Solid Disposal Authority of the City of Huntsville, Alabama

Request For Proposals Residential Single Steam Recyclables Collection and/or Processing Services

Request for Proposal #: SWDA-2019-01

Issue Date: April 1, 2019

Pre-Proposal Mandatory Conference/Teleconference Date and April 12, 2019 11 AM CDT Time:

Deadline for Questions Date and Time: April 17, 2019 3 PM CDT

Response to Questions Date and Time: April 24, 2019 3 PM CDT

RFP Closing Date and Time: May 3, 2019 3 PM CDT

Award Date and Time: May 17, 2019 2 PM CDT

Services Begin Date: August 1, 2019

RFP Contact: John R. “Doc” Holladay Executive Director [email protected] Physical Address: 5251 Triana Boulevard SW Huntsville, AL 35805 Mailing Address: P.O. Box 2619 Huntsville, AL 35804-2619

SWDA Internet Site: swdahsv.org

RFP E-Documents: swdahsv.org/business- opportunities/

Proposal Copies to be Submitted 1 original, 3 copies, and an electronic version

Page 1

Page 2

NOTICE TO PROPOSERS SOLID WASTE DISPOSAL AUTHORITY OF THE CITY OF HUNTSVILLE, ALAMBAMA RESIDENTIAL SINGLE STREAM RECYCLABLES COLLECTION AND/OR PROCESSING SERVICES

Notice is hereby given that the Solid Waste Disposal Authority of the City of Huntsville, Alabama, by and through its Board, hereinafter referred to as the SWDA, will receive Proposals for the SOLID WASTE DISPOSAL AUTHORITY OF THE CITY OF HUNTSVILLE, ALABAMA RESIDENTIAL SINGLE STREAM RECYCLABLES COLLECTION AND/OR PROCESSING SERVICES at the physical office of the SWDA, 5251 Triana Boulevard SW, Huntsville, Alabama 35805 or mailing address of the SWDA, P.O. Box 2619, Huntsville, Alabama 35804-2619.

Proposals are invited and may be hand delivered, addressed to the SWDA, 5251 Triana Boulevard SW, Huntsville, Alabama 35805 or forwarded by the U.S. Postal Service or any other courier system, addressed to the SWDA, P.O. Box 2619, Huntsville, Alabama 35804-2619 by no later than 3:00 P.M. (Central Daylight Time), May 3, 2019. Proposals received by the SWDA after 3:00 P.M. (Central Daylight Time), May 3, 2019 shall not be accepted. Proposers shall be responsible to make sure that Proposals are delivered to the SWDA by said time.

The RESIDENTIAL SINGLE STREAM RECYCLABLES COLLECTION AND/OR PROCESSING SERVICES shall be as described in the Request for Proposals (RFP) prepared by the SWDA.

The RFP may be obtained online at swdahsv.org/business-opportunities/ or at the office of the SWDA 5251 Triana Boulevard SW, Huntsville, Alabama 35805 between the hours of 8:30 a.m. and 4:30 p.m., local time, Monday through Friday, beginning on April 1, 2019.

A mandatory Pre-Proposal Conference/Teleconference will be held at the offices of the SWDA 5251 Triana Boulevard SW, Huntsville, Alabama 35805, at 11:00 AM (Central Daylight Time) on April 12, 2019.

Proposals shall be accompanied with the appropriate financial statement and other required documents. Each Proposal shall be accompanied by a certified check, cashier’s check, or acceptable Proposal Bond, as Proposal Security, in a sum of not less than $100,000.

A Performance Bond equal to 100% of the annual Contract Price, exclusive of any credits, rebates, or revenue sharing will be required upon award of Contract.

No Proposal shall be withdrawn after scheduled closing time for receipt of Proposals for at least ninety (90) days. The SWDA reserves the right to reject any or all Proposals, to accept all, or any part of any Proposal received, and to waive any and all informalities in proposing.

Page 3

REQUEST FOR PROPOSALS TABLE OF CONTENTS

SECTION 1. INTRODUCTION ...... 6 1.1 SWDA BACKGROUND ...... 6 1.2 DEFINITIONS ...... 6 1.3 CONTACT INFORMATION ...... 9 1.4 SCHEDULE...... 9 SECTION 2. GENERAL TERMS & CONDITIONS ...... 11 2.1 INTERPRETATIONS ...... 11 2.2 ADDENDA ...... 11 2.3 MANDATORY PRE-PROPOSAL CONFERENCE/TELECONFERENCE & QUESTIONS ...... 11 2.4 PROPOSAL BOND AND PERFORMANCE BOND ...... 11 2.5 SMALL BUSINESS PREFERENCE ...... 11 2.6 PROPOSAL AWARDS ...... 12 2.7 INVOICING THE SWDA...... 12 2.8 ADJUSTMENT OF CONTRACT PRICE DURING TERM OF CONTRACT ...... 12 2.9 CONTRACTOR'S RESPONSIBILITY...... 12 2.10 CONTROL AND PENALTIES ...... 13 2.11 DISPUTES ...... 13 2.12 NONDISCRIMINATION ...... 13 2.13 ALCOHOL AND DRUG POLICY ...... 14 2.14 NOISE ORDINANCES ...... 14 2.15 CONTRACT ASSIGNMENT AND SUBLETTING ...... 14 2.16 INSURANCE REQUIREMENTS ...... 14 2.17 HOLD HARMLESS ...... 14 2.18 ORDER OF PRECEDENCE ...... 14 2.19 ALABAMA IMMIGRATION LAW ...... 15 2.20 EQUAL OPPORTUNITY ...... 15 2.21 AFFIRMATIVE ACTION REQUIREMENTS ...... 15 2.22 ADA ...... 15 2.23 RIGHT TO INSPECT ...... 15 2.24 ETHICS, COMPLIANCE AND OTHER MATTERS ...... 15 2.25 GOVERNING LAW ...... 16 2.26 TERMINATION ...... 16 SECTION 3. PROPOSAL INSTRUCTIONS ...... 17 3.1 SUBMISSION OF PROPOSALS ...... 17 3.2 PROPOSAL PREPARATION EXPENSES ...... 17 3.3 LATE PROPOSALS ...... 17 3.4 RESPONSIVE PROPOSALS ...... 17 3.5 RESPONSIBLE PROPOSERS ...... 17 3.6 RIGHT TO REJECT PROPOSALS...... 18 3.7 PUBLIC RECORDS NOTICE AND SWDA RIGHTS TO INFORMATION ...... 18 3.8 DELIVERY/COMPLETION SCHEDULE ...... 18 3.9 GENERAL PROPOSAL REQUIREMENTS ...... 18 3.10 PROPOSAL FORMAT ...... 19 3.11 PRICE PROPOSAL ...... 19 3.12 PROPOSAL SUBMISSION CHECKLIST ...... 20 APPENDIX A: RESIDENTIAL SINGLE STREAM RECYCLABLES COLLECTION SCOPE OF WORK & RELATED INFORMATION 21

Page 4

APPENDIX B: RESIDENTIAL SINGLE STREAM RECYCLABLES PROCESSING SCOPE OF WORK & RELATED INFORMATION 33 APPENDIX C: PROPOSAL FORMS FOR ALL PROPOSALS ...... 39 APPENDIX D: PROPOSAL FORMS FOR COLLECTION PROPOSAL ...... 50 APPENDIX E: PROPOSAL FORMS FOR PROCESSING PROPOSAL ...... 55 APPENDIX F: BONDS & INSURANCE REQUIREMENTS ...... 61 APPENDIX G: SPECIAL TERMS & CONDITIONS ...... 66 APPENDIX H: RESIDENTIAL SINGLE STREAM RECYCLABLES COLLECTION DRAFT CONTRACT ...... 75 APPENDIX I: RESIDENTIAL SINGLE STREAM RECYCLABLES PROCESSING DRAFT CONTRACT ...... 76 EXHIBIT A: SWDA SERVICE AREA ...... 77 EXHIBIT B: HISTORIC DATA REGARDING TOTAL NUMBER OF TONS COLLECTED PER YEAR ...... 79

Page 5

SECTION 1. INTRODUCTION The Solid Waste Disposal Authority of the City of Huntsville, Alabama (SWDA) hereby gives notice it is requesting proposals for the services described briefly below and in detail in Appendix A – Collection RFP and/or Appendix B – Processing RFP. The SWDA intends to award a contract to the successful Proposer(s) who the SWDA determines will best meet the SWDA’s objectives as described herein, as determined by its Board of Directors.

The major objectives of this RFP are as follows:

• Collection of Residential Single Stream Recyclables o Materials will be collected once per month from single family residential units in Carts within the SWDA Service Area beginning August 1, 2019. Carts will be provided by the SWDA to Qualifying Units upon request to SWDA or Contractor. o For purposes of this Collection RFP, collected materials will be taken to a designated transloading area located at the Huntsville Waste-to-Energy (WTE) Facility located at 5251 Triana Boulevard, Huntsville, Alabama 35805 or to another location, determined by SWDA and within ten (10) miles of the WTE location. o The Collection Proposal must include pricing based on an initial seven (7) year contract with three (3) 1- year options. o Proposer may propose an option to provide on-going Cart delivery and maintenance services.

