HomeMy WebLinkAboutR-2022-059 Agreement for Curbside Residential Refuse Collection and Disposal Services RESOLUTION NO. R—2022-059
A RESOLUTION APPROVING AN AGREEMENT FOR CURBSIDE RESIDENTIAL
REFUSE COLLECTION AND DISPOSAL SERVICES
BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF RIVERSIDE,
MISSOURI, AS FOLLOWS:
THAT the Board of Aldermen, pursuant to City Code Section 135.070.B., hereby finds
and determines that it is in the best interest of the City to enter into the Sanitation Collection and
Disposal Agreement with GFL Environmental, Inc. to maintain stable service, continuity of
service levels, use of existing carts, and pricing quality and certainty; and
FURTHER THAT the Board of Aldermen hereby approves the Sanitation Collection
and Disposal Agreement, a copy of which is attached in its substantial form, and further
authorizes the Mayor to execute the same on the City's behalf;
FURTHER THAT the City Administrator and such other officials of the City may
execute any other additional documents or take such other actions as are necessary, incidental or
expedient to carry out the intent of the agreement approved and the authority granted herein.
PASSED AND ADOPTED by the Board of Aldermen of the City of Riverside,
Missouri, the a I 1 day of 2022.
r Kat leen L. Rose
ATTES •
Robin Kincaid, Ci y Clerk
SANITATION COLLECTION AND DISPOSAL AGREEMENT
THIS AGREEMENT is made and entered by and between GFL Environmental, Inc.
("Contractor")and the City of Riverside, Missouri ("City").
1. Scope of Services. CONTRACTOR shall perform the work and supply the equipment and
services specified in ATTACHMENT A, SCOPE OF SERVICES, and elsewhere within the
body of this Agreement and its Attachments.
2. Term of Contract. The initial term of this Agreement shall begin on January 1, 2023, and
shall end on December 31, 2023. This agreement shall automatically renew for up to five (5)
additional one year terms under the same conditions of this Agreement unless one or both
parties submit notice as described below to cancel the agreement, or if such annual
appropriation for this agreement is not passed by the Board of Aldermen in its annual operating
budget.
3. Pricing Terms.
a. The Contractor agrees to perform all work described in this agreement for the agreed
upon and negotiated price. The City agrees to pay the Contractor for services provided
based upon the pricing as set forth in this section.
i. Solid Waste Pick Up with Contractor Provided Storage Container; and
ii. Recycling Pick Up with Contractor Provided Storage Container; and
iii. Yard Waste Pick Up,
shall be $12.95 per collection point per month, and shall be subject to a 3% annual
increase. The parties agree to cooperate and act in good-faith annually to ensure that
the billings are based on an accurate number of residential collection points. A fuel
surcharge of 5%each month the price of diesel is at or above $3.50 per gallon shall
apply. The diesel price index to be used shall be found under the category of
Midwest Region, U.S. Diesel (On-Highway) from the Energy Information
Administration of the U.S. Department of Energy.
b. The updated count shall occur on an annual basis as provided in subsection (a) above,
and there shall be no month -to -month adjustment except upon circumstances in which
both parties mutually agree that circumstances are of sufficient magnitude as to warrant
an intervening adjustment. In the event Contractor disputes the updated count annually
provided by City, City shall identify the basis for the count to Contractor and
Contractor shall provide to City any information which it believes City overlooked or
misconstrued in establishing the updated count. The parties shall attempt in good faith
to reach an agreement on the updated count. In the event they are unable to do so prior
to January 1 of the contract year which is to ensue, the count as established by City
shall control unless and until such time as Contractor provides, at its expense, an actual,
physical count of the eligible dwelling units within the areas to be served by it under
this Contract, such count to be performed by an independent third -party and upon
terms agreeable to City and Contractor.
c. City's Director of Public Works has the authority to provide for the collection of refuse
from exempt dwelling units when, in his judgment, such collection has become
necessary for the preservation of the public health or safety. In such event, any exempt
dwelling unit to which service is extended shall be considered an eligible dwelling unit.
City shall confer with Contractor for purposes of determining whether Contractor is
ready, able and willing to assume responsibility for collection from any dwelling unit
within the City limits that is rendered an eligible dwelling unit hereunder, provided
however that Contractor shall not be obligated to provide those expanded services
under this Contract until such date as the City and Contractor mutually agree such
expanded services shall commence. Any expanded services shall be subject in all
regards to the terms and conditions of this Contract except as specifically provided for
herein. Notwithstanding the provisions of paragraph (a) of this Section 3, the unit price
with regard to the dwelling units rendered eligible under this paragraph shall be
determined and mutually agreed upon by City and Contractor.
d. City shall not be liable to Contractor for any amounts which may be due and payable
Contractor by any third party electing to use "Bulky Express" service as outlined in
ATTACHMENT A,SCOPE OF SERVICES.
