
3.11.Brass: One(1)4'x4'Box Capacity 2,000 lbs.
4. ORDER QUANTITY: The quantities shown within the solicitation are estimates only of the City's current material
volume. No guarantee of any minimum or maximum volume is made or implied. The City shall only utilize the
services needed to satisfy operating requirements within budgetary constraints,which may be more or less than
indicated. Current estimated annual material volume and pick-ups per year areas follows:
Current
Estimated Annual !'
Material Description Pick-Ups
Quantity i
Per Year
i
Corrugated Cardboard 100 Tons 8
. E
k
Baled Plastics Option #1 18 Tons 8 i
Baled Plastics Option #2 18 Tons 8
Paper 195 Tons 52
Aluminum 5 Tons 4
r
Glass 25 Tons 24
Deepwood Tin/Steel Option #1 50 Tons 24
Deepwood Tin/Steel Option #2 25 Tons 24
Deepwood Tin/Steel Option #3 25 Tons 24
Waterline Maintenance Steel 50 Tons 2
Lead/Acid Batteries 9 Tons 24
i
Tires 5 Tons 12
Brass 24 Tons 24
f
Copper 1 Ton 2
i
7of11 k.
a'.
SOLICITATION NUMBER
12-021 r'
SPECIFICATION NUMBER ti
11-998-15 •11-998-47.11-998-68 •11-998-75.11-998-85
DATED:FEBRUARY 2012
t
5. FREQUENCY AND SCHEDULING: The City currently utilizes the above outlined pick-up schedule. Pick-ups are
currently initiated by the City via telephone call or e-mail to the vendor. Pick-ups currently take place no later than
48 hours from date of City's pick-up request. Respondent shall like service level and provide pick-up no later than
48 hours from notification of pick-up request from City unless otherwise specified in the Agreement. '
5.1 Brass is currently dropped off by City at the current vendor's location in order to obtain an immediate weight
and value manifest. If Brass container is proposed with pick-up schedule, vendor must be able to provide f
accurate weight and value on-site at the time of pick-up. If this is not possible, Respondent's location shall
be within 60 miles of the City of Round Rock.
6. SUCCESSFUL RESPONDENT RESPONSIBILITIES: The successful Respondent shall be responsible for:
:
6.1. Adherence and conformance with all Governmental Regulatory Agencies relating to collection,transportation
and disposal of items to include, but not limited to:
The United States Environmental Protection Agency's Hazardous Materials Transportation Act(if proposing
solution for battery or tin line items):
http://www.epa.gov/oem/content/lawsregs/hmtaover.htm#Provisions
The United States Department of Labor Occupational Health and Safety Administration (OSHA):
http://www.osha.gov/SLTC/truckin industry/transportinghazardousmaterials.html
7.2. Providing proof of the firm's current Commercial Driver's License(CDL)with Hazardous Materials k
Endorsement from the Texas Department of Public Safety.
http://www.txdps.state.tx.us/driverlicense/hme.htm
6.2. Coordinating with the City's representatives to establish pickup schedules and discuss any specific details
pertaining to pick-ups.
6.3. Collecting all items completely with each visit.
6.4. Providing City's representatives with itemized Manifest Tickets at the time of pick-up indicating quantities of
items collected from the site.
6.4.1. City representatives for each site shall be identified at the Post Award Meeting.
6. DAMAGE: The successful Respondent shall be responsible for damage to the City's equipment, property and
environment,the workplace and its contents by its work, negligence in work, its personnel and equipment.
7. INVOICING AND PAYMENTS: Unless otherwise specified in the Agreement, all invoices, payments and a copy of
the coordinating Manifest Ticket shall be furnished to the City as separate documents.
7.1 Contractor shall submit one original and one copy of each to the following address:
City of Round Rock I
ATTN: Contract Management {
221 E. Main Street
Round Rock,Texas 78664
7.2 All payments made to City shall be made within 15 days of each pick-up and shall be made payable to City of
Round Rock and sent with accompany corresponding statements to the above address.
7.3 Contractor shall make clear and definite separation of payable amounts from receivable amounts for
accounting purposes.