• Processing of Residential Single Stream Recyclables o Materials will be collected once per month in Carts within the SWDA Service Area beginning August 1, 2019. o For purposes of this Processing RFP, collected materials will be delivered to a designated transloading area located at the Huntsville WTE Facility or within ten (10) miles of the WTE location. If proposed Materials Recovery Facility (MRF) is in excess of ten (10) miles of the WTE location, Processing Contractor must provide 100-yard walking floor trailers and transportation from the designated transloading area at the WTE to proposed processing site. o The Processing Proposal must include two pricing options. One for two (2) years with five (5) 1-year options and the second for ten (10) years. • Proposer may propose on Collection AND/OR Processing of Residential Single Stream Recyclables. • In an effort to foster Small Business participation, the SWDA will consider an alternate pricing by any Proposer based on the SWDA purchasing automated Collection Vehicles and leasing each vehicle for $1.00 per year with a Contractor executed leasing agreement.

1.1 SWDA BACKGROUND The SWDA is a public corporation organized under the laws of the State of Alabama. The City Council of the City of Huntsville authorized the creation of The SWDA on February 14, 1985, for the purposes of financing, constructing, and operating solid waste disposal facilities. SWDA is governed by a five-person Board of Directors who serve four-year terms. Board Members are appointed by the City Council of the City of Huntsville.

1.2 DEFINITIONS In addition to other terms that may be defined herein, the following words have the following meanings, regardless of whether the terms are capitalized throughout this RFP.

AVERAGE MARKET VALUE (AMV) – A market index used to determine the revenue paid by the Contractor to the SWDA for Program Recyclables delivered to the SWDA designated MRF based on monthly fluctuations in the commodity market as defined herein.

Page 6

CART – A 95- or 96-gallon plastic container with wheels provided by the SWDA to residents for the storage and collection of curbside recyclables.

COLLECTION – The act of removing Single Stream curbside recyclables from the set-out point at the source of generation.

COLLECTION HOURS: The time period during which collection of curbside recyclables is authorized by the SWDA. Collection shall begin no earlier than 7:00 a.m. and shall end no later than 8:00 p.m. unless a change is approved by the SWDA.

COLLECTION ROUTES – The SWDA Service Area is currently subdivided into areas known as collection routes; however, Proposer shall propose collection routes. Final collection routes shall be approved by SWDA. If, during the term of this Contract, Contractor proposes to change the collection days, Contractor is to give SWDA 60 days-notice of change and supply SWDA with the new route areas to be serviced by day. Any proposed route change by the Contractor must be approved by the SWDA.

COLLECTION VEHICLE – Any vehicle permitted by the SWDA for Cart collection of curbside recyclables, within the SWDA Service Area.

CONTRACT DOCUMENTS – The Notice to Proposers, Instructions to Proposers, General Specifications, General Conditions, Proposal, Agreement, and any addenda or changes to the foregoing documents.

CONTRACT PRICE – All money payable to the Contractor by the SWDA under the Contract Documents.

CONTRACT – The agreement between the SWDA and the Proposer(s) chosen by the SWDA pursuant to this RFP, which shall include this RFP and the Proposal(s).

CONTRACTOR – Person or persons authorized by the SWDA to perform curbside collection and/or processing services.

CURBSIDE – The City of Huntsville, City of Madison, Town of New Hope, Town of Owens Cross Roads, Town of Gurley, City of Triana, and Madison County right-of-way area between the property line and the street.

HAZARDOUS WASTE – Waste identified as hazardous in the current Alabama Environmental Regulations and Laws and/or by the federal government under the Resource Conservation and Recovery Act and subsequent amendments.

HUNTSVILLE WASTE-TO-ENERGY (WTE) FACILITY – Facility located at 5251 Triana Boulevard, Huntsville, Alabama 35805.

LANDFILL – A facility for the proper disposal of solid waste.

MATERIALS RECOVERY FACILITY (MRF) – A facility where Recyclable Materials and/or Single-Stream Recyclable Materials are separated and processed for marketing to end users or for beneficial use.

MRF FEE – Single Stream Recyclable Process Fee plus Single Stream Recyclable Transfer Fee, if applicable.

MISSED COLLECTION – A missed collection is defined as the failure of the Contractor to provide recyclable materials collection service to a residential property within the collection route during Collection Hours on the day scheduled for route collection.

NET REVENUE – Revenue from commodity sales that a Contractor for the processing of Recyclable Materials realizes from such commodities received under its Contract with the SWDA, less MRF Fee.

Page 7

PERFORMANCE BOND – Bond from a Surety that guarantees compensation to the SWDA in the event that it must assume the obligations and/or duties of the Contractor in order to continue the service as defined by the Contract's Specifications.

PROCESSING – Handling and recycling of material at proposer’s Materials Recovery Facility (MRF).

PROPOSAL – The response to this RFP submitted by a Proposer.

PROPOSER – A person or entity submitting a response to this RFP.

QUALIFYING UNIT(S) – All residential units receiving residential MSW collection by the City of Huntsville or Madison County Collection System that opt in for recycling services within the SWDA Service Area and occupied by a person or a group of persons. A residential unit shall be deemed occupied if it receives solid waste services from the City of Huntsville, City of Madison, or Madison County. Mobile homes, either individually or grouped in mobile home parks shall be considered residential units and shall be counted as single units. Multi-family units of 4 units or less shall also be classified as residential units only if units receiving residential MSW collection by the City of Huntsville or Madison County Collection System.

RECYCLABLE MATERIALS or RECYCLABLES – Clean, dry paper: newspapers and inserts, magazines and catalogs, junk mail and stationery, shredded paper (in paper bags), computer and printer paper, school and office paper, paperback books and phone books, paper bags, cereal, pizza, and pasta boxes, tissue boxes and beverage cartons, and cardboard (must be broken down flat and must fit inside of the recycling Cart); cans: aluminum cans, bi-metal and steel cans; and plastic: narrow neck bottles with #1 or #2 on the bottom, milk jugs, soft drink bottles, and shampoo bottles. Any changes to the recycling program must be approved by SWDA.

RESIDENT – Occupant of a residential unit.

RESIDENTIAL SINGLE STREAM RECYCLING COLLECTION FEE (RSSRCF) – The base monthly fee for Qualifying Units proposed on Form D-2 of this RFP for collecting single stream recyclables.

RFP – This Request for Proposal, all addenda, and appendices.

RFP CONSULTANT – Gershman, Brickner & Bratton, Inc and/or McNeely Brockman PR.

RFP E-DOCUMENTS – The documents referenced by this name on the cover of this RFP.

SINGLE-STREAM – Commingled Recyclables that are stored and collected together.

SINGLE-STREAM RECYCLABLE MATERIALS or SINGLE-STREAM RECYCLABLES – Recyclables.

SINGLE STREAM RECYCLABLE PROCESSING FEE (SSRPF) – The price per ton to process single stream materials at, or within ten (10) miles of, the designated transloading area of the Huntsville Waste to Energy facility proposed on Form E- 2.

SINGLE STREAM RECYCLABLE TRANSFER FEE (SSRTF) – The price per ton to transfer single stream materials from the designated transloading area of the Huntsville Waste to Energy facility to Proposers processing Facility if in excess of ten (10) miles of the WTE, as proposed on Form E-2. If Proposer’s processing facility is within ten (10) miles of the WTE, this fee is not applicable.

Page 8

SMALL BUSINESS – An independently owned and operated company that is limited in size and in revenue for the solid waste/recycling industry.

SWDA – Solid Waste Disposal Authority of City of Huntsville, Alabama, a public corporation under the laws of the State of Alabama.

SWDA MEMBERS – City of Huntsville, City of Madison, Town of New Hope, Town of Owens Cross Roads, Town of Gurley, City of Triana, and Madison County.

SWDA SERVICE AREA – Residents of City of Huntsville, City of Madison, Town of New Hope, Town of Owens Cross Roads, Town of Gurley, City of Triana, and Madison County.

SUBCONTRACTOR – Person or persons who are performing any part of the scope of work other than the Contractor.

SURETY – A party who is legally liable for the debt, default, or failure of a Contractor under a Performance Bond or other bond.

TON – A short ton of 2,000 pounds.

WORK – The scope of work as defined in this RFP and Contract(s) as approved by the SWDA.

1.3 CONTACT INFORMATION All questions regarding this RFP must be directed in writing to the contact provided on the cover of this RFP.

1.4 SCHEDULE The sequence of events related to this RFP are as follows:

A. Mandatory Pre-Proposal Conference/Teleconference: A Mandatory Pre-Proposal Conference/Teleconference, as the SWDA deems necessary, will be held at the date and time specified on the cover of this RFP, at which time SWDA representatives will discuss the requirements of the RFP and answer any questions regarding the RFP. The SWDA Teleconference information is as follows. • Call-in number: (605) 472-5382 • Access code: 580434

Any Conferences will be held in the offices of the SWDA located on at 5251 Triana Boulevard SW, Huntsville, Alabama.

B. Deadline for Questions: All questions must be received in writing not later than the deadline for questions date noted on the cover of this RFP.

C. RFP Closing Date: Proposals are due no later than 3:00 pm (CDT) on the proposal closing date noted on the cover of this RFP.

D. Proposal Selection: Within thirty (30) days of Proposal closing date, unless extended by the SWDA.

E. Proposal Negotiation: To be announced.

F. Contract Award: Successful Proposer(s) will be notified of the date the award will be submitted to the SWDA Board. The SWDA will notify Proposer(s) about the need to execute Contract Documents and provide other required documents as required.

Page 9

G. Award Notification: SWDA will provide final notification of award and/or notification to proceed when all SWDA requirements have been met.

Page 10

SECTION 2. GENERAL TERMS & CONDITIONS It is the intent of the SWDA, through this RFP to establish to the greatest extent possible complete clarity regarding the obligations of all parties to be incorporated into the Contract. Before submitting a Proposal, Proposer should become familiar with all requirements of this RFP and the conditions and requirements under which the Contract obligations must be fulfilled.