4. Contract Payment. The City will be the sole judge as to the sufficiency of the work
performed. The Contractor agrees that the City may withhold any and all payment for damage
or destruction, blatant or otherwise, incurred to the City's property caused by poor performance
or defective equipment or materials or personnel employed or utilized by the Contractor.
Additionally, it is agreed the Contractor shall also be liable to the City for replacement of
materials or services occasioned by such breach.
5. Insurance Requirements.
a. Insurance The Contractor shall procure, maintain, and provide proof of, insurance
coverage's for injuries to persons and/or property damage as may arise from or in
conjunction with, the work performed on behalf of the City of Riverside by the
Contractor, its agents, representatives, employees or subcontractors. The City of
Riverside shall be named as an additional insured under such insurance contracts
(except for Worker's Compensation coverage). Proof of coverage as contained herein
shall be submitted prior to the commencement of work and such coverage shall be
maintained by the Contractor for the duration of the contract period. The policy must
cover any claim occurring during the contract period, whether or not a claim is made
during that period.
i. General Liability Coverage shall be as broad as: Comprehensive General
Liability endorsed to include Broad Form, Commercial General Liability forms
including Product/Completed Operations.
Minimum Limits General Liability:
$3,000,000 Combined Single Limit
$1,000,000 Each Occurrence Limit
$1,000,000 Products and Completed Operations
$1,000,000 Personal and Advertising Injury
$50,000 Fire Damage Limit
$5,000 Medical Expense Limit
ii. Automobile Liability Coverage sufficient to cover all vehicles owned, used, or
hired by the Bidder/Contractor, its agents, representatives, employees or
subcontractors.
Minimum Limits Automobile Liability:
$3,000,000 Combined Single Limit
$1,000,000 Each Occurrence Limit
$5,000 Medical Expense Limit
iii. Workers' Compensation Limit as required by the Workers' Compensation Act
of Missouri, Employers Liability, $1,000,000.
b. Hold Harmless Clause The Contractor shall, during the term of the contract including
any warranty period, indemnify, defend, and hold harmless the City of Riverside, its
officials, employees, agents, residents and representatives thereof from all suits,
actions, or claims of any kind, including attorney's fees, brought on account of any
personal injuries, damages, or violations of rights, sustained by any person or property
in consequence of any neglect in safeguarding contract work or on account of any act or
omission by the Contractor or his employees, or from any claims or amounts arising
from violation of any law, bylaw, ordinance, regulation or decree. The vendor agrees
that this clause shall include claims involving infringement of patent or copyright.
c. Exemption from Taxes The City of Riverside is exempt from state sales tax and federal
excise tax. Tax exemption certificates indicating this tax exempt status will be
furnished on request, and therefore the City shall not be charged taxes for materials or
labor.
d. Employment Discrimination by Contractors Prohibited/Wages/Information During the
performance of a contract, the Contractor shall agree that it will not discriminate
against any employee or applicant for employment because of race, religion, color, sex,
national origin, or disabilities, except where religion, sex or national origin is a bona
fide occupational qualification reasonably necessary to the normal operation of the
Contractor; that it will post in conspicuous places, available to employees and
applicants for employment, notices setting forth nondiscrimination practices, and that it
will state, in all solicitations or advertisements for employees placed by or on behalf of
the Contractor, that it is an equal opportunity employer. Notices, advertisements and
solicitations placed in accordance with federal law, rule or regulation shall be deemed
sufficient to meet this requirement.
The Contractor will include the provisions of the foregoing paragraphs in every
subcontract or purchase order so that the provisions will be binding upon each
subcontractor or vendor used by the Contractor.
Contractor agrees to pay all employees involved in this contract the required wages as
listed in the applicable prevailing wage order for Platte County, as may be amended
from time to time during the term of this agreement.
6. Damages/Delays/Defects. The City will not sustain monetary damage if the whole or any part
of this contract is delayed through the failure of the Contractor and/or his sureties to perform
any part or the whole of this contract. Thus, if at any time the Contractor refuses or neglects to
supply sufficiently skilled workmen or proper materials, or fails in any respect to execute the
contract, including extras, with the utmost diligence, the City may take steps deemed advisable
to promptly secure the necessary labor, tools, materials, equipment, services, etc., by contract
or otherwise, to complete whatever portion of the contracted work which is causing delay or is
not being performed in a workmanlike manner.
