← Back to Whitefish

Document Whitefish_doc_72901481a4

Full Text

Bid Package for RECYCLING SERVICES CITY OF WHITEFISH - MONTANA BIDS DUE: March 5, 2021 ---PAGE BREAK--- 1 TABLE OF CONTENTS Invitation to Bid 2 Instructions to Bidders 3-7 Bidder Information Sheet 8 Bid Forms 9-12 Bidder Qualification Statement 13-14 General Terms and Conditions 15-19 Submittal Checklist 20 ---PAGE BREAK--- 2 INVITATION TO BID Recycling Services CITY of WHITEFISH, MONTANA Issued: February 8, 2021 Bids Due: Friday March 5, 2021 – 4 PM 418 E. 2ND ST. WHITEFISH, MT 59937 Sealed bids for Recycling Services will be received by the City of Whitefish until Friday, March 5, 2021, at 4:00 PM. Bids shall be addressed to Craig Workman, Director of Public Works, 418 E. 2nd St., Whitefish, MT 59937. A Pre-Bid Meeting will be held on Tuesday February 16, 2021 at 10 am. The meeting will be held remotely via WebEx. Specific meeting information will be provided upon request. Bids will be accepted for two separate and distinct services. Part 1 is for the design and management of a Central Recycling Site. This portion of the bid is mandatory for all responders. Part 2 is for the bi-weekly curbside collection and disposal of recyclables from approximately 3,500 residential units within the City of Whitefish. This portion of the bid is an alternate and bidders may elect not to respond to this portion of the invitation. Detailed specifications and bid forms may be secured from the Public Works Department, Whitefish City Hall, 418 E. 2nd St., Whitefish, MT 59937, between the hours of 8:00 AM and 5:00 PM, or from the city’s website at www.cityofwhitefish.org. Contact Craig Workman, Department of Public Works at (406) 863-2455, or email at [EMAIL REDACTED] for any questions you may have. It is the responsibility of each bidder to become fully acquainted with the specifications as they exist so the bidder may fully understand the routes, facilities, difficulties, and restrictions related to providing services in accordance with the detailed specifications and bid forms. The City reserves the right to modify or waive technicalities in specifications, reject any or all bids, to waive irregularities or accept the bid that in its opinion will serve its best interest. It is the successful bidder’s responsibility to comply with state and federal regulations. ---PAGE BREAK--- 3 INSTRUCTIONS TO BIDDERS 1. Project Descriptions Bids will be accepted for two separate and distinct services, with the intention of moving forward with one of the two options. Part 1 – Design and Management of a Central Recycling Site (mandatory response) The City currently has a Centralized Recycling Site located at the corner of Columbia Avenue and Railway Street. The property where the site is located is being repurposed and the City is considering the creation of a new centralized collection site. The new location will be on Monegan Road, between Voerman Road and JP Road, as depicted in Appendix A. The site should accept flattened cardboard and paperboard, aluminum/tin/steel cans, and newspaper, magazines, office paper, catalogs, and junk mail. In addition, contractors will be required to include alternate prices to accept #1 and #2 plastics in their bid. The successful contractor will be responsible for working the with the City to design a new facility to accept an anticipated 700 annual tons of material, with room for future expansion. Once construction is completed by the City, the contractor will then be responsible for management of the site for three years, beginning during the summer of 2021. The Contractor will be required to monitor the location and automatically switch out containers, as necessary, without notification from the City. The Contractor shall have sufficient inventory containers such that when a container is being delivered to the processing facility, another empty recycling container is available. Contractor shall be responsible for container maintenance including making repairs required due to normal wear and tear, as well as periodic cleaning and sanitizing. Part 2 – Curbside Collection (optional response) The work is generally described as bi-weekly (every other week) collection, transport, and disposal of single stream recyclable residential solid waste. The work will take place for three years, beginning during the summer of 2021. Contractor will be responsible for furnishing a suitable number of vehicles, employees, and containers to provide this service to the approximately 3,500 residential units within City limits. Collection will include comingled cardboard and paperboard, aluminum/tin/steel cans, and newspaper, magazines, office paper, catalogs, and junk mail. In addition, contractors will be required to include alternate prices to accept #1 and #2 plastics. 