8. PREVIOUS AWARD: The previously awarded bid tabulation for the collection and sale of paper by Abitibi Bowater '
is herein made a part of this solicitation for informational purposes as ATTACHMENT B.
7. SOLICITATION SUBMISSION REQUIREMENTS:To achieve a uniform review process and obtain the maximum
degree of comparability,the responses shall be organized in the manner specified below. Responses shall not
exceed twenty(20) pages in length (excluding title pages(s) and index/table of contents,attachments or dividers).
Information in excess of those pages allowed will not be evaluated. One page shall be interpreted as one side of a
double-spaced, printed, 8 1/2"X 11"sheet of paper. It is recommended that responses not be submitted in ringed
binders or metal spirals to conserve cost for both the Respondent and the City.
8of11
i>
SOLICITATION NUMBER
12-021 "
SPECIFICATION NUMBER t''
11-998-15 •11-998-47.11-998-68 •11-998-75.11-998-85
DATED:FEBRUARY 2012 i
I:
4
The Respondent shall submit one(1)original signed paper copy and one (3) copies, clearly identified as a"COPY" s
of its response.
In addition,the Respondent shall submit one (1)CD or USB drive, each containing a complete copy of
Respondent's submission in an acceptable electronic format(PDF, RTF,TXT, DOC,XLS). A complete copy of the
response includes all documents required by this Solicitation. The CD shall be titled: "SOLICITATION NUMBER- x
Complete copy of(Name of Respondent]'s submission."
If supplemental materials are included with the Response, each CD must include such supplemental materials. The i
response and accompanying documentation are the property of the City and will not be returned.
7.1. Title Page(1 page)—Show the solicitation title and number, the name of your firm, address,telephone
number(s) name of contact person and date.
TAB#1 7.2• Letter of Transmittal (1 page)—Identify the services for which solicitation has been prepared.
7.2.1. Briefly state your firms understanding for the services to be performed and make a positive
commitment to provide the services as specified.
i
7.2.2. Provide the name(s) of the person(s)authorized to make representations for your firm, their titles,
address, telephone numbers and e-mail address.
7.2.3. The letter of each solicitation shall be signed in permanent ink by a corporate officer or other
individual who has the authority-to bind the firm. The name and title of the individuals(s) signing the x
solicitation shall be clearly shown immediately below the signature.
TAB#2
7.3. Table of Contents(1 page)—Clearly identify the materials by Tab and Page Number.
TAB#3 7.4• Previous Performance/Experience—Provide detailed information on firm with providing services as described s
in the Scope of Work.
7.4.1. Provide the name, address, telephone number and e-mail of at least three(3)entities applicable to
Municipal and/or Government projects that have utilized similar service for at least(two)2 years.
Include a brief overview of each project with, at a minimum,a short description of the services
provided, including costs and methodology used for projects.
7.4.2. Attachment A: Reference Sheet.
TAB#4 7.5. Available Resources and Consultant Location—Provide information on location, size, resources and business
history of the firm to include date founded. f
TAB#5 7.6. Timeline—Respondent shall provide a detailed pick-up schedule as per the specifications contained herein.
Schedule shall include timeline for new container placement, detail on proposed container type and size, and
pick-up schedule for each material category and site location.
TAB#6 17.7. Proiect Design—Respondent shall provide a recommended site layout for proposed containers and a
coordinating pick-up schedule for the City's estimated volume.
TAB#7 1 7.7.1. Respondent shall note"Not Applicable"for any item they cannot provide service for that is
therefore not included in their response. {"
7.8. Purchase Price and Cost Proposal—Respondent shall include a purchase price for each material category '
and a cost proposal to provide services as described herein.
l
7.8.1. If available for each item category, Respondent shall propose a price index for each material category
to accommodate price increases and decreases. '
TAB#8 17.9. Subcontractor Identification—Identification of any subcontractors to be used in the performance of Services. R
f
TAB#9 17.10. Licensure—Proof of required licensure as specified herein.
k'
k.