Contractor and/or their sureties will be liable to the City for any cost for labor,tool, materials,
equipment, services, delays, or claims incurred by the City to finish the work.
Contractor will promptly repair all damage to public and private property caused by their
agents or employees. Should damages not be promptly repaired, the City will authorize the
hiring of another Contractor to do the repairs. The original Contractor agrees to promptly pay
for the services of any such Contractor hired to do such repairs.
Contractor shall immediately report, to the City, or a duly authorized representative, any
accident whatsoever arising out of the performance of this contract, especially those resulting
in death, serious injury or property damage. Contractor must provide full details and
statements from any witnesses.
7. Responsibilities.
a. The City shall provide all information or services under their control with reasonable
promptness and shall designate a representative to render decisions on behalf of the
City and on whose actions and approvals the Contractor may rely.
b. The Contractor's responsibilities and obligations under this agreement are accepted
subject to strikes, outside labor troubles (including strikes or labor troubles affecting
vendors or suppliers of Contractor), accidents, transportation delays, floods, fires, or
other acts of God, and any other causes of like or different character beyond the control
of Contractor. Impossibility of performance by reason of any legislative, executive, or
judicial act of any governmental authority shall excuse performance of or delay in
performance of this agreement. The City and the Contractor shall agree upon such
delay or cancellation of performance and execute this agreement in writing.
c. Contractor agrees to provide all materials, labor, tools, and equipment necessary to
perform and complete the contract as specified.
d. All equipment will be of such type and in such condition so as not to cause any
damages to City property or the community at large. All equipment used on site will
meet the minimum requirements of Occupational Safety Health Administration and
related federal, state, county, and city regulations, including EPA NESHAPS.
e. All material will be of a type and quality acceptable to the City, and which will not
cause injury to property or persons. Contractor will supervise and direct the work
performed, and shall be responsible for his employees. Contractor will also supervise
and direct the work performed by subcontractors and their employees and be
responsible for the work performed by subcontractors hired by the contractor.
f. Contractor agrees to obtain and maintain, during the term of this contract, the necessary
licenses and permits required by federal, state, county and municipal governments to
perform the services as required by this contract. Contractor shall bear the cost of any
permits which he is obligated to secure. Contractor will also ensure any sub-
contractors hired will obtain the necessary licenses and permits as required.
g. Contractor agrees to comply with all applicable federal, state, county and municipal
laws and regulations, including, but not limited to, affirmative action, equal
employment, fair labor standards and all applicable provisions of the Occupational
Safety and Health Act of 1970, as amended. Contractor agrees to ensure sub-
contractors and their employees comply with all applicable laws and regulations
aforementioned.
h. Contractor also agrees to be, at all times, in full compliance with any and all applicable
federal, state and local laws and regulations as they may change from time to time.
8. Termination of Agreement.
a. With Cause — If Contractor fails to perform his duties as specified in this contract, the
City through its appointed representative, shall notify the Contractor to correct any
default under the terms of this contract. Such notification may be made by telephone or
in writing. If the Contractor fails to correct any default after notification of such
defaults,the City shall have the right to immediately terminate this agreement by giving
the Contractor five (5)days written notice.
b. Without Cause—The City may terminate this agreement at any time by providing thirty
(30) days written notice to the Contractor. In the event this agreement is terminated, the
City may hold as retainer the amount needed to complete the work in accordance with
bid specifications.
c. Dispute Resolution- In the event that the parties have a dispute regarding the terms or
meaning of this contract, the parties will choose a mediator acceptable to both sides to
hear the dispute and attempt to reach agreement. If the mediator is unable to assist the
parties in reaching an agreement, the parties agree that the agreement will be deemed as
terminated without cause. The City shall determine the effective date of such
termination to insure no interruption of service to its residential customers not to exceed
(90)days from the date of the unsuccessful mediation.
9. Warranty. Contactor shall, within ten (10) days of written notice from the City, correct
any work found to be defective.
10.Affidavit of Work Authorization.
Pursuant to 285.530 RSMo, the Contractor must affirm its enrollment and participation in a
federal work authorization program with respect to the employees proposed to work in
connection with the services requested herein by
• submitting the attached AFFIDAVIT OF WORK AUTHORIZATION and
• providing documentation affirming the bidder's enrollment and participation in a
federal work authorization program with respect to the employees proposed to work in
connection with the services requested herein.