2. Acknowledgements In submitting their bid, the bidder represents, that: A. Contract documents have been reviewed thoroughly, bidder’s observations have been correlated with the contract documents, and the City has been notified of any conflicts, errors, or discrepancies in the contract documents; ---PAGE BREAK--- 4 B. The submission of a bid will constitute an incontrovertible representation that the bidder has complied with every requirement of this request, that without exception the bid is premised upon performing and furnishing the work required by the contract documents, and that the contract documents are sufficient in scope and detail to indicate and convey understanding of all terms and conditions; C. Contractor has familiarized itself with the nature and extent of the bid requirements, services to be provided, all local conditions, laws, and regulations that in any manner may affect cost or furnishing of services; D. Contractor has given the City of Whitefish Director of Public Works written notice of all conflicts, errors or discrepancies discovered in the Contract Specification Documents and the written resolution thereof by the City of Whitefish and stated in writing to the Director of Public Works that these documents are acceptable to Contractor; E. The Bi d is genuine and not made in the interest of or on behalf of any undisclosed persons, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; F. Contractor has not directly or indirectly induced or solicited any other Contractor to submit a false or sham proposal; G. Contractor has not solicited or induced any person, firm, or corporation to refrain from submitting a Bid; H. Contractor has not sought by collusion to obtain for itself any advantage over any other Contractor or over City; and I. This bid will remain subject to acceptance for 60 days after March 5, 2021. Contractor will sign and submit the Contract and any other documents required by the Contract Specification Documents within 14 days after the date of City's Notice of Award. 3. Bidder’s Qualification Statement The enclosed Bidder's Qualification Statement must be filed with the Public Works Department not less than five days prior to the opening of the bids and show sufficient financial ability, equipment, and experience to properly perform the contract. The decision of the City as to qualifications shall be final. 4. Bid Bond Bids must be accompanied by bid bond in the amount of 5% of the total bid amount of the highest years’ service for the Central Site or Curbside response, whichever is greater. Bid and bid bond may not be withdrawn for a period of 60 days after the Bid Deadline. Bid bond will be retained if the Bidder is awarded the Work and fails to execute the Agreement. ---PAGE BREAK--- 5 5. Performance Bond A performance bond in the amount of 100% of the highest years’ service cost will be required from the successful bidder upon execution of a final service contract. 6. Interpretations, Addenda, and Pre-Bid Meeting A. All questions about the meaning or intent of the contract documents are to be directed to the Director of Public Works. Interpretations or clarifications considered necessary by the City in response to such questions will be issued by Addenda. B. All requests for interpretation must be received on or before Wednesday February 24, 2021. Addenda will be posted on or before Monday March 1, 2021. Failure of any bidder to acknowledge any such addenda or interpretation shall not relieve such bidder from any obligations under their bid as submitted. All addenda issued shall become part of the contract documents. Oral and other interpretations or clarifications will be without legal effect. Addenda may also be issued to modify the Bidding Documents as deemed advisable by the City. C. A Pre-Bid Meeting will be held on Tuesday February 16, 2021 at 10 am at the Whitefish City Hall, 418 E. 2nd St., Whitefish, MT 59937. Attendance at this meeting is not necessary in order to submit a bid. 7. Bid Forms A. Bid Forms are included with the bidding documents. These forms must be used, and the Contractor’s bid may not be separated from the attached form. B. All blanks on the Bid Form must be completed in ink. The price of each item on the form must be stated in words and numerals. In case of conflict, words will take precedence. C. Bids by corporations must be executed in the corporate name by the President or Vice President (or other corporate office accompanied by evidence of authority to sign) and the corporate seal must be affixed and attested by the secretary or an assistant secretary. The corporate address and state of incorporation must be shown below the signature. D. Bids by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature and official address for the partnership must be shown below the signature. E. All names must be printed below the signature. F. The bid shall contain an acknowledgment of receipt of all Addenda (the numbers of which must be filled in on Bid Form 2015A). ---PAGE BREAK--- 6 G. All bids must be signed before a Notary Public or other officer authorized to administer oaths. 