2.1 INTERPRETATIONS The SWDA will not be responsible for the Proposer’s misunderstanding of the scope of work or any terms and conditions of the Contract. The SWDA will not be responsible for oral interpretations of this RFP. Proposer’s questions and/or comments concerning lack of clarity, defects, and questionable or objectionable material in the RFP must be submitted in writing to and received by the contact provided on the cover of this RFP not later than the deadline for questions date noted on the cover of this RFP. Questions shall specify the Section(s), paragraph(s), and page number(s) to which the question refers. Questions received after the deadline for questions date noted on the cover of this RFP will not be answered. Only questions answered by formal written Addenda will be answered and available to all proposers via SWDA internet site.

2.2 ADDENDA The SWDA may issue addenda to this RFP to provide additional information or clarifications. The SWDA will not be responsible for a Proposer’s failure to acquire any addenda issued. The SWDA will issue notifications of addenda via the SWDA’s Internet Site. It is the Proposer’s responsibility, however, to periodically check the SWDA’s Internet Site for addenda issued. All Proposers will be responsible for downloading any addenda at swdahsv.org/business- opportunities/.

2.3 MANDATORY PRE-PROPOSAL CONFERENCE/TELECONFERENCE & QUESTIONS A Mandatory Pre-Proposal Conference/Teleconference is scheduled to review and answer any pertinent questions concerning the proposal and the specifications. Any questions or requests for clarification must be addressed at a Pre- Proposal Conference/Teleconference or submitted in writing not later than the deadline for questions noted on the cover of this RFP.

2.4 PROPOSAL BOND AND PERFORMANCE BOND An original Proposal Bond is required as specified in Appendix F. Any proposal submitted without an original Proposal Bond, when required, will not be considered. Such Proposal Bond shall be an original document in the form of a firm commitment, such as Proposal Bond, postal money order, certified check, cashier’s check, or irrevocable letter of credit. A company check is not an acceptable Proposal Bond. Proposal Bonds shall be retained by the SWDA until such time as a contract is executed and Performance Bond provided.

When the Successful Proposer delivers the executed Contract to the SWDA, it shall be accompanied by the required Performance Bond as specified in Appendix F. A Performance Bond must remain in effect for the entire term of the Contract in the amount of 100% of the annual contract amount.

2.5 SMALL BUSINESS PREFERENCE Instructions to Offerors

1. Offerors are required to submit a subcontracting plan with their Proposal that meet the goals listed in the SWDA’s subcontracting plan template. Offers must submit an acceptable subcontracting plan in order to be eligible for award (except for U.S. Small Businesses). Proposals will be evaluated on a pass/fail basis.

2. SUPPLIERS AND SUBCONTRACTORS GOVERNMENT FLOW DOWN CONTRACT CLAUSES:

The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations Supplement

Page 11

clauses are incorporated by reference.

FAR 52.219-8 – Utilization of Small Business Concerns (OCT 2018). FAR 52.219-9 Small Business Subcontracting Plan. FAR 52.219-16 Liquidated Damages-Subcontracting. DFARS 252.219-7003 Small Business Subcontracting Plan (DoD Contracts).

SWDA’s small business template and goals are listed in Appendix G.

2.6 PROPOSAL AWARDS The SWDA reserves the right to accept or reject any or all items covered in the request, or any portion(s) thereof, waive formalities, re-advertise and/or take such other steps decreed necessary and in the best interest of the SWDA. The SWDA reserves the right to make an award in whole or part to one or more Proposers whenever deemed necessary and in the best interest of the SWDA. The award will be made to the responsive and responsible Proposer providing the best service and value to the SWDA, based on the SWDA’s sole discretion in making this determination. This determination may involve all or some of the following factors: price, conformity to specifications, financial ability to meet the Contract, previous performance, facilities and equipment, availability of repair parts, experience, delivery promise, terms of payments, compatibility as required, other costs, and other objective and accountable factors which are reasonable.

Written notification of award will be mailed to the successful Proposer upon approval of the SWDA Board. All other Proposers will also be notified by mail and Proposal Bonds will be returned at that time.

The Proposer to whom award is made shall be required to execute a written Contract and provide an approved Performance Bond as herein specified, within fifteen (15) days, or as approved by the SWDA, after being notified of the acceptance of the Proposal. If the Proposer to whom the first award is made fails to enter into a Contract, as herein provided, the award may be annulled. SWDA may then negotiate with any other Proposer, or, renew its RFP process.

2.7 INVOICING THE SWDA Invoices submitted pursuant to this RFP must include:

a. Name and remittance address of Proposer. b. Invoice date. c. Invoice number. d. RFP number. e. Contact information of the person to be notified in event of a discrepancy in the invoice. f. Required support documents and monthly reports.

2.8 ADJUSTMENT OF CONTRACT PRICE DURING TERM OF CONTRACT Adjustment of the Contract Price during the term of the Contract is further described in Appendix A for Collection and in Appendix B for Processing.

2.9 CONTRACTOR'S RESPONSIBILITY SUPERVISION Contractor shall supervise and direct the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be solely responsible for the means, methods, techniques and procedures of recycling collection and/or processing. Contractor shall be responsible to see that the finished Work complies accurately with the intent of the Contract Documents.

Page 12

EMPLOYEE CONTROL All of the Contractor's employees shall be competent and able to perform the duties assigned to them for all Work covered by this Contract. The Contractor must employ only neat, orderly, courteous, sober, competent, and efficient employees and shall remove any employee who refuses or neglects to obey or carry out his/her instructions.

COMPLIANCE WITH LAWS-PERMITS The Contractor shall procure at its own expense, and keep current, all permits, licenses, and bonds necessary for the conduct and completion of the Work and/or required by municipal, state and federal/regulations and laws. The Contractor shall give all notices, pay all fees, and comply with all federal, state and municipal laws, ordinances, rules and regulations bearing on the conduct and completion of the Work. This Contract, as to all matters not particularly referred to and defined therein, shall notwithstanding, be subject to the provisions of all pertinent state statutes and ordinances of the SWDA Members, which ordinances are hereby made a part hereof with the same force and effect as if specifically set out herein. Compliance with all Commercial Driver’s License (CDL) requirements shall be ensured. Contractor shall comply with all posted speed limits and lawfully safe driving practices.

SAFETY AND PROTECTION Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to, all employees on the Work and other persons who may be affected thereby, or other property.

2.10 CONTROL AND PENALTIES In the event the Contractor has not satisfied the SWDA that it is able and willing to comply with all terms, conditions and provisions of this Contract, or upon any material breach of this Contract, at the option of the SWDA, this written Contract may be cancelled and terminated. The failure on the part of the SWDA to declare this Contract terminated or otherwise to enforce its rights hereunder, upon the default of the Contractor or the failure of the Contractor to perform any of the terms, provisions, or conditions hereof, shall not operate to bar, abridge or destroy the right of the SWDA to declare this Contract null and void or to exercise its other rights and privileges upon any subsequent default or failure by the Contractor to perform any of the terms, provisions or conditions hereof.

2.11 DISPUTES All Disputes arising between the Contractor and the SWDA shall be subject to negotiation between the Contractor and the SWDA. Substantial failure to perform the Contract by the Contractor shall be grounds for termination of the Contract by the SWDA. Such decision shall not be made arbitrarily or capriciously and the SWDA must provide Contractor with fifteen (15) days’ notice of any alleged grounds for termination in order for Contractor to have the opportunity to rectify the problem. Negotiation of a dispute shall not be grounds for the Contractor to abandon the performance of the terms of the Contract. The parties further agree to try to resolve any disputes between them for a period of thirty (30) days through the joint actions of Contractor and the SWDA or longer by written agreement between said parties. Should all negotiation efforts to resolve any dispute fail, then the parties may elect to have the dispute resolved through a Court of general jurisdiction in Madison County, Alabama.

2.12 NONDISCRIMINATION In compliance with Title VII of the Civil Rights Act and Alabama Code Title 25. Industrial Relations and Labor 25-1- 21, Contractor hereby agrees: o That in the hiring of employees for the performance of Work under the Contract or any Subcontract hereunder, no Contractor or Subcontractor shall by reason of race, age, religion, color, sex, national origin, ancestry, or handicap, discriminate against any person who is qualified and available to perform the work to which the employment relates as defined by law except where specific age, sex or physical requirements constitute a bona fide occupational qualification necessary for the proper and efficient operation or as provided by law.

Page 13

o That no Contractor, Subcontractor, or any person on the Contractor's behalf, shall, in any manner, with respect to tenure, terms, conditions or privileges of employment, or any other matter directly or indirectly related to employment, discriminate against or intimidate any employee hired for the performance of Work under the Contract on account of race, age, religion, color, sex, national origin, ancestry, or handicap.

o No person employing 20 or more employees for each working day in each of 20 or more calendar weeks in the current or preceding calendar year, including any agent of that person organization, shall discriminate in employment against a worker 40 years of age and over in hiring, job retention, compensation, or other terms or conditions of employment.

o That the Contract may be cancelled or terminated by the SWDA and all monies due or to become due hereunder may be forfeited for a second or any subsequent violation of the terms and conditions of this section of the Contract.

2.13 ALCOHOL AND DRUG POLICY Contractor shall maintain an Alcohol and Drug Policy consistent with the Alcohol and Drug Policies of the SWDA Members.

2.14 NOISE ORDINANCES Contractor shall comply with the Noise Ordinances of the of the SWDA Members while doing business within the respective jurisdictions. Collections shall not begin until 7:00 a.m.