IN WITNESS WHEREOF, Contractor has caused this Agreement to be executed by its
duly authorized officers, and the City, acting by and through the Board of Aldermen, has
authorized this agreement to be executed, as of the date last signed by the parties.
APPROVED AS TO FORM:
ATTORNEY:By: P/K(A— r'
Attorney, p, t, 1 !i , Ca,,AA-pc
COUNTERSIGNED BY:
CITY PURCHASING AGENT:
By:
Br' n E. al
ty Administrat r
CITY OF RIVERSIDE:
By: . i „ 4
a leen L. Rose, Mayor ATTEST:
Dated: ' 'As_ 1 . - '
Robitt Kincaid, City Clerk
CONTRACTOR:
GFL Environmental, Inc.
By.
(Signatur
Printed Name:—(\",—G-S C_-jgN-'c---
Title:6-1)V'-r- r 1. -i-S OAa„a_
Dated: i3`�"� 5 1 ,)J ..
0U ATTEST:
Name: 4 r tiCa l
Title: ,� C,/ .
ATTACHMENT A, SCOPE OF SERVICES
1. Collection Services and Requirements
a. Contractor shall collect residential solid waste and recyclables appropriately placed at
the front curb of eligible units every week on the specified collection day.
b. Contractor shall provide all eligible units one container for collecting solid waste and
one container for collecting recycling. Containers will be available in both the 48-
gallon and 64-gallon size. Containers damaged from normal use will be repaired or
replaced by Contractor.
c. Solid waste collection is limited to the capacity of the provided container. Contractor
will only pick up collection bags that are not in the container if they are marked with a
bag tag.
i. Tags referred to as "Bag Tags" will be purchased by the City from Contractor
for $2.00 per tag. The tags will be available to eligible dwellings at a price set
by the City and must be affixed to bags that will not fit in the provided container
in order for those bags to be picked up by Contractor.
d. Contractor shall provide unlimited residential recycling collection services to eligible
units within City as long as the recyclable material is consistent with quantities
generated from a residential setting and is properly prepared. Contractor shall collect
recyclable materials that weigh no more than forty (40) pounds for any single bin,
container, item, paper sack or box. Contractor shall not be required to collect
recyclable materials that weigh more than forty (40) pounds for any single bin,
container, item, paper sack or box.
e. Contractor shall not collect from exempt units. Notwithstanding the foregoing,
Contractor understands that dwelling units which are currently classified as exempt
dwelling units may, at some point during the term of this Contract, be declared by the
Director of Public Works as eligible units based upon his determination that collection
from the same is necessary for the preservation of public health and safety. In the event
the Director of Public Works requires Contractor to begin collecting from units which
are classified as exempt dwelling units as of the commencement date of this Contract,
he shall notify the Contractor in writing at least thirty (30) days in advance. In such an
event, the parties agree that Contractor shall be entitled to additional compensation and
an intervening adjustment shall be provided in Section 3, Pricing Terms.
f. Contractor shall observe City ordinances relating to obstructing streets, keeping
passageways open and protecting same, and shall obey all laws an City ordinances
controlling or limiting those engaged in work.
g. Contractor is not granted exclusive use of City streets. Contractor shall pull aside at
first opportunity to allow waiting vehicles to pass if Contractor's vehicle blocks
passage.
h. Contractor shall use good faith efforts to handle collection of solid waste and recyclable
materials in a manner that will minimize inconvenience and annoyance to the general
public and property owners. For example, and without limitation, Contractor shall
avoid unnecessarily throwing collection bins in manner that may cause damage or
unreasonably place collection bins in locations other than where they were placed for
collection.
i. Contractor shall, upon written notification from the City, collect residential solid waste
and recyclable materials at the designated area in from of the eligible dwelling unit so
deemed by City as a disability stop at no additional cost to City.
2. Collection and Disposal
a. Contractor shall provide "single stream" collection of recycling materials, which means
that recyclable materials shall be collected in packer type vehicle and that Contractor shall
not be required to engage in curbside sorting, except as specifically provided herein.
b. Contractor shall recycle all recyclable materials collected under this program and not
otherwise dispose of such recyclable materials except with advance knowledge and written
agreement of City.
c. Contractor shall deliver all collected materials to its processing facility located at 22820
South State Route 291, Harrisonville, Missouri 64701, or such other location as may be
approved in writing by City.
d. Contractor shall process and ship recycled materials to such domestic and/or foreign
markets as it deems appropriate at its sole discretion and in its sole determination. City
encourages Contractor to maximize the use of local markets to the greatest extent possible.