8. Preparation and Submission of Bids Bids shall be submitted to the Whitefish Public Works Department on or before Friday, March 5, 2021, at 4:00 PM according to our clock. Bids shall be addressed to Craig Workman, Director of Public Works, 418 E. 2nd St., Whitefish, MT 59937. Bids shall be firmly sealed in an opaque envelope. Each envelope shall be plainly labeled “Bid for Recycling Services” and shall bear the name of the individual, firm or corporation submitting the bid. If the bid is sent through the mail or other delivery system, the sealed envelope shall be enclosed in a separate envelope with the notation “BID ENCLOSED”. No bid will be considered which is received after the closing time. 9. Modification or Withdrawal of BIDS Bids may be modified or withdrawn by an appropriate document duly executed (in the manner that a bid must be executed) and delivered to the place where bids are to be submitted at any time prior to the opening of bids. 10. Bids to Remain Subject to Acceptance All bids will remain subject to acceptance for sixty days after the day of the bid opening, but the City may, in its sole discretion, release any bid prior to that date. 11. Award of Contract A. The City reserves the right to reject any and all bids, to waive any and all informalities not involving price, time or changes in the work and to negotiate contract terms with the successful bidder, and the right to disregard all non-conforming, non-responsive, unbalanced or conditional bids. Also, the City reserves the right to reject the bid of any bidder, whether because the bid is not responsive, or the bidder is unqualified or of doubtful financial ability or fails to meet any other pertinent standard or criteria established by the City. B. Discrepancies between the indicated sum of any column of figures and the correct sum thereof will be resolved in favor of the correct sum. C. Bids which are incomplete, unbalanced, conditional or obscure or which contain additions not called for, erasures, alterations, or irregularities if any kind, or which do not comply with the Instructions to Bidders may be rejected at the option of the City. D. In evaluating bids, the City will consider the qualifications of the bidders, whether or not the bids comply with the prescribed requirements, and such alternates, unit prices and other data, as may be requested in the bid form. ---PAGE BREAK--- 7 E. The City may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish the City all such information and data for this purpose as the City may request. The City reserves the right to reject any bid if the evidence submitted by, or investigation of, such bidder fails to satisfy the City that such bidder is properly qualified to carry out the obligations of the contract documents and to complete the work contemplated therein. 12. Signing of Agreement A. When the City gives a Notice of Award to the successful bidder, it will be accompanied by the required number of unsigned counterparts of the Agreement with all other written Contract Documents attached. Within fifteen days thereafter the Contractor shall sign and deliver the required number of counterparts of the Agreement and attached documents to the City. Within ten days thereafter the City shall deliver one fully signed counterpart to the Contractor. B. In case the successful bidder fails to sign the Agreement within the above prescribed time, the City may at its option consider that the Bidder has abandoned the contract, in which case the Bid Bond accompanying the bid shall become the property of the City. ---PAGE BREAK--- 8 BIDDER INFORMATION SHEET CITY OF WHITEFISH, MONTANA FOR RECYCLING SERVICES Name of Bidder: Business Address: City, State Zip: Tax ID Number: Primary Contact Information: Name: Title: Telephone Number: Fax Number: email: ---PAGE BREAK--- 9 BID FORM #1 DESIGN AND MANAGEMENT OF A CENTRAL RECYCLING SITE (Mandatory Response) Page 1 of 2 YEAR 1 – 2021/2022 Base Bid: Assistance with design of a central recycling site followed by collection and disposal of flattened cardboard and paperboard, aluminum/tin/steel cans, and newspaper, magazines, office paper, catalogs, and junk mail. Item Description Cost In Writing Cost $ Dollars and Cents Alternative Bid: Base bid plus collection and disposal of #1 and #2 plastics. Item Description Cost In Writing Cost $ Dollars and Cents YEAR 2 – 2022/2023 Base Bid: Assistance with design of a central recycling site followed by collection and disposal of flattened cardboard and paperboard, aluminum/tin/steel cans, and newspaper, magazines, office paper, catalogs, and junk mail. Item Description Cost In Writing Cost $ Dollars and Cents Alternative Bid: Base bid plus collection and disposal of #1 and #2 plastics. Item Description Cost In Writing Cost $ Dollars and Cents ---PAGE BREAK--- 10 BID FORM #1 DESIGN AND MANAGEMENT OF A CENTRAL RECYCLING SITE (Mandatory Response) Page 2 of 2 YEAR 3 – 2023/2024 Base Bid: Assistance