2.15 CONTRACT ASSIGNMENT AND SUBLETTING The Contractor shall not assign, transfer, convey, sublet or otherwise dispose of his or her contractual duties to any other person, firm or corporation without the previous written consent of the SWDA. If the Contractor desires to assign his or her right to payment of the contract, the Contractor shall notify the SWDA immediately, in writing, of such assignment of right to payment. In no case shall such assignment of Contract relieve the Contractor of his or her obligations or change the terms of the Contract.

2.16 INSURANCE REQUIREMENTS Contractor must maintain insurance as described in Appendix F, which shall be incorporated into the Contract, for which proof of insurance shall be required.

2.17 HOLD HARMLESS The Contractor, to the fullest extent permitted by law, shall indemnify and hold harmless the SWDA, its elected and appointed officials, employees, agents and specified volunteers against all claims, damages, losses and expenses, including, but not limited to, attorney's fees, arising out of or resulting from the performance of this contract, provided that any such claim, damage, loss or expense (1) is attributable to personal injury, including bodily injury sickness, disease or death, or to injury to or destruction of tangible property, including loss of use resulting there from, and (2) is caused by any negligent act or omission of the Contractor, or any of their Subcontractors, sub-consultants, or anyone directly or indirectly employed by any of them or anyone for whose acts they are legally liable. Such obligation should not be construed to negate, abridge, or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person described in this paragraph.

2.18 ORDER OF PRECEDENCE Any expressed terms or conditions made in this RFP shall supersede any provisions outlined herein under the General Terms & Conditions.

Page 14

2.19 ALABAMA IMMIGRATION LAW Proposer must agree to comply with Alabama Immigration Law - see Appendix C.

2.20 EQUAL OPPORTUNITY The SWDA has an Equal Opportunity Purchasing Policy and encourages utilization of minority and women-owned business enterprises in its procurement activities. The SWDA provides equal opportunities for all businesses and does not discriminate against any Proposer regardless of race, color, creed, sex, national origin, or disability in consideration for an award.

2.21 AFFIRMATIVE ACTION REQUIREMENTS For federal contractors and subcontractors, affirmative action must be taken by covered employers to recruit and advance qualified minorities, women, persons with disabilities, and covered veterans. Affirmative actions include training programs, outreach efforts, and other positive steps.

2.22 ADA The Proposer/Contractor agrees to comply fully with the Americans with Disabilities Act and will indemnify and hold harmless the SWDA from all costs, including but not limited to damages as well as attorney's fees and staff time, in any action or proceeding brought alleging a violation of the American with Disabilities Act.

2.23 RIGHT TO INSPECT At reasonable times, the SWDA may inspect those areas of the Proposer’s place of business that are related to the performance of the Contract. If the SWDA makes such an inspection, the Proposer must provide reasonable assistance. The SWDA reserves the right on demand and without notice to inspect all of the Proposer’s files associated with a subsequent contract where payments are based on Proposer’s record of time, salaries, materials, or actual expenses. This same clause will apply to any Subcontractors assigned to the Contract; and, Subcontractors, at any tier, may be required to provide access to records as provided in 49 U.S.C. § 5325(g), if required by federal regulations that may pertain the Contract.

2.24 ETHICS, COMPLIANCE AND OTHER MATTERS For purposes of this Section, Proposer includes Proposer’s parent company(ies), subsidiary(ies), and affiliate(s). In Appendix C, Proposer must acknowledge;

1) Proposer is fully qualified to provide the requested services to the SWDA. 2) Proposer is properly established, licensed and authorized to do business in the State of Alabama and the SWDA Service Area, or will be prior to commencement of performance under the Contract. Proposer shall provide evidence of such licenses to the SWDA upon request. 3) This Proposal is true, accurate and complete. 4) This Proposal is genuine and is not made in the interest of, or in the behalf of, any undisclosed person, firm, or corporation. 5) Proposer has not directly or indirectly induced or solicited any other Proposer to this RFP to submit a false or sham Proposal. 6) Proposer has not sought by collusion to obtain for themselves any advantage over any other Proposer to this RFP or over the SWDA. 7) Except as disclosed in Proposal, Proposer: i) Is not subject to pending, contemplated or ongoing administrative or judicial proceedings material to Proposer’s business, finances or products including, but not limited to, any litigation, consent orders, debarment or contracts with any local, state or federal regulatory agency issued to Proposer; ii) Has not had an agreement canceled or terminated due, in whole or in part, to the fault of Proposer, or a default or breach of contract on the part of the Proposer (the details of which shall be disclosed in Proposal);

Page 15

iii) Has not had a bond or surety canceled or forfeited (the details of which shall be disclosed in Proposal); and, iv) Has not been adjudged bankrupt (Chapter 7), or petitioned the court for relief under the Bankruptcy Code or Act for either business reorganization (Chapter 11) or the Wage Earner’s Plan (Chapter 13) (the details of which shall be disclosed in Proposal). 8) Neither the Proposer nor any individuals who will fulfill Contract requirements has a possible conflict of interest with the SWDA, except as disclosed in writing in the Proposal; that the SWDA reserves the right to cancel the award if any interest disclosed from any source could either give the appearance of a conflict or cause speculations to the objectivity of the goods and services to be provided by Proposer; and that the SWDA’s determination regarding any questions of conflict of interest shall be final. 9) Proposer is not indebted to the SWDA Board of Directors, the City of Huntsville, the City of Madison and/or Madison County, Alabama, and will not at any time during the term of the Contract (including any extensions or renewals thereof) be indebted to the SWDA Board of Directors, the City of Huntsville, the City of Madison and/or Madison County, Alabama, for or on account of any delinquent judgments, fees or other debts for which no written agreement or payment plan satisfactory to the SWDA Board of Directors, the City of Huntsville, the City of Madison and/or Madison County, Alabama has been established. In addition to any other rights or remedies available to the SWDA at law or in equity, Proposer acknowledges that upon any breach or failure to conform to such certification, the SWDA shall have the right to, and may, at the option of the SWDA, withhold payments otherwise due to Proposer, and, if such breach or failure is not resolved to the SWDA’s satisfaction within a reasonable time frame as specified by the SWDA in writing, this will offset any such indebtedness against said payments and/or terminate the Contract for default (in which case Proposer shall be liable for all excess costs and other damages including reasonable attorney’s fees resulting from the termination). 10) Code of Ala. 1975 §36-25-11 requires that contracts entered into with a public official, a public employee, a member of the household of the public official or public employee, or a business with which a public official or public employee associates be filed with the Alabama Ethic Commission. If you are awarded the contract, and if you are a SWDA employee, or if a member of your household is a SWDA employee or public official, or if your business associates with a SWDA employee or public official, you must comply with the provisions of Code of Ala. 1975 §36-25-11. 11) Proposer has not offered anything of value to members of SWDA’s Board, employees and/or RFP Consultant, to influence the outcome of the Contract Award.

2.25 GOVERNING LAW All contracts entered into as a result of this solicitation shall be governed by and construed in accordance with the substantive laws of the State of Alabama. All contractual provisions required by the Department of Transportation, as set forth in FTA Circular 4220.1F, are incorporated by reference, if applicable.

2.26 TERMINATION The SWDA reserves the right to terminate, without cause, any award made as a result of RFP by providing a thirty (30) day letter of cancellation notification to the successful Proposer.

Page 16

SECTION 3. PROPOSAL INSTRUCTIONS Proposers are required to submit the required information in accordance with the instructions in this section. A response that deviates from these instructions may be considered non-responsive and may be rejected at the discretion of the SWDA.

The SWDA intends that this RFP is accurate complete, and acknowledges that there may be some details or work requirements not expressly described herein. Therefore, Proposer is required to (1) include in its Proposal all labor, supervision, materials, equipment, and tools of the trade required to meet the SWDA’s objectives, and (2) make inquiries of the SWDA during the RFP process about the specific requirements of the SWDA, for which the SWDA may issue clarifications in the form of addenda to this RFP, as described herein.

3.1 SUBMISSION OF PROPOSALS Complete proposals must be clearly marked with the RFP# and received by SWDA no later than 3:00 p.m. Central Daylight Time on the proposal closing date specified on the cover of this RFP. The number of copies specified on the RFP cover must be delivered to SWDA, 5251 Triana Boulevard SW, Huntsville, Alabama 35805 or mailed to SWDA, P.O. Box 2619, Huntsville, Alabama 35804-2619

3.2 PROPOSAL PREPARATION EXPENSES Proposers are responsible for all expenses incurred in the development and submission of their proposals and in participating in any negotiations related to this RFP. The SWDA assumes no obligation for any expenses incurred by the Proposer as a result of the issuance of this RFP, the preparation or submission of a proposal, the evaluation of a proposal, or the selection of the successful Proposer(s).

3.3 LATE PROPOSALS The SWDA will not be responsible in the event the U.S. Postal Service or any other courier system fails to deliver the Proposal response to the SWDA’s Procurement Services office by 3:00 p.m. CDT time on the Proposal closing date specified on the cover of this RFP. Any Proposal received after this date and time will not be considered.

No facsimiles of Proposals will be accepted.

3.4 RESPONSIVE PROPOSALS Each Proposal must be submitted in accordance with the requirements of this RFP. A Proposal that is not completed or submitted as required by the RFP may be rejected as “non-responsive.” Proposals may be disqualified and rejected for any of (but not limited to) the following causes:

a. Failure to use the proposal forms furnished by the SWDA. b. Lack of signature by an authorized representative on the proposal forms. c. Failure to properly complete the proposal form and Proposer compliance. d. Evidence of collusion among Proposers. e. Unauthorized alteration of the proposal forms. f. Failure to submit a Proposal Bond.