9of11
K
SOLICITATION NUMBER
12-021
SPECIFICATION NUMBER
11-99815 •11-998-47.11-998-68 •11-998-75.11-998-85
DATED:JANUARY 2012
SOLICITATION INSTRUCTIONS
ITEMS BELOW APPLY TO AND BECOME A PART OF TERMS AND CONDITIONS OF SOLICITATION
ANY EXCEPTIONS THERETO MUST BE IN WRITING
1. SOLICITATION REQUIREMENTS:
1.1 Responding requires pricing per unit shown and extensions. If trade discount is shown on solicitation, it should be deducted and net line extensions shown.
Respondents guarantees product offered will meet or exceed specifications identified in this Request for Proposal(RFP).
1.2 Responses shag be submitted In accordance with the solicitation. Each response shall be placed in a separate envelope completely and property identified. Responses
must be in the Purchasing Department before the hour and date specified on the solicitation.
1.3 Late responses property identified will be retumed to respondent unopened. Late responses will not be considered.
1.4 Respond F.O.B.destination,freight,prepaid,&allowed unless otherwise specified on the solicitation. If otherwise,show exact cost to deliver. r
1.5 Response shall show unit price on quantity and urift of measure specified,extension and show total. In case of errors in extension,unit prices shall govern. Responses
subject to unlimited price increase will not be considered.
1.6 Submitted prices shall be firm for acceptance 30 days from solicitation opening date. "Discount from List'responses are not acceptance unless requested. Cash
discount will not be considered in determining the low response. All cash discounts offered will be taken if earned.
1.7 Responses shall give Tax Identification Number,full name and address of respondent Failure to sign will disqualify response. Person signing response shall show title
and authority to bind signatories firm in an agreement Finn name should appear on each page in the block provided in the upper right comer. Business Entity shall be
one(1)of the following:Individual,Partnership,Sole Proprietorship,Estate/Trust,Corporation,Governmental.Non-profit,all others shall be specified. INDIVIDUAL:List
name and number as shown on Social Security Card. SOLE PROPRIETORSHIP:List legal name followed by legal business name and Social Security Number. ALL r
OTHERS:List legal name of entity and Tax Identification Number(TIN).
1.8 Responses cannot be altered or amended after opening time. Any Alterations made before opening time shall be initialed by respondent or an authorized agent No
response can be withdrawn after opening time without approval of the CITY based on a written acceptable reason.
1.9 The City is exempt from State Sales Tax and Federal Excise Tax Do not include tax in response.
1.10 The City reserves the right to accept or reject all or any part of response,waive minor technicalities and award the response to best serve the interests of the City.Split
awards may be made at the sole discretion of the City. 3
1.11 Consistent and continued fie responses could cause rejection of responses by the City and/or investigation for antitrust violations.
1.12 Telephone,facsimile,and electronically transmitted responses are not acceptable in response to the solicitation. k
1.13 CAUTION:Solicitation invitation allows sufficient time for receipt of the preferred mail response. The City shall not be responsible for responses received late,illegible,
incomplete,or otherwise non-responsive.
2. SPECIFICATION:
2.1 Any catalog, brand name or manufacturer's reference used in the solicitation is descriptive only(not restrictive),and is used to indicate type and quality desired.
Responses on brands of like nature and quality wll be considered unless advertised under the provisions of Section 252.022 of the Texas Local Government Code. If
other than brand(s)specified is offered,Illustrations and complete descriptions of product offered are requested to be made a part of the response. If respondent takes
no exceptions to specifications;or reference data in response,respondent will be required to furnish brand names,numbers,etc.,as specified in the solicitation.
2.2 All items on the solicitation shall be new,in first class condition,including containers suitable for shipment and storage, unless otherwise indicated in the solicitation.
Verbal agreements to the contrary will not be recognized.
2.3 Samples,when requested,must be furnished free of expense to the City. If not destroyed in examination,they will be returned to the respondent,on request,at
respondent expense. Each example should be marked with respondents'name and address,City solicitation number and code. Do not enclose in or attach to response.
2.4 The City will not be bound by any oral statement or representation contrary to the written specifications of the solicitation.