with design of a central recycling site followed by collection and disposal of flattened cardboard and paperboard, aluminum/tin/steel cans, and newspaper, magazines, office paper, catalogs, and junk mail. Item Description Cost In Writing Cost $ Dollars and Cents Alternative Bid: Base bid plus collection and disposal of #1 and #2 plastics. Item Description Cost In Writing Cost $ Dollars and Cents Name and location of MRF where materials will be taken: Method of Transporting materials to MRF: Addendum Number(s) Acknowledged: ---PAGE BREAK--- 11 BID FORM #2 CURBSIDE COLLECTION & DISPOSAL (Optional Response) Page 1 of 2 YEAR 1 – 2021/2022 Base Bid: Bi-weekly collection, transport, and disposal of single stream recycling collection from approximately 3,500 residences. Service includes collection and disposal of comingled flattened cardboard and paperboard, aluminum/tin/steel cans, and newspaper, magazines, office paper, catalogs, and junk mail. Item Description Cost In Writing Cost Per Stop $ Dollars and Cents Alternative Bid: Base bid plus collection and disposal of #1 and #2 plastics. Item Description Cost In Writing Cost Per Stop $ Dollars and Cents YEAR 2 – 2022/2023 Base Bid: Bi-weekly collection, transport, and disposal of single stream recycling collection from approximately 3,500 residences. Service includes collection and disposal of comingled flattened cardboard and paperboard, aluminum/tin/steel cans, and newspaper, magazines, office paper, catalogs, and junk mail. Item Description Cost In Writing Cost Per Stop $ Dollars and Cents Alternative Bid: Base bid plus collection and disposal of #1 and #2 plastics. Item Description Cost In Writing Cost Per Stop $ Dollars and Cents ---PAGE BREAK--- 12 BID FORM #2 CURBSIDE COLLECTION & DISPOSAL (Optional Response) Page 2 of 2 YEAR 3 – 2023/2024 Base Bid: Bi-weekly collection, transport, and disposal of single stream recycling collection from approximately 3,500 residences. Service includes collection and disposal of comingled flattened cardboard and paperboard, aluminum/tin/steel cans, and newspaper, magazines, office paper, catalogs, and junk mail. Item Description Cost In Writing Cost Per Stop $ Dollars and Cents Alternative Bid: Base bid plus collection and disposal of #1 and #2 plastics. Item Description Cost In Writing Cost Per Stop $ Dollars and Cents Name and location of MRF where materials will be taken: Method of Transporting materials to MRF: Addendum Number(s) Acknowledged: ---PAGE BREAK--- 13 BIDDER QUALIFICATION STATEMENT This form is to be completed and submitted to the City as requested. The contents of this questionnaire will be considered confidential. If the City is not satisfied with the sufficiency of the answers to the questionnaire and financial statement, it may require additional information, or reject or disregard the proposal. 1. Company Information: Name: Address: City: State: ZIP Phone: Fax: Email: Cell: 2. Primary Contact Information: Name: Address: City: State: ZIP Phone: Fax: Email: Cell: ---PAGE BREAK--- 14 Attach any additional documents necessary to answer remaining questions. 3. When Organized: Where Incorporated: 4. How many years has the firm been engaged in business under the present firm name? 5. General description of related work performed by your firm. 6. Present related work under contract in Montana. (Attach list of present contracts.) 7. Have you ever defaulted on a contract? Yes No . If the answer is "yes" attach a statement describing where and why. 8. Attach a statement of your experience, including the experience of the principal member of your personnel who will appear on the work under this contract. 10. Additional information may be submitted if desired. Dated this day of , 2021. Name of Organization By: Title: ---PAGE BREAK--- 15 General Terms and Conditions 1. CONTRACTOR. Contractor will enter into agreement with the City of Whitefish to perform services as stated under the terms and conditions as stated in the bid specifications. Business owners within the City may arrange for the collection and disposal of recyclables on behalf of and at the sole expense of such business owner. Collection and disposal of recyclables by business owners, at their own expense, does not alter the Contractor’s rights or obligations under this contract. 2. ASSIGNMENT. The Contractor may not subcontract or assign its rights and obligations under the terms of this contract except with the written consent of the City. 3. LABOR USED IN COLLECTION OF RECYCLABLES. The Contractor shall employ such persons as may be needed to collect the single stream recyclables on an established schedule. All such persons shall be employees of the Contractor, who shall provide workers’ compensation to their employees and be solely responsible for complying with the requirements of the State of Montana relating to the employment of such people. The Contractor also shall be responsible for all claims and bills for wages, salaries, and supplies purchased or in any way related to the Contractor’s performance of this contract. 