3.5 RESPONSIBLE PROPOSERS Each Proposer must furnish satisfactory evidence that it, or a participating partner or member representative, as being or has been invested or involved in the management of the business, if selected, has operated or is presently operating a similar residential curbside (MSW) and/or recycling collection system under contract, or a Materials Recovery Facility (MRF), as applicable, of a type and extent comparable to that outlined in this RFP dependent on which portion of the Contract the Proposer is proposing. The Proposer must also be able to demonstrate sufficient experience to satisfy the SWDA that Proposer can fully and satisfactorily comply with the provisions of the Contract Documents. Further, each Proposer shall be required to demonstrate, to the satisfaction of the SWDA, that it has

Page 17

adequate equipment, financial resources, work plan, facilities, experienced personnel and expertise to perform the services called for by the Contract and shall furnish such information and/or proof covering its qualifications, by completion of appropriate forms in the RFP.

Operations which have been or are now being operated by the Proposer shall be subject to inspection to determine the Proposer’s ability to perform satisfactorily under the Contract. No Contract shall be awarded to a Proposer who, as determined by the SWDA, is unqualified to adequately perform due to an unsatisfactory record, inadequate experience or who lacks the necessary capital, organization or equipment to conduct and complete the services in strict accordance with the terms and conditions of the Contract. Proposals will be considered from only those Proposers, who in the opinion of the SWDA, have a sufficient background or experience in the MSW and/or recycling field and meet all other requirements called for in the Contract Documents.

No Proposal will be accepted from or Contract awarded to any person, firm, or corporation, that is in arrears to the SWDA or SWDA Members upon any debt or contract, or who has failed to execute in whole or in part, in a satisfactory manner, any contract with the SWDA or SWDA Members; or who is in default as to surety or otherwise upon any obligation to the SWDA or SWDA Members.

3.6 RIGHT TO REJECT PROPOSALS The SWDA reserves the right to reject any part of any Proposal or to solicit new proposals for the same services that may be the subject of this RFP, as the SWDA may deem necessary and in its best interest. Proposers must comply with all the terms of the RFP and all applicable local, state and federal laws, codes and regulations.

Minor informalities, that do not affect responsiveness; that are merely a matter of form or format; that do not change the relative standing or otherwise prejudice other Proposals; that do not change the meaning or scope of the RFP; that are trivial, negligible, or immaterial in nature; that do not reflect a material change in the work; or, that do not constitute a substantial reservation against a requirement or provision, may be waived at the discretion of the SWDA.

3.7 PUBLIC RECORDS NOTICE AND SWDA RIGHTS TO INFORMATION The SWDA shall not discuss or disclose Proposals received during the selection process, or otherwise disclose them to the public except as may be required under the Federal and State Freedom of Information Acts. Confidential financial information that is submitted in accordance with Appendix C of this RFP, must be clearly identified as such at the time of submission, and shall not be disclosed to the public or competing Proposers at any point in time.

No responsibility shall be attached to the SWDA or SWDA representatives for the premature opening or disclosure of a Proposal not properly addressed and identified.

3.8 DELIVERY/COMPLETION SCHEDULE The Contractor awarded either Contract by the SWDA agrees that the preferred initiating date of service under the Contract shall be August 1, 2019, or at a later date proposed by the Contractor as part of the RFP process and as accepted by the SWDA. At the discretion of the SWDA, failure to commence Work on the preferred initiation date for Work under the Contract or the SWDA approved delayed date from the Contractor, may result in liquidated damages of up to $5,000 per calendar day.

3.9 GENERAL PROPOSAL REQUIREMENTS All Proposals shall be made on the printed Proposal forms. Each Proposal must be completed by typewriter, computer, or legibly printed in ink. The Proposal price on the form must be stated in words and numbers; in case of conflict, words will take precedence. No alterations in any Proposal, or in the form on which it is submitted, shall be made after the Proposal has been submitted. No proposals will be accepted by email or fax.

Page 18

Each Proposer shall submit under oath with his/her Proposal, completed statements of Proposer’s proposed plan, or plans, for performing the Work; Proposer’s experience; equipment Proposer has available to perform the Work; the ownership structure of Proposer, including the names of all parties with an ownership interest greater than ten (10) percent; and a financial statement. All Proposals shall include all required Proposal forms.

Each Proposer is required to file an affidavit that such Proposer has not entered into any combination or agreement relative to the price to be proposed by a person, to prevent a person from proposing or to induce a person to refrain from proposing and that such Proposal is made without reference to any other Proposal.

Proposals by partnerships must be executed in the partnership name and signed by a partner, whose title must appear under the signature, and the official address of the partnership must be shown below the signature. If submitted by a corporation, the Proposal must be signed by an officer of the corporation, or by a representative authorized by the corporate officer. Proposals which are not signed by individuals or corporations making them shall have attached thereto a power of attorney evidencing authority to sign the Proposal in the name of the person for whom it is signed.

All names must be typed or printed below the signature.

The Proposal shall contain an acknowledgment of receipt of all Addenda (the numbers of which shall be filled in on the Proposal Form).

The address to which communications regarding the Proposal are to be directed must be shown.

3.10 PROPOSAL FORMAT Proposals must be submitted with tabbed indexes separating the sections, organized in the following order:

Tab 1: Transmittal letter.

Tab 2: Proposer Information. Proposer must complete and submit Appendix C.

Tab 3: Qualification and Experience of Proposer. See Appendix C.

Tab 4: Scope of Work. See Appendices D and/or E.

Tab 5: Proposer must acknowledge receipt of any addenda issued by signing the addenda and submitting in this section (see Appendices D and/or E).

Tab 6: Additional Documentation. If applicable, Proposer shall include screen shots and sample reports from computer software applications that may be part of the proposed services. This is intended to illustrate how a particular requirement might be met by Proposer, NOT a complete submission of all screens/reports/features.

3.11 PRICE PROPOSAL Proposer’s price for the services requested by the SWDA pursuant to this RFP shall be specified in the Proposal Pricing Form, Appendices D and/or E. All tools of the trade required to meet the Contract requirements must be included in the Proposal price.

Prices quoted shall be in U.S. Dollars, delivered prices, F.O.B. destination, exclusive of all federal or state excise, sales, and manufacturer's taxes.

Page 19

The SWDA will not accept charges for transportation, handling, packaging, installation or out-of-pocket expense other than as specified in the Proposal.

Prices quoted to the SWDA shall remain firm for a minimum of 90 days from the date of opening of the Proposal, unless so stated differently in the Proposal. If there are discrepancies between unit prices quoted and extensions, the unit price will prevail. The SWDA will be protected against any increase above the price in the Proposal. Any Proposal containing an "Escalator Clause" may not be considered unless so stipulated in this RFP.

3.12 PROPOSAL SUBMISSION CHECKLIST Proposers are encouraged to review Appendices D and E, which provides a checklist of things to consider before a Proposal is submitted to the SWDA. The checklist is for general guidance only and not intended to provide an all- inclusive list of response requirements, which Proposers must determine from this RFP.

Page 20

APPENDIX A: RESIDENTIAL SINGLE STREAM RECYCLABLES COLLECTION SCOPE OF WORK & RELATED INFORMATION

SWDA OBJECTIVES The major objectives of the Residential Single Stream Recyclables Collection RFP are as follows:

• The SWDA wants the Collection of Residential Single Stream Recyclables. • Materials will be collected once per month in Carts within the SWDA Service Area. • The Carts will initially be provided upon request to Qualifying Units within the SWDA Service Area, delivered, or caused to be delivered by the SWDA. As an option, the SWDA is requesting pricing for the delivery and maintenance of Carts after the initial delivery by the SWDA. This is further described below under Recycle Cart Delivery and Maintenance Services. • For purposes of this RFP, collected materials will be taken to the designated transloading area located at the Huntsville Waste to Energy (WTE) Facility located at 5251 Triana Boulevard, Huntsville, Alabama 35805, or to another location, determined by SWDA and within ten (10) miles of the WTE facility. • The Collection Proposal begins August 1, 2019 and must include pricing based on an initial seven (7) year contract with three (3) 1-year options.

GENERAL REQUIREMENTS Please give your price for collection of Single-Stream Recycling.

At program inception, the SWDA will purchase and deliver, or cause to be delivered, a wheeled Cart, to only those Residents of Qualifying Units who request to participate in the recycling program.

A CART WILL NOT BE DELIVERED TO EVERY RESIDENTIAL UNIT IN THE SWDA SERVICE AREA.

Delivery of Carts will begin in mid-July 2019 and will be completed no later than the end of July 2019. The SWDA will work with the Contractor in developing a delivery schedule. Proposer shall plan to collect, if required by SWDA, the 18-gallon recycling bins residents are currently using for an initial 60 days of the Contract, as part of the curbside program.

The SWDA does require collection of Single-Stream Recyclable Materials to be in the alley where alley collection is provided for Qualifying Units. Due to the logistical arrangement of neighborhoods, the SWDA believes that making it easier for the residents to set the Single-Stream Recyclable Materials out in the alley will improve participation. If requested, listing of alleys will be provided at the Pre-Proposal Mandatory Conference/Teleconference.

SPECIFIC REQUIREMENTS The initial Contract will be for a period of seven (7) years beginning August 1, 2019 and ending July 31, 2026. There will be three (3) possible one (1) year extensions if requested in writing by the SWDA within 180 days of end of current term.

Proposer shall submit pricing, including costs and administrative procedures, for conducting a voluntary curbside recycling collection program that accepts the current Recyclable Materials under the SWDA’s curbside recycling program without the batteries and motor oil. Such a program shall provide for collection of commingled Recyclable Materials as a Single-Stream (Single-Stream Recyclable Materials) one (1) time every month to all Qualifying Units.