2.5 Manufacturer's standard warranty shall apply unless otherwise stated in the solicitation.
3. TIE RESPONSES: In case of tie responses,the award will be made in accordance with Section 271.901 of the Texas Local Government Code.
4. DELIVERY:
4.1 Response shall show number of days required to place material in City's designated location under normal conditions. Failure to state deliver time obligates respondent
{
to complete delivery in fourteen(14)calendar days. Unrealistically short or long delivery promises may cause response to be disregarded. Consistent failure to meet
delivery promises without valid reason may cause removal from Vendor list(See 4.2 following.)
4.2 If delay is foreseen,Vendor shall give written notice to the City. The City has the right to extend delivery date if reasons appear valid. Vendor shall keep the City advised
at all times of status of order. Default in promised delivery(without acceptable reasons)or failure to meet specifications,authorizes the City to purchase supplies E'
elsewhere and charge full increase,if any,in cost and handling to defaulting Vendor.
4.3 No substitutions or cancellations permitted without written approval of the City.
4.4 Delivery shall be made during normal working hours only,unless prior approval for late delivery has been obtained from the City,unless otherwise specked in the
solicitation.
5. INSPECTION AND TESTS: All goods will be subject to inspection and test by the City to the extent practicable at all times and places. Authorized City personnel shall have
access to any supplier's place of business for the purpose of inspecting merchandise. Tests may be performed on samples submitted with the response or on samples taken )
from regular shipments. If the products tested fail to meet or exceed all conditions and requirements of-the specifications,the cost of the sample used and the cost of the
testing shall be borne by the supplier. Goods,which have been delivered and rejected in whole or in part,may,at the City's option,be returned to the Vendor or held for
disposition at Vendor's risk and expense. Latent defects may result in revocation of acceptance.
6. AWARD OF AGREEMENT: A response to a solicitation is an offer to contract with the City based upon the terms,conditions,and specifications contained in the solicitation. '
Responses do not become agreements or purchase orders unless and until they are accepted by the City through its designates and an agreement or a purchase order is
issued. The agreement or purchase order shall be governed,construed,and interpreted under the Charter of the City and the laws of State of Texas. All agreements or
purchase orders are subject to the approval of the City Council or Manager.
7. PAYMENT: Vendor shall submit three(3)copies of an invoice showing the agreement or purchase order number on all copies.
8. PATENTS AND COPYRIGHTS: The Respondent agrees to protect the City from claims involving infringements of patents or copyrights.
9. RESPONDENT ASSIGNMENTS: Respondent hereby assigns to the purchaser any and all claims for overcharges associated with this agreement,which arise under the
antitrust laws of the State of Texas.TX,Bus.And Comm.Code Ann.Sec.15.01,at seq.(1967).
10. RESPONDENT AFFIRMATION:
10.1 Signing the response with a false statement is a material breach of agreement and shall void the submitted response or any resulting agreements,and the Respondent
shall be removed from all Vendor lists. By signature hereon affixed,the respondent hereby certifies that
10.2 The respondent has not given,offered to give,nor intends to give any time hereafter any economic opportunity,future employment,gift,loan,gratuity,special discount, 1'
Up,favor,or service to a public servant in connection with the submitted response.
10.3 The respondent is not currently delinquent in the payment of any debt owed the City.
10.4 Neither the respondent nor the firm,corporation,partnership,or any entity represented by the respondent,or anyone acting for such firm,corporation,or entity has
violated the antitrust laws of this State codified in Section 15.01 et.Seq.Texas Business and Commercial Code,or the Federal Antitrust Laws,nor communicated directly
or indirectly the response made to any competitor,or any other person engaged In such line of business.
10.5 The respondent has not received compensation for participation in the preparation of the specification for the solicitation.
11. NOTE TO RESPONDENTS: Any terms and conditions attached to response will not be considered unless the respondent specifically references them on the front of the
response form. WARNING:Such terms and conditions may result in disqualification of the response(e.g.responses with the laws of a state other than Texas requirements for
prepayment,Limitations on remedies,etc.) The City of Round Rock can only accept responses which contain all the terms and conditions of its formal solicitation;in particular,
all respondents'affirmations and certifications must be included. Submission of responses on forms other than City's form may result in disqualification of your response.