4. EQUIPMENT USED IN COLLECTION O F RECYCLABLES. The Contractor shall provide all standard or specialized equipment necessary to collect on an established schedule in a professional, efficient, and safe manner, single stream recyclables. Equipment must be safe, sanitary, and maintained in such a manner as to accomplish efficient collection with as little noise and disturbance as possible. All equipment will be operated and maintained, especially exhaust mufflers and brakes, to minimize noise. Equipment shall not be permitted to remain parked on City streets when not in use. 5. INSURANCE. The Contractor shall procure insurance against claims for injuries to persons or damages to property which may arise from the performance of the work by the Contractor, his/her agents, representatives, employees or subcontractors and maintain it for the duration of the contract. The cost of such insurance shall be considered included in the price of the contracting of the work involved and no additional compensation will be allowed. A. Minimum Limits of Insurance. The Contractor agrees to maintain through the life of the contract insurance in the following amount: 1. An overall umbrella policy of a minimum of Five Million Dollars ($5,000,000.) 2. Commercial General Liability Insurance with limits of not less than Two Million Dollars ($2,000,000) for bodily injures, including accidental death, to any one person and not less than One Million Dollars ($1,000,000) for each accident. ---PAGE BREAK--- 16 3. The Contract also shall provide property damage insurance with limits of not less than One Million Dollars ($1,000,000) for each accident. 4. Automobile liability of One Million Dollars ($1,000,000) combined single limit per accident for bodily injury and property damage; 5. Worker compensation limits as required by the State of Montana; 6. Employer’s liability limits of One Million Dollars ($1,000,000) per accident; B. Evidence of Insurance. Before commencement of the term of this contract, the Contractor shall provide the City with evidence of insurance consistent with the requirements specified above. The City of Whitefish shall be listed as a co-insured party. All insurance policies carried by the Contractor, required by conditions of the bid specifications, shall bear an endorsement or shall have attached thereto a rider providing that in the event of cancellation of such policies for any reason whatsoever, the City shall be notified in writing by the carrier and Contractor by mail at least thirty (30) days prior to any such cancellation. 6. INDEMNITY. The Contractor shall indemnify and hold the City, its appointed, hired and/or elected officers, agents, employees and designees, free and harmless from any and all costs, damages, claims, losses or expenses which may be incurred on account of damages, deaths, or injuries arising out of or related to the work being performed by the Contractor under the terms of any contract entered into with the City or an account of enforcing the provisions of this Contract against the Contractor or its agents or employees, including, but not limited by enumeration, reasonable attorney fees and court costs incurred by the City in defending against any claim or in enforcing this contract. 7. PART 1: DESIGN AND MANAGEMENT OF A CENTRAL RECYCLING SITE A. Mandatory Response. Bidders are required to respond to Part 1 of this invitation to bid. B. Scope of Work. The contractor will assist the City in the design of a proposed central recycling on Monegan Road, between Voerman Road and JP Road, as depicted in Appendix A. Design assistance will require several meetings with City staff to recommend and discuss concepts for the site that will maximize efficiency and promote a positive user experience. This will include concepts such as site size and configuration, fencing, hours of operation, security, animal resistance, proposed signage for recycling bins to encourage proper sorting and signs to educate the public as to items not accepted, cardboard compaction, etc. Once design is approved and construction of the site is completed by the City, the contractor will then be responsible for management of the site. The Contractor will be required to monitor the location and automatically switch out containers, as necessary, ---PAGE BREAK--- 17 without notification from the City. The Contractor shall have sufficient inventory containers such that when a container is being delivered to the processing facility, another empty recycling container is available. Contractor shall be responsible for container maintenance including making repairs required due to normal wear and tear, as well as periodic cleaning and sanitizing. C. Recyclables Collection. The Contractor shall be required to collect and haul recyclable materials including flattened cardboard and paperboard, aluminum/tin/steel cans, and newspaper, magazines, office paper, catalogs, and junk mail. In addition, contractors will be required to include alternate prices to accept #1 and #2 plastics. D. Cleanup. The Contractor shall insure that no recyclables are spilled during the collection and transportation process. 