3. Yard Waste Collection
a. Contractor will provide eight(8)curbside yard waste pick up days per year.
b. Yard waste collection days will occur generally in April and November. Contractor
and City will agree on actual pick up dates at least thirty (30 days) in advance.
c. Contractor shall collect yard waste that is placed is biodegradable paper bags and/or
placed in bundles that are no larger than four feet long by two feet wide. All bags and
bundles must weigh less than fifty (50)pounds in order to be collected.
d. Additional yard waste collection days may be purchased in the event of natural
disasters by the City from Contractor for $77.00 per ton, up to a maximum of 8
collections.
4. Bulky Item Collection
a. Contractor will pick up bulky items curbside on regular collection day as long as those
items are marked with a bulky item tag. Items containing Freon are not eligible for
Bulky Item Tags.
i. Tags referred to as "Bulky Item Tags" will be purchased by the City from
Contractor for $7.50 per tag. The tags will be available to eligible dwellings at
a price set by the City and must be affixed to bulky items in order for those
items to be picked up by Contractor.
b. Residents may also elect to utilize the Bulky Express Service, wherein they coordinate
bulky item pick up directly with Contractor. Contractor shall be responsible for billing
the resident, collecting from the resident, and/or enforcing any right to payment from
the resident.
i. Rates for Bulky Express Service:
a. Collection of up to five(5)bulky items $50.00-regular collection day
$100.00 - special trip
b. Appliances(no CFCs) $25.00 per item
c. Rental of 6 yd. box $75.00 per fill
d. Rental of 8 yd. box $100.00 per fill
e. Rental of 20 yd.box $230.00 per fill
f. Rental of 40 yd. box $340.00 per fill
ii. Contractor shall be entitled to establish restrictions on the types and weights of
materials that may be placed in any box rented by an eligible dwelling unit.
iii. Contractor shall not receive assistance from City in collecting any amounts
Contractor believes are due or in resolving disputes between Contractor and any
resident electing to utilize the Bulky Express Service.
iv. Contractor shall not be entitled to any compensation from City, financial or
otherwise, for the provision of any Bulky Express Service or for any injury or
losses, financial or otherwise, that may arise, directly or indirectly, from the
provision of any Bulky Express Service.
v. Contractor shall defend, indemnify and hold harmless the City from and against
all claims arising out of or resulting from all acts or omissions in connection
with the provision of Bulky Item Express Service caused in whole or in part by
Contractor or by Contractor's officers, employees, subcontractors, assigns,
invitees and other agents.
5. Collection Schedule
a. The collection day for all eligible units within the City is Friday. Contractor shall not
change the scheduled collection day without prior written approval from the City.
b. Contractor shall be prohibited from collecting from any eligible dwelling unit prior to 7:00
a.m. or after 6 p.m.on the scheduled day of collection.
c. Holidays will not impact the specified collection day.
d. Contractor shall use good faith efforts to provide service in advance or as soon as access is
available, during normal working hours, to eligible dwelling units, when access is
temporarily delayed due to street repair, street resurfacing, utility repair, utility installation,
police action and the like.
e. Contractor shall, with prior approval from City, be granted a variance from regular routes
and schedules in event of tornado, major storm, natural disaster, or other such calamity
normally and customarily referred to as force majeure. As soon as practicable after such
event, Contractor shall advise City when normal collection schedules will resume. City
shall make an effort to inform the public when regular services are resumed.
6. City Collection Services
Contractor shall provide service at City facilities and City events based on the following prices
agreed upon by City and Contractor, which shall be subject to a 3%annual increase:
40 yd. open top dumpster $325.00 per dump.
40 yd. packer $125.00 per pull plus $35.00 per ton - will provide
tonnage tickets.
30 yd.comingled recycle container 1 pull per week- $0.00
8yd.trash container $60.00 per week.
6yd.trash container $48.00 per week.
4yd.trash container $40.00 per week
7. Reporting
a. Contractor shall report on all quantities collected, processed, marketed, by ton and material
type on a monthly and annual basis. Monthly reports are due to the City's Director of
Public Works or his designee by the 10th of each month. The annual report is due to the
City's Director of Public Works or his designee by January 15th of each year. Monthly and
annual reports shall follow a format that is mutually agreed upon by City and Contractor.
b. Contractor shall assist City in determining program participation rates.