Page 21

The SWDA only offers services to Qualifying Units that opt in to receive the service. Exhibit B, attached hereto, contains historic data regarding the total number of Tons collected that year. The Contractor is expected to collect from all qualified mobile home units.

Collection shall be curbside or alley. If Residents have their Refuse collected in the alley, then their Single-Stream Recyclables will be collected in the alley as well. It will be the Resident’s responsibility to see that Cart(s) are placed at the curb or alley, as close as practical to vehicle routes by 7:00 a.m. on the designated collection day. If vehicles are parked in front of the Cart(s), the Contractor is expected to walk the Cart(s) out from around the vehicles to empty them. Curbside will refer to that portion of the right-of-way adjacent to and within five (5) feet of paved, traveled roadways. All Carts must be placed back down where the Resident sets them out for collection. Contractor shall not leave Carts in the middle of driveways. In the event the Carts are not placed back in their proper location, the Contractor may be penalized $25 for each occurrence, at the discretion of SWDA. Where the Contractor has reason to leave Single-Stream Recyclables uncollected at a residence, the Contractor or its agents shall inform the Resident in a timely manner by SWDA approved written notice, sticker, door hanger, mailing, or telephone as to why the Single- Stream Recyclables were not collected.

The Contractor shall exercise all reasonable care and diligence in handling wheeled Carts. In the event the Contractor damages a wheeled Cart(s), the Contractor shall be responsible to SWDA for the cost of repairing or replacing the Cart.

A map of the current SWDA Service Area is attached hereto as Exhibit A. Scheduled days of collection will be determined initially by the Contractor. The initial and any subsequent changes will be subject to SWDA approval, which will not be unreasonably withheld. Contractor will be responsible for all costs associated with notifying residents of a change in their collection day. Entire neighborhoods must be collected on the same collection day. The SWDA will not allow individual neighborhoods to be divided into multiple collection days.

Contractor will be responsible for the collection of Recyclables from all Qualifying Units of any areas that are annexed by the SWDA Members during the Contract term and, if applicable, add routes to cover the new areas accordingly, as residents opt in to the service. In addition to annexed areas, the Contractor is responsible for servicing all new homes built in the SWDA Service Area that qualify and opt in for SWDA services.

Normal hours of collection are not to start before 7:00 a.m. and are to end by 8:00 p.m., Monday through Friday. Single-Stream Recyclable Materials are to be collected on their scheduled day of collection. Missed Collections shall be reported to the Contractor via a local call center. The Contractor has until 5:00 p.m. the following day to have the miss collected. Saturdays may be used to collect missed pick-ups from the previous day. Misses reported to the Contractor on Friday must be collected by 5:00 p.m. on Monday. In the event a Resident sends an email informing the Contractor of a Miss Collection after hours on Friday evenings, these emailed misses must be collected on Monday by 5:00 p.m. Any misses from the previous week reported to the Contractor before 10:00 a.m. on Monday mornings must be collected by 5:00 p.m. on Monday. The SWDA expects and will hold the Contractor to a benchmark of a maximum of one (1) miss per 1,000 households per week. Failure to meet this benchmark will result in a penalty on $100.00 for each miss over the benchmark. Failure to collect the miss by 5:00 p.m. the following day will result in a $50.00 penalty for each occurrence. If a Resident is missed more than two (2) times during a three (3)-month period, the Contractor will be penalized $100.00 for each occurrence over this two (2)-miss threshold. If there is an instance where a whole street or whole addition is missed more than one (1) time during a three (3)-month period, the Contractor will be penalized $100.00 for each home that is missed.

If the street is blocked due to short-term utility work lasting less than one day, the Contractor is expected to go back to get the Missed Collections no later than the following day.

The following holidays when falling on a weekday will be observed as non-collection days by the Contractor. If a SWDA holiday falls during the week (Monday – Friday), all collections scheduled on or after the holiday will be made one day

Page 22

later that week. If the actual holiday falls on the weekend, but the SWDA observes the holiday on the Friday before or the Monday after the actual holiday, there is no change in the collection schedule.

New Year’s Day Memorial Day Independence Day Labor Day Thanksgiving Day Christmas Day

The Contractor shall use only routes approved by the SWDA for transport of Single-Stream Recyclable Materials from the collection areas to the WTE designated transloading area or to another location, determined by SWDA and within ten (10) miles of the WTE location, as may be applicable.

The Contractor shall not work under the supervision of the SWDA, but will coordinate with SWDA with regards to citizen complaints, Missed Collections and matters necessary for satisfactory service. Citizen complaints will be handled through a SWDA phone number directed to a local customer service center provided by the Contractor. For any missed or unsatisfactory collections, Contractor must make those collections by 5:00 pm the following day. In addition, Contractor will work with the SWDA to resolve all citizen complaints and problems to the satisfaction of the SWDA as explained in Appendix A. In the event Contractor fails to collect and remove or properly process Single-Stream Recyclable Materials or other materials herein provided for, in accordance with the terms of this Contract, for a period of seven (7) working days (Acts of God excepted), the SWDA may after written notice to Contractor of specific complaint, cause all such Single-Stream Recyclable Materials and such material to be collected and processed by the SWDA, or the SWDA may contract with any other party and utilize their workforce and equipment, and any and all costs and expenses which may be incurred by the SWDA shall be paid by Contractor to the SWDA immediately upon demand or may be paid by the SWDA out of, or be charged against, any monies due Contractor from the SWDA, at the election of the SWDA. If employees of SWDA Members have been used to perform work that is the Contractor's responsibility, SWDA may charge the Contractor at $100.00/hour per employee used to complete the work with a four (4) hour minimum for each occurrence. Penalties shall be assessed at the discretion of the SWDA.

A Qualifying Unit collection location that does not properly conform to prepared guidelines or SWDA standards for Single- Stream Recyclable Materials set-out shall be immediately brought to the attention of SWDA personnel by the Contractor. The Contractor shall tag set-outs of improperly prepared Recyclable Materials (contaminated materials, overweight items, bagged items, etc.) with appropriate notice identifying the deficiency preventing the Recyclable Materials from being collected by the Contractor. Such Single-Stream Recyclable Materials shall be collected by the Contractor, on the next regularly scheduled collection day, after the Resident has corrected the deficiency with the set-out.

CUSTOMER SERVICE/CALL CENTER The Contractor will be responsible for all customer service calls as specified in this RFP, including but not limited to: • Fielding and responding to all calls from customers for missed pickups, replacement/extra Carts, if applicable, etc. • Daily reporting to SWDA on status of all inquiries and resolution of all issues and current status on unresolved issues.

The Contractor shall maintain a customer service/call center within Madison County, Alabama unless exempted by the SWDA. The SWDA has purchased a call-in number for recycling related customer service calls and will forward these calls to the Contractor’s customer service/call center. This SWDA owned phone number shall be dedicated for recycling services and shall not be used for general waste inquiries. The Contractor must provide a local telephone number to the SWDA to forward the receipt of service calls, complaints from residents and to assist residents with questions regarding the various services offered for recycling collection. The individual(s) manning the center shall be familiar with the

Page 23

programs offered by the Contractor to the residents of the SWDA Service Area, the daily Collection Routes, days of service, items that can be collected, bag/item limitations and the layout of the SWDA Service Area, etc. This individual shall have contact with the Contractor’s collectors at all times either directly or through a dispatch system. Such center shall be open and available for such calls Monday through Friday of each week during normal business hours. During non-regular center hours, the Contractor shall provide an answering service to receive homeowner’s complaints/concerns during afterhours. All complaints of residents concerning the collection and removal of recyclables received by the Contractor shall receive immediate action. Said complaints/ concerns shall be logged in and listed in the required reports to the SWDA. At the time of the award of the Contract, the Contractor shall supply the name(s) and phone number(s) of the customer service representative(s).

The Contractor shall provide telephone access to the SWDA by means of a local telephone number(s). That telephone number shall place SWDA personnel in contact with an individual who has control over the day-to-day collection operations and is located within Madison County, Alabama. At the time the Contract is awarded, the Contractor shall provide to the SWDA the name(s) of a person or persons to be contacted in the event of complaints and/or emergencies. ` The Contractor will be responsible for ensuring that all staff maintains a professional and courteous demeanor. Contractor shall be responsible for all employee interaction with Customers and SWDA staff. The Contractor will be required to develop a system for handling all service-related issues and items, as approved by the SWDA.

ADJUSTMENT OF CONTRACT PRICE DURING TERM OF CONTRACT FOR COLLECTION Proposal price(s) for Collection shall be adjusted annually pursuant to indices and the procedure set forth below.

Collection Price and Fuel Adjustment After the initial Contract year, the Residential Single Stream Recycling Collection Fee (RSSRCF) will be adjusted each year under the contract for: 1) general changes in costs attributed to everything in the Consumer Price Index (CPI) except energy and 2) the annual average price of diesel fuel. These changes in the RSSRCF will be based on common indexes of verifiable public information from the United States government. The annual price change for the sum of the CPI adjustment and the Fuel adjustment is capped at two-and-one-half percent (2.5%) for any given year of the Agreement.

The RSSRCF will be adjusted October 1 each year, beginning October 1, 2020, and will be based on the published July indices described herein. The Proposer will calculate, and present, the RSSRCF to SWDA for approval by August 31st each year and will become effective for each October billing cycle.