8. PART 2 – CURBSIDE COLLECTION A. Optional Response. Response to Part 2 of this invitation to bid is optional. B. Scope of Work, Frequency, and Schedule. The Contractor, if submitting this optional bid, shall collect single stream recyclables once every other week. Collection shall be done in accordance with a specific collection schedule, established and maintained by the Contractor in coordination with the City’s Municipal Solid Waste Provider and approved by the City. The schedule shall designate collection area, day, and approximate time of collection. Unless the Contractor gives the City or affected residents at least thirty (30) days advance notice, all regular collections, for any designated area, shall occur on the same day every two weeks. The Contractor shall lay out collection routes and provide adequate equipment and labor to complete scheduled collections on the designated collection day. When a designated collection is scheduled for pick-up on a holiday (New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving or Christmas), collection for that area shall be made on the business day following the regular day. C. Hours and Location. Recyclables shall be collected between the hours of 7:00 A.M. and 8:00 P.M. There shall be no collection between 8:01 P.M. and 6:59 A.M. The Contractor shall not be required to collect recyclable materials, which are not placed at curb locations or other areas adjacent to the street, alley, or roadway by 7:00 A.M. on the scheduled collection day. D. City-Owned Containers. Contractor shall not charge the City for any services connected with collection and hauling of recyclables from City owned facilities and downtown containers as shown on Appendix B and any future facilities the City may own. E. Recyclables Collection. The Contractor shall be required to collect and haul recyclable materials including flattened cardboard and paperboard, ---PAGE BREAK--- 18 aluminum/tin/steel cans, and newspaper, magazines, office paper, catalogs, and junk mail. In addition, contractors responding to this part shall include alternate prices to accept #1 and #2 plastics. F. Additions and Deletions. The City, upon thirty (30) days’ notice, may designate materials to be added to or deleted from the list of recyclables to be collected by the Contractor upon the mutual agreement with the Contractor. G. Pickup Refusal. The Contractor shall keep records of the addresses where collection is refused and notify the City of Whitefish of those addresses on a daily basis. The winning bidder shall be required to provide a tagging system for material that does not get collected. On the tag must be, at a minimum, Address, Date, Time, Explanation why the material was not picked up. Bidders shall submit with the proposal an example of the tagging system to be used. H. Cleanup. The Contractor shall insure that no recyclables are spilled during the collection and transportation process and that no recycling containers are left on the drives, boulevards, streets, alleys, or roadways obstructing traffic. I. Information/Complaints. The Contractor shall staff, during normal business hours, a local telephone number and website to provide information on the collection days and times. The Contractor shall receive directly, via that telephone or website, complaints on missed pickups, container damage, spillage, etc. The City will publish the local number in its applicable publications. The Contractor may refer general questions on the program to the City. The Contractor must submit proposed ads, leaflets, and/or other informational material that the Contractor may distribute or publish to the Director of Public Works for prior approval. 9. RECYCLABLES HAULING/DISPOSAL. The Contractor shall cause the delivery of all recyclable materials to an appropriate materials recovery facility (MRF). The Contractor shall disclose the location of the MRF, as well as the method of transporting materials to the facility on the bid form(s) and update the City if the MRF changes. 10. REPORTING. Reports shall be provided to the City. The Contractor shall furnish the City, on a basis, reports with calculated recycling tonnage, in total and separately, for all materials collected each month within the City under this Contract. The contractor shall specify how the tonnages were calculated and provide documentation from the MRF where the material was handled. Documentation must include weigh scale tickets for full loads and estimated slips if partial loads are in the report. The Contractor shall also provide the city documentation from the MRF as to where materials are recycled and/or shipped to for recycling. Tonnage reports for materials collected and not recycled shall also be included with the documented reason for disposal. 