12. INQUIRIES: Inquiries pertaining to Solicitation invitations must give Solicitation number,codes,and opening date.
10 of 11
s
s
SOLICITATION NUMBER
12-021
SPECIFICATION NUMBER
11-998-15 •11-998-47.11-998-68 •11-998-75.11-998-85
DATED:JANUARY 2012
ATTACHMENT A
REFERENCE SHEET
PLEASE COMPLETE AND RETURN THIS FORM WITH THE SOLICITATION RESPONSE 2.
G
SOLICITATION NUMBER:
RESPONDENT'S NAME: DATE:
Provide the name,address, telephone number and point of contact of at least three (3)firms applicable to Municipal r'
and/or Government projects that have utilized similar service for at least two(2)years. City of Round Rock references are
not applicable. References may be checked prior to award. Any negative responses received may result in
disqualification of solicitation.
s
1. Company's Name:
Name of Contact:
Title of Contact:
E-Mail Address:
Present Address:
City, State, Zip Code:
Telephone Number: ( ) Fax Number: ( )
e
�c
4'
2. Company's Name: €'
Name of Contact:
Title of Contact: =?
E-Mail Address:
Present Address:
City, State, Zip Code:
Telephone Number: ( ) Fax Number: ( )
(
3. Company's Name:
Name of Contact:
Title of Contact:
E-Mail Address:
Present Address:
F
City, State, Zip Code:
Telephone Number: ( ) Fax Number: ( )
i
FAILURE TO PROVIDE THE REQUIRED INFORMATION WITH THE SOLICITATION RESPONSE MAY
AUTOMATICALLY DISQUALIFY THE RESPONSE FROM CONSIDERATION FOR AWARD. I
{
I
E
i
E
i
11 of 11
t
f
111E U1tG/ l tiTr PAYMENT INFORMA $iii PL LCEIt�I>^+NT OCt'�i.LLECTKO??S ��,,,_•
Custamtr Name _ Service Location Name Tax Id K
KJoc- hlsmay:\•^t^ �.0 .t•E �Z 'ti<`.(1 \ C ��t'r
Customer Bil3ing Address rtrice location Pllvsieal Address
Attention(ride aritemitrun contact Person or Sponsor Group) COUNTY R-CODE
Street
Street
aUL—:� E .Z�-t: 9�-, �f .v t. 31 Q. —\,�)�` \Jt .VL
city.State,Zip City,Stote.Zip
Customer Contact Person Service Location Contact Person
Name Name
m lf �
Tel. pax TeL F
z )
w t La ) ,�1'� -S;Sr (ala ) 3-it--��•I�t; vs. _
Entail AJJccxs \ Entail Address
CONTAINER SIZE I Containerluro PICKUP Caaminw SersieeCommencement Contract Siguature/Sturt Date CoutrnetEnds
SCHEDI2E Date(Biu Placement Date)
Q c/O z� Quan 4Y/ Tra //moi✓
C—0—d I R<mw f `jr(7rr paf8
CON IODrn'CODE INDICATOR REGION INDICATOR XDeslaideBins I OF SUM SLTli.tlNLiD OFCkRTS
TYPE
HIGH SIDE
c>
v L v
rioolas ('EIi1NGS F1�CDSI'CR dil.T. t11:1'. ND1CATOR Sa1e512epresentative Maine Sales 11en1ese11tative 1P3
Karen Goldman 78801353
TON REBATE INDICATOR% LESSS
-��
otu r t r au Fud Smetarge Y Haul Costs(Circle 1) Sptdel Iauruetioo:
Fu ttar<tl<�epmml Ferp'tckup or Monet Pickup Pickup FedLirt
S '—V Mnvd cPt Y I N
J� l� rig mom, 5•; .re /
FOR OFFICE USE NLY
ENTERED AT CE\TER BY(,Inme)
t