The RSSRCF is comprised of two (2) components, which are the Residential Collection Fee Cost Component and Fuel Adjustment Component, which are calculated as follows: Residential Collection Fee Cost Component = 85% of the RSSRCF Fuel Adjustment Component = 15% of the RSSRCF

Consumer Price Index Adjustment – Residential Collection Fee Cost Component The SWDA and Proposer agree that the Residential Collection Fee Cost Component of the RSSRCF is subject to an annual price modification based on the United States Bureau of Labor Statistics (BLS) Consumer Price Index (CPI). The controlling index shall be the Consumer Price Index for Urban Wage Earners and Clerical Workers (CPI-W) for the Southeast Region, for the Item and Group of All Items Less Energy (CWUR0300SA0LE). For purposes of this proposal, and as described above, the Residential Collection Fee Cost Component is 85% of the RSSRCF and will be subject to the annual CPI adjustment.

Fuel Price Adjustment –Fuel Adjustment Component The SWDA and Proposer further agree that the Fuel Adjustment Component (15%) of the RSSRCF is subject to an annual price modification. The Proposer shall adjust charges based on fuel prices in accordance with the following procedure.

Page 24

The Fuel Adjustment Component adjustment will be tied directly to the national average price of diesel fuel as reported weekly by the Energy Information Administration of the U.S. Department of Energy (“EIA/DOE”) for U.S. On-Highway Diesel Fuel Prices for the Gulf Coast ((PADD3), (EMD_EPD2D_PTE_R30_DPG)). Changes to the Fuel Adjustment Component of the RSSRCF will be based on changes to the national average price of diesel fuel as of the last full week in July for each year.

If at any time during the term of the agreement between SWDA and the successful proposer, the referenced indices are no longer posted or otherwise fails to be applicable market indices, then the parties shall mutually select an appropriate replacement index.

In the event the Proposer has converted or intends to convert its fleet to a fuel other than diesel fuel (for example compressed natural gas), the SWDA and Proposer may develop an alternative Fuel Adjustment Component, and index that takes into account the cost relationship of the alternative fuel to diesel. The intent would be to provide for lower costs to the Proposer and SWDA by switching to lower cost and lower carbon footprint fuels. The SWDA will use its best efforts to assist the Proposer in pursuit of such option.

Sample Price Modification Adjustment for Collection Below is an example calculation for illustration purposes only.

Page 25

Sample RSSRCF Adjustments Appendix A, Residential Single Stream Recyclables Collection Fee (RSSRCF) Fee Adjustments Residential Collection Fee Cost Component 85% of RSSRCF Fuel Adjustment Component 15% of RSSRCF Maximum Allowable Annual Percent Change 2.50% RSSRCF Adjustments - before CPI and Fuel Residential Single Stream Recyclables Collection Fee $ 10.00 Per Month, Per Qualifying Unit Adjusted RSSRCF Cost $ 8.50 Per Month, Per Qualifying Unit Adjusted RSSRCF Fuel Cost $ 1.50 Per Month, Per Qualifying Unit Example CPI's Previous Period CPI July 2017 238.689 CPI-Urban Wage Earners and Clerical Workers, Less Energy Current Period CPI July 2018 243.782 (CWUR0300SA0LE) CPI Change Calculations: Percent change in CPI = (Current Period CPI / Previous Period CPI) -1 % Change in CPI 2.13% = 243.782 / 238.689 - 1 Fuel Adjustment Calculation (15% of Residential Collection Unit Price) Adjusted Fuel Component $ 1.50 Per Unit, Per Month Example Fuel Indices Energy Information Administration of the U.S. Department of Energy, Gulf Coast ((PADD 3), EMD_EPD2D_PTE_R30_DPG)) Gulf Coast (PADD 3) average price of diesel fuel, Week ended Jul 31, 2017 2.359 Gulf Coast (PADD 3) average price of diesel fuel, Week ended Jul 30, 2018 2.997 Calculations: Index Point Change = (Current Period Fuel Price/Previous Period Fuel Price) - 1 % Change in Fuel Indices 27% = 2.997 / 2.359 - 1 Residential Single Stream Recyclables Collection Fee Price Adjustments CPI adjustment = Adjusted RSSRCF Cost X calculated CPI Percent Change CPI Adjustment $ 0.18 = $ 8.50 x 2.13% Fuel adjustment = Adjusted RSSRCF Fuel Cost X calculated Fuel Percent Change Fuel Adjustment $ 0.41 = $ 1.50 x 27% Summary of Change CPI Adjustment = $ 0.18 Fuel Adjustment = $ 0.41 Net Increase/(Decrease) $ 0.59 Current Residential Single Stream Recyclables Collection Fee $ 10.00 Per Unit Per Month Adjusted Residential Single Stream Recyclables Collection Fee $ 10.59 Per Unit Per Month Actual Percent Change (exceeds Maximum Allowable Percent 5.9% Change) RSSRCF Billing Rate Calculation Current Residential Single Stream Recyclables Collection Fee $ 10.00 Per Unit Per Month Total Allowed Percent Change 2.50% Note - In example Actual Percent Change, exceeds Total Allowed Change, so Total Allowed Percent used. New Residential Single Stream Recyclables Collection Fee $ 10.25 RSSRCF Per Unit Per Month

PAYMENT The SWDA will be invoiced, in arrears, by the total number of Qualifying Units. The Qualifying Units information will be confirmed to the Contractor by the SWDA on a monthly basis. Contractor will invoice the SWDA by the 10th of every month. Invoices shall include total occupied Qualifying Units, from which Single-Stream Recyclable Materials were collected for the month, total Tons collected for that month, and weekly participation percentages for the month. Household counts and tonnage numbers shall be separated out by their respective weekly designation. The SWDA

Page 26

will deduct any penalties from the invoice and make payment to the Contractor within thirty (30) days of receipt of the properly completed invoice.

In addition to reporting as noted above, Contractor shall include a monthly report with each invoice specifying all complaints, accidents, incidents, and citations by regulatory agencies or insurers, which occurred while performing the Work for the month being invoiced. Reports shall include RFID or similar reader info, as approved by SWDA, including but not limited to total units by route and total units picked up. Reports shall detail the nature and reasons for these occurrences as well as all results, findings, and actions taken to resolve same. Contractor shall also notify the SWDA promptly of any fines or penalties levied and any actions that could have an adverse impact on Contractor or service to the SWDA or both. Failure to report such data shall subject Contractor to non-payment of invoice(s) by SWDA until submission of complete, accurate report(s).

RECYCLING PROMOTION AND EDUCATION SUPPORT During the Contract term, Contractor must work with the SWDA to help and support in public education of residents regarding its recycling programs.

EQUIPMENT As of August 1, 2019, and during the first five (5) years of the contract, all Collection Vehicles in the Contractor’s fleet used for the SWDA Contract must not be older than five (5) years old and at no time during the initial seven (7) years of the contract older than seven (7) years old. This does not include any spare vehicles that are used.

Contractor Collection Vehicles shall be licensed in Madison County, Alabama and shall operate in compliance with all applicable federal, state, and municipal regulations. All vehicles shall be manufactured and maintained to conform to the United States Department of Transportation (DOT) Standards.

Contractor shall provide a fleet of Collection Vehicles sufficient in number and capacity to efficiently perform the Work required by the Contract in strict accordance with its terms. Contractor shall have available on collection days sufficient spare vehicles for each type of Collection Vehicle used to respond to complaints and emergencies. Recycling Collection Vehicles shall be leak proof and manage the collection process without fallout or blowout, even during substantial winds. Automated arm and grabber shall be capable of handling the Cart sizes without damage. Disposal hoppers shall be equipped with anti-blowout equipment whether the devices are standard or add-on. Vehicle must be designed to distribute weight of vehicle to minimize road damage.

Each Collection Vehicle, including spares, shall be provided with a global positioning system (GPS) unit which has the following functions: • Location recording using XY and elevation coordinates and street address; • Logging of pick up and spatially linking to location data; • Cellular or other technology link to a server that the SWDA can access via the web; • Store and forward capability of above listed data when cellular signal is unavailable; and • RFID tag reader.

In addition, the RFID/GPS system shall provide data in a standard recognized format that enables the SWDA to generate reports. The system shall be able to track each time the vehicle lifts a Cart at a specific address when emptying a Cart. SWDA shall have real-time access to information/databases of when a Collection Vehicle is at a specific address and if the Contractor collected Single-Stream Recyclable Materials from that address. Reports shall include the date and time of collection. These systems shall be capable of reading RFID tags on all SWDA-owned Carts. Contractor will be responsible for purchasing the necessary equipment to read the tags and create the reports to the SWDA.

Page 27

SWDA reserves the right to request Contractor to reserve an area, agreed to by SWDA, on both sides of the Collection Vehicles for a magnetic branding of the program designed, paid for, and provided by the SWDA.

Cleaning and Maintenance Standards: Contractor shall maintain all equipment used in providing service under Contract in a safe, neat, clean and operable condition at all times. Vehicles used in the collection under the Contract shall be thoroughly washed a minimum of once every other week so as to present a clean appearance. SWDA may inspect vehicles at any time to determine compliance with sanitation requirements.

Contractor vehicles and any other equipment shall be kept in proper repair and sanitary condition. Each vehicle shall bear as a minimum, the name of the Contractor plainly visible on both cab doors. Each vehicle shall be uniquely numbered in lettering at least four (4) inches high. Each vehicle shall have an emergency fluid spill kit and at least one broom and shovel to clean up Single-Stream Recyclable Materials or waste that may be spilled or otherwise scattered during the process of collection. All vehicles shall be sufficiently secure so as to prevent any littering of Single-Stream Recyclable Materials or waste and/or leaking of fluid. No vehicles shall be willfully overloaded.