11. PROCEEDS & ADJUSTMENTS. The proceeds from the sale of all recyclables collected within the City under the terms of the agreement between the City and Contractor shall be the Contractor’s. In the event that any statute, ordinance, or ---PAGE BREAK--- 19 administrative rule is enacted which requires collection or disposal of recyclables in a manner different from that required or described by the agreement between the City and the Contractor, the parties may agree to adjust compensation, except that such adjustments shall be limited to those additional expenses related to compliance with new laws. 12. BILLING STATEMENT. The Contractor shall bill the City on a basis for pickup of recyclables based on the agreed number of household units. The invoice shall note the actual number of household unit stops made each month. An example of the proposed billing statement shall be included with the proposal. 13. PAYMENT TO THE CONTRACTOR. The City shall compensate the Contractor within 30 days of the receipt of the Contractor’s billing statements for service rendered in accordance with the agreement. 14. TERM. The term of this the agreement between the City and Contractor shall be three years. 15. EARLY TERMINATION FOR UNSATISFACTORY SERVICE. The agreement between the City and the Contractor may be terminated by City for unsatisfactory service after giving sixty (60) days prior written notice of the intended date of termination. A. Unsatisfactory service may include, but not be limited to, consistent or recurring failure to provide timely collection, omission of collections, failure to leave the collection sites in good order, failure to deliver recyclables to appropriate facilities and failure to provide a regular and accurate accounting for the disposal of recyclables or similar deviations from the requirements. B. Termination shall not become effective if the defaulting party remedies or cures the default within thirty (30) days of the mailing the written notice of default. 16. COMPLIANCE WITH LAWFUL AUTHORITY. The Contractor shall comply with all applicable federal, state, and local statutes, ordinances, and administrative rules. Vehicles operated by the Contractor shall be driven in a safe and lawful manner. 17. BID BOND: Bids must be accompanied by bid bond in the amount of 5% of the total bid amount for highest years’ service. Bid and bid bond may not be withdrawn for a period of 60 days after the Bid Deadline. Bid bond will be retained if the Bidder is awarded the Work and fails to execute the Agreement. 18. PERFORMANCE BOND: A performance bond in the amount of 100% of the highest years’ service cost will be required from the successful bidder. ---PAGE BREAK--- 20 Submittal Checklist □ Bidder Qualification Statement (5 days or more prior to bid opening) □ Example of Proposed Tagging System □ Example of Proposed Invoice □ Bidder Information Sheet □ Bid Form(s) □ Bid Bond □ Performance Bond ---PAGE BREAK--- X Proposed Central Recycling Site Appendix A Proposed Central Recycling Site Location ---PAGE BREAK---  R Water Treatment Plant City Beach Armory Park Parks and Rec Shop Waste Water Treatment Plant Emergency Services Center Public Works City Shop Cemetary RENTER ‐ Saddle Club and Ice Den Old Parks Shop RENTER ‐ 405 & 407 E 1st Street City Hall RENTER ‐ Glacier Twins concession stand RENTER ‐ Glacier Twins dressing rooms Whitefish Public Library W H I T E F I S H L A K E L O S T C O O N L A K E E 2ND ST SPOKANE AVE H A S K ILL C RE EK CO W CR E EK W H I T EF I SH R IVER Riverside Park Memorial Park Armory Park River Trail Park City Beach Creekwood Park River's Edge Park Whitefish Golf Course BAKER AVE E LAKESHORE D R E 2ND ST W 18TH ST WISCONSIN AVE J P RD VOERMAN RD E 13 TH ST KARROW AVE E EDGEWOO D DR DENVER ST KARROW AVE ARMORY RD RESERVOIR RD TEXAS AVE EDGE W O O D P L PINE AVE W 7TH ST E 7TH ST NO R THWO O D S DR W 7TH ST DA K O T A AVE COLUMBIA AVE CE N TRAL AVE MONEGAN RD E L A K E S H OR E DR MINNESOTA AVE M O R R IS O N R D COLORADO AVE HI G HL A N D D R E 5TH ST SOMERS AVE LOST COON TRL G E D DES A VE DUFF LN PARK AVE E 8TH ST SAWTOO T H D R LUND LN IOWA AVE GREENWOOD DR PARK K NO LL LN L A T I G O LN W 1 0TH ST R A M S EY A V E MISSY LN O`BRIEN AVE RI C K O`SHA Y RD W 3RD ST NORTH VAL L EY DR LAMB LN E TEXAS AVE W H IT E FI SH AVE HO U S TON DR E 4TH ST DOD GE R L N KALISPELL AVE CREEK V I E W D R LUPFER AVE SHILOH AVE E 6TH ST E 3RD ST E 1ST ST SKYLES PL W 6TH ST F AIRW A Y D R MONEGAN RD PA R K W A Y DR BLANCHARD LAK E DR S H A D Y R I V E R LN W 9TH ST GLENWOOD RD B AY POI NT DR BARKLEY L N BI R CH P OI N T DR LAC Y L N C R E ST W O OD D R CEDAR ST LA BRIE DR W A V E R LY P L W 4TH ST Central Recycling Site   93 0 0.5 1 0.25 Miles  R Central Recycling Location - 5 Columbia Ave Solid Waste Pickup Areas Appendix B City-Owned Collection Sites