8. Violations
a. In the event of an improperly prepared set out, Contractor shall sort at the curb acceptable
solid waste and recyclable materials and leave unacceptable refuse with a City approved
tag, sticker or other approved communication specifying the violation.
b. Contractor shall notify City of each violation via email, or other format mutually agreed
upon by City and Contractor, within twenty-four (24) hours after it first becomes aware of
the violation.
9. Contractor's Office, Communications and Complaints
a. Contractor shall maintain an office and appropriate office hours where communication
from City can be received. Such office shall be equipped with interne capabilities with a
valid e-mail address, telephone and responsible persons in charge during collection hours
on those days Contractor is providing residential collection services to City.
b. Contractor shall provide a liaison between field crews and City for purposes of effectively
communicating with regard to any issue impacting the residential collection services being
providing under this Contract.
c. Contractor shall provide City with an emergency phone number where Contractor can be
reached outside of required office hours.
d. Contractor shall be available to provide services necessary to resolving service complaints.
All service complaints shall be handled by Contractor in a prompt and efficient manner.
e. Contractor shall, at the conclusion of the collection day, provide to City a listing of all
service issues received that day and information on the status and/or resolution of each
issue. In reporting the action taken, irregularities such as let setouts or violations should
be noted to distinguish between valid and invalid complaints. As a general rule, all issues
should be resolved by the end of the collection day. If not resolved that day, any
outstanding issue must receive prompt attention the beginning of the next work day.
Notwithstanding the foregoing, any issue not resolved as provided in ATTACHMENT B
is subject to imposition of an administrative charge as provided therein.
f. Contractor shall confer with Director of Public Works or his designee, for purposes of
resolving any question as to whether any particular residential dwelling unit is entitled to
receive collection services under this Contract.
ATTACHMENT B,UNRESOLVED COMPLAINTS
It is the intent of City to ensure that Contractor provides quality service in the performance of the
City's refuse collection and disposal program. To this end, the following process will be used to
accomplish quality performance.
Upon receipt of a complaint regarding the services provided by Contractor, City staff will notify
Contractor of the complaint. Contractor will investigate the complaint and respond to the City
regarding the resolution of the complaint. This level of communication constitutes routine quality
assurance and quality control for the program.
After two (2) late collections have been made on successive days or on the same collection day in
two (2) successive weeks, Contractor may be required to submit, within five (5) days of
notification, a written outline of the steps Contractor will take to avoid future late collections.
If a service problem is not resolved through regular oral communication, City staff may choose to
issue a written notification. If the problem continues after receipt of the written notice advising
Contractor of the problem and establishing a timeframe for resolution, Contractor and the City
shall meet in a good faith effort to resolve the problem.
SPECIAL INSTRUCTIONS AND CONDITIONS
It is the intent of City to ensure that contractor provides quality service in the performance of this
program.To this end,the following process will be used to accomplish quality performance:
1. City staff will twice a day notify Contractor via e-mail of any complaints it has received
regarding the services provided by Contractor. All complaint notifications sent by City at 9:30
a.m. or earlier will be resolved by Contractor and reported to City by 3:30 p.m. on that same
calendar day. All complaint notifications sent by City at 9:31 a.m. or later will be resolved by
Contractor and reported to City by 2.00 p.m. the following calendar day. This level of
communication constitutes routine quality assurance and quality control for the program.
2. Contractor shall twice a day (9:00 a.m. and 2:00 p.m.), provide to City a listing of all service
issues received that day and information on the status and /or resolution of each issue in a
format acceptable to City. In reporting the action taken, irregularities such as late setouts or
violations should be noted to distinguish between valid and invalid complaints.
3. Failure to remedy the complaint(s) after City notifies Contractor of a complaint or otherwise
violating certain provisions of this Contract will result in an administrative charge against the
Contractor. In such an event, it is hereby agreed that the City may withhold from any monies
due or which may become due to the Contractor or otherwise invoice Contractor administrative
charge in the following amounts:
a. Failure or neglect to resolve collection complaints by 3:30 p.m. the same calendar day, if
the complaint was sent to Contractor by City at 9:30 a.m. or earlier -- $150 per dwelling
unit;
b. Failure or neglect to resolve collection complaints by 2:00 p.m. the following calendar day,
if the complaint was sent to Contractor by City at 9:31 a.m. or later -- $150 per dwelling
unit;
c. Failure to repair and/or replace damaged refuse cart if damage is caused by Contractor
(only to be applicable if refuse carts are implemented in any areas serviced by contractor at
a future date) -- $25 per cart or cost of repair/replacement,whichever is greater;
d. Failure or neglect to fully complete a route on the regular scheduled day -- $1,500 per
route;
e. Failure to clean up spillage caused by Contractor--$500 per incident;
f. Failure to collect any portion of a route on day of scheduled collection -- $5,000 per
incident;
g. Failure to repair damage to customer property caused by Contractor —Cost of Repair to
City;
h. Failure to maintain equipment in a clean, safe, and sanitary manner-- $500 per incident;
i. Failure to have vehicle operators properly licensed-- $500 per incident;
j. Failure to display Contractor's name and phone number on each collection vehicle -- $500
per vehicle;
k. Failure to comply with the hours of operation as required by this Contract -- $500 per
incident;
1. Failure to provide proper notification of collection day changes -- $1,000 per incident;
m. Failure to deliver refuse to the appropriate designated facility--$1,000 per incident; and
n. Failure to segregate refuse collected within the City from other sources -- $1,000 per
incident.
4. If City determines that Contractor's performance or handling of complaints is not satisfactory
and is affecting the City's refuse collection and disposal program, City may require Contractor
to either: 1) submit, within five (5) days of notification, a written outline of the steps
Contractor will take to avoid future late collections or problems or 2) to meet with City to
discuss service problems and provide a correction plan to the City's satisfaction. This
requirement is in addition to other requirements or consequences outlined in this Contract.
5. In the event that Contractor's record of performance shows that Contractor has frequently,
regularly or repetitively defaulted in the performance of any of the covenants and conditions
required by this Contract, and even if Contractor has been assessed administrative charges or
has corrected each condition of default, Contractor shall be deemed a "habitual violator." All
defaults shall be considered cumulative and collectively shall constitute a condition of
irredeemable default. City shall notify Contractor in writing that a further violation will result
in Contract termination and City may invoke any legal remedy that may apply.
6. Nothing within this ATTACHMENT B shall be construed to prohibit City from electing to
pursue any and all remedies that might otherwise be available to it, whether in law or equity, in
the event Contractor shall be in material default or breach of any material provision of this
Contract, or in the event that Contractor's actions or inaction in performing under this Contract
results in the City's incurring any liability to a third party which cannot be satisfied by the
administrative charge(s) specifically set forth herein.
ATTACHMENT C,DEFINITIONS
Bulky items. Items to be discarded, common to a household, which weigh more than 40 pounds or
have a combined dimension of length, plus width, plus height that exceeds one hundred (100)
inches.
Dwelling unit. Any room or group of rooms located within a dwelling, and forming a single
habitable unit with facilities which are used, or are intended to be used, for living, sleeping,
cooking, and eating.
Eligible dwelling unit. Four (4) or fewer dwelling units housed under a common roof and which
front on a public street. The term includes all current and new Riverside, Missouri fire stations
within the collection zones.
Exempt dwelling unit. Any buildings or dwelling units which do not front on a public street, or
five (5) or more dwelling units housed under a common roof shall be exempt from collection,
unless otherwise specifically included in the definition of eligible dwelling unit.
Hazardous materials. Materials that, by law, are banned from local landfills and/or from curbside
collection.
Recyclables. These items include all aluminum and metal food cans, aluminum trays and foil,
steel cans and tins. Plastics shall include PET soda, milk, water and flavored beverage bottles (#1
clear and green plastic resin), HDPE detergent and fabric softener containers (#2 colored plastic
resin), PVC narrow neck containers (#3 plastic resin) typically found in health and beauty aide
products or household cleaners, LDPE grocery containers (#4 plastic resin) typically found in
margarine or butter tubs, frozen dessert cups, six and twelve pack rings, PP grocery containers (#5
plastic resin) typically found in yogurt cups or narrow neck syrup and ketchup bottles, #7 plastic
resin grocery narrow neck containers, newspapers including inserts, magazines, catalogues,
telephone books, brown paper bags, office paper, computer paper, notebook paper and gift-
wrapping, chipboard (cereal, cake, mix, gift boxes, etc.), carrier stock (soda and beer can carrying
cases), paperback books and cardboard.
Solid Waste. All semi-solid and solid waste derived from and during the procurement, storage,
processing, cooking and consumption of food materials of animals, vegetable or synthetic origin
which are intended for and are used by residents for the refreshment or sustenance of human
beings or animals. Solid waste shall not include dead animals, animal parts, household hazardous
waste such as wet paint, pesticides, strong clean air agents, tires, auto batteries and combustibles of
all kinds. Solid waste shall not include ashes stored in ash pits, parts of trees, bushes and soil,
mortar, plaster, concrete, bricks, stone, gravel, sand and all waster or leftover materials resulting
from grading, excavation, construction, alteration, repair or wrecking of buildings, structures, walls
roofs, roads, streets walks or other facilities and such items of rubbish whose weight, size and
dimension require more than one person to remove.
Yard Waste. Organic, compostable materials generated from residential property within the City.
GF
GREEN FOR LIFE
environmental
June 8, 2022
Tom Wooddell
Riverside Public Works
4200 NW Riverside
Riverside, Missouri 64150
Mr. Wooddell:
As you are aware,the contract between the City of Riverside and GFL Environmental, Inc. for solid waste
collection services expires on December 31, 2022. GFL continues to enjoy our relationship with Riverside
residents and city staff, and we thank you for your years of partnership.
GFL desires to maintain and extend our relationship with our Riverside partners, and to that end the
company offers the following proposal for a five-year extension of our current contract. Our proposed
pricing levels would keep Riverside's solid waste rates below market levels through the duration of the
extension.
The city's current monthly rate of$11.50 per household is well below current market pricing. GFL's
proposed extension includes a Year 1 per-household rate of$13.00 with 3% annual increases. Proposed
rates for ancillary services are attached. Additionally, GFL would assess a fuel surcharge of 5%each
month the price of diesel is at or above $3.50 per gallon.
Besides offering significant economic value, GFL's extension would maintain stable and reliable service
to Riverside residents. All trash, recycling,yard waste and bulky item service levels would remain intact;
existing carts will continue to be used; and the drivers and supervisors who are familiar with Riverside
neighborhoods would remain in place.
Thank you for considering GFL's proposal, and I look forward to speaking with you soon. Please contact
me if you have any questions or comments.
Tom Coffman
GEL Government Contracts Manager
19212 E. 2315`Street
Harrisonville, MO 64701
816-787-2382
tcoffman@GFLmerica.com
Appendix A
Monthly residential pricing
2023 $13.00 per household (subject to 3%annual increase)
Overage stickers $2 each
Bulky Item tags $7.50 each
Rates for Bulky Express Service:
Collection of up to five(5) bulky items $50.00-regular collection day
$100.00-special trip
Appliances (no CFCs) $25.00 per item
Rental of 20 yd. box $230.00 per haul
Rental of 40 yd. box $340.00 per haul
City Collection Services
Contractor shall provide service at City facilities and City events based on the following prices (all
containers subject to 3%annual increase):
40 yd. open top dumpster $325 per haul
40 yd. packer $125 per haul plus$35 per ton
8yd.trash container $60 serviced once per week
6yd.trash container $48 serviced once per week
4yd.trash container $40 serviced once per week
City of Riverside
January 1,2018; 5-year term
Weekly trash and recycling(carts);YW collection 4x/year
Approx. 650 households
$11.50 with annual 2%price increase
City of Smithville
Nov. 1,2021; 5-year terms followed by auto-renewal
Weekly trash &recycling(carts);subscription YW;2 bulk collections/year;downtown recycling
container; annual shredding and e-waste event.
Approx. 3,618 households
$17.98 with annual solid waste CPI rate increase
Lake Lotawana
June 1, 2020; 5-year term followed by auto-renewal
Weekly trash & recycling(carts);weekly YW
Approx.995 households
$14.11 with annual 3%price increase
City of Peculiar
August 1, 2020; 5-year term
Weekly trash &recycling(carts);YW lx/month; 1 bulk item/month
Approx. 1,900 households
$13.39 with annual 3%price increase
City of Belton
July 22, 2019; 7-year term
Weekly trash (city purchases, maintains,distributes carts);weekly YW; 1 bulk item/month
Approx. 7,700 households
$14.99(July 1, 2022)with annual solid waste CPI rate increase
City of Harrisonville
August 1, 2021;3 years with annual auto-renewal
Weekly trash &recycling(carts);weekly YW; 1 bulk item/month
Approx. 3,500 households
$16.25 with annual solid waste CI rate increase
Platte Woods
January 1, 2022; 1 year with annual auto-renewal
Weekly trash &recycling(carts);subscription YW program
Approx. 150 households
$16.10 with annual 3 percent increase