In an instance where there is a hydraulic fluid, oil, fuel, or any other type of fluid leak or spill from a vehicle, the Contractor shall contact the SWDA immediately and shall follow all federal, state, and local regulations governing spill cleanup. Upon the event of any leak or spill, the Contractor shall have a supervisor on site within one (1) hour to assess the situation, apply absorbent, and remove any stains. All material applied to the spill shall be cleaned up and disposed of properly within twelve (12) hours. Contractor shall not wash any fluids down storm drains without a filtering system approved by the City of Huntsville Water Pollution Control Department, Madison Utilities Water and Wastewater Services, and/or Madison County Stormwater Management, depending on the jurisdiction in which spill occurred. Contractor shall notify the SWDA through email on how a leak or spill has been resolved within twenty-four (24) hours of initial notification. Contractor shall provide the SWDA with the vendor(s) used for cleanups as well as products/cleaning agents used by said vendor(s).

With its Proposal, the Proposer shall provide the make, model, year, capacity, and number of vehicles that will be used for Single-Stream Recyclable Materials collection. Proposer must include the average number of households each vehicle will service each day. Proposer must also include the number of spare vehicles that will be allocated to SWDA routes each day in the event a vehicle breaks down.

As an option, the SWDA is requesting alternate pricing based on the SWDA purchasing automated Collection Vehicles and leasing each vehicle for $1.00 per year with a Contractor executed leasing agreement. SWDA leased vehicles will only be permissible to be utilized for purposes of fulfilling this Contract and only this Contract. The alternate pricing option will be evaluated by the SWDA for financial purposes to determine if it is in the best interest of the SWDA Board and SWDA Members.

If utilizing the Collection Vehicle leasing option, SWDA reserves the right to brand side(s) of Collection Vehicles at SWDA’s expense.

RECYCLE CART DELIVERY AND MAINTENANCE SERVICES Description of Services As an option, the SWDA requests Proposals from professional, qualified, experienced companies for the provision of: On-going Recycle Cart Delivery and Maintenance Services (Services). The Carts will initially be delivered, or caused to be delivered, by the SWDA to Qualifying Units that opt in to receive the service.

The Services are intended to support the recycle collection program, which will consist of approximately 114,000 carts. These carts will be registered in the SWDA’s cart management database. The SWDA will offer recycle carts in 95/96- gallon sizes. Sizes may be subject to change over the term of the Contract.

Page 28

The Services will generally include but not be limited to the following: • Delivery of a carts to each new Qualifying Unit; • Delivery of additional carts to existing Qualifying Units that opt in to receive the service as approved by SWDA; • Scanning of RFID tags in new, replacement or exchanged carts at the point of delivery to register the cart RFID with the address; • Removal of carts from homes removed from the program, which includes scanning the RFID tag of the carts to be removed to de-register the carts from the list of carts in circulation; • Replacement of stolen or missing carts; • Repair of damaged or defective carts; • Exchanges of carts as requested by Qualifying Units that opt in to receive the service, and which also includes scanning the RFID tag of the carts to be removed to de-register the carts from the list of carts in circulation; • Maintenance of SWDA purchased inventory of carts at the Contractor’s facility; • Cleaning of returned or refurbished carts; and • Maintain and report cart inventory monthly.

Performance Standards It is expected that the Contractor will meet the following Service expectations: a) The Contractor’s response time to provide minor cart repairs, such as wheels, axles, lids, etc., will be no more than two (2) business days after notification. The Contractor’s response time for cart replacements to existing homes or cart deliveries to new homes will be no more than three (3) business days after notification. b) The Contractor shall thoroughly wash and inspect all carts, and repair any damage, before delivering any carts to any home, or returning carts to general inventory. c) The Contractor will inform the SWDA immediately of any issues encountered in the field, such as truck engine failure, traffic issues, etc., that may prevent the Contractor from completing the assigned work during any given day. d) The Contractor must have back-up staff available in the case that primary staff become ill or cannot otherwise perform the work. e) If, for reasons unforeseeable such as illness, the Contractor cannot complete any or all the Services scheduled for a particular day, the Contractor must contact each individual Resident to reschedule the delivery, exchange, or repair for a later date. The rescheduled delivery, exchange, or repair must take place no more than three (3) business days after the original scheduled date, unless otherwise approved by the SWDA.

LOCATIONS OF WORK During the term of the Contract, Collection Contractor must have an office located within the City of Huntsville, the City of Madison, or Madison County, Alabama unless otherwise approved by SWDA Board.

PROJECT COMPLETION SCHEDULE Proposal shall include a project completion schedule that depicts the phases of work, based on general benchmarks used by Proposer for the minimum level of services desired by the SWDA. Proposer shall disclose in the schedule all significant assumptions upon which the schedule is based. The SWDA’s goal is to implement the Contract by August 1, 2019. However, Proposer may propose an alternate start date. Final start date shall be approved by SWDA.

REPORTING 1. General Reporting

a. The Contractor shall provide daily, monthly, annual, and ad hoc reports to the SWDA. The Contractor report formats may be modified from time to time at the SWDA’s request at no cost to the SWDA. In addition, the Contractor shall allow SWDA staff access to pertinent operations information related to compliance with the obligations of this Contract and requirement of the

Page 29

Alabama Department of Environmental Management, such as vehicle route assignment, maintenance logs and Qualifying Unit data. A sample reporting form shall be submitted to the SWDA prior to program start-up for approval. All data regarding Collection operations must be managed on software compatible with the SWDA’s and must be electronically provided to the SWDA.

2. Daily Reports

a. The Contractor will provide SWDA with information on the status of each daily miss by 8:00 p.m. that day.

b. The Contractor shall email collection complaints to the SWDA daily. It will be the Contractor’s responsibility to provide in writing information on how each complaint was addressed so that future problems do not occur. The SWDA will need this information within 48 hours of the Contractor receiving the complaint.

i. Complaints related to property damage shall be addressed as follows. The Contactor will have 24 hours to respond to any property damage claims received by the Contractor via email by the SWDA. Once the Contractor has accepted responsibility for the damage, the damage must be repaired within thirty (30) business days of acceptance of the claim. For property damage taking place in the fall and winter months that involves planting grass seed, Contractor must have the damage repaired with seasonal replacement grass, such as Winter Rye, and then permanently replaced with plant seed or sod by May 15th the following spring. If the property damage is not repaired within thirty (30) business days, the SWDA will hire a company to repair the damaged property. The Contractor will be charged the cost of the repair plus an additional fifty (50) percent in penalties and the amount will be deducted from the next month’s invoice.

3. Monthly Reports

a. On a monthly basis, by the 10th day of each month, the Contractor shall provide a report containing the following information for the previous month. Reports shall be submitted in an electronic format approved by the SWDA and shall be certified as accurate by the Contractor. At minimum, reports shall include:

i. A tabulation of the total number of Qualifying Units.

ii. A tabulation of the number of Qualifying Unit, setouts, pounds per home, and pounds per cart by route by day and in summary.

iv. Reports from the Contractor’s customer service telephone system showing total call volume, total calls answered, and average speed of answer.

v. A summary of total Recyclables quantities collected (in Tons) for each Collection Route by month and year-to-date. The summary shall include program participation statistics for Recyclables collection services and gross weight of all loads, tare weight for each vehicle, and calculated net weight by material collected.

vi. A description of any vehicle accidents, infractions and reported leaks.

vii. A list of all tagged households for non-compliant set outs.

Page 30

viii. While servicing the SWDA Service Areas, in no event shall Collection Vehicles collect materials other than SWDA Service Area Residential Recyclables and there shall be no commingling of materials in Collection Vehicles other than SWDA Service Area Residential Recyclables sent to the SWDA Processing facility.

4. Semi-annual Reports

a. On a semi-annual basis, the Contractor shall provide SWDA with the necessary data in a timely manner to meet the reporting requirements and deadlines of the Alabama Department of Environmental Management (ADEM) for January through June and July through December.

5. Annual Reports

a. On an annual basis, by the 10th day of May, the Contractor shall provide a report containing the following information for the previous year:

i. A consolidated summary and tabulation of the monthly reports described above.

ii. A discussion of highlights and other noteworthy experiences, along with measures taken to resolve problems, increase efficiency, and volume of Recyclables collection program.

iii. A discussion of opportunities and challenges expected during the current year, including steps being taken to take advantage of opportunities and resolve the challenges.

iv. An inventory of current Collection Vehicles and other major equipment, including model, year, make, VIN number, assigned vehicle number.

v. A detailed report on container change-out, delivery and maintenance completed or not completed on schedule during the previous year.

vi. A summary of all program costs and activity within the period, a graph of yearly tonnages collected by route for each year over the duration of the Contract, and comparison of yearly tonnage by route for the length of the Contract.

vii. The annual report shall be specific to the SWDA’s operations, written in a format appropriate for contract management and shall not be a generalized listing of Contractor activities in the region or elsewhere.

6. Ad Hoc Reports a. The SWDA may request and receive from the Contractor up to six (6) ad-hoc reports each year, at no additional cost to the SWDA. These reports may include customer service database tabulations to identify specific service level or participation patterns, route information, or other similar information. Reports shall be provided in a SWDA defined format and with Microsoft software (or other SWDA-approved software) compatibility. These reports shall not require the Contractor to expend more than fifty (50) staff hours per year to complete.

Page 31

STAFFING The Proposer must give a detailed description of the number of route supervisors, drivers, and customer service representatives that they will have dedicated solely to the SWDA Contract. Contractor shall furnish such qualified drivers, mechanical, supervisory, clerical and other personnel as may be necessary to provide the services required in a safe, economical and efficient manner.

All drivers shall be trained and qualified in the operation of Collection Vehicles and must have in effect a valid Commercial Driver’s License.

Contractor shall provide suitable operational and safety training for all of its employees who utilize or operate vehicles or equipment for collection under the Contract. Contractor shall train its employees in collection to identify, and not collect .

Contractor shall use its best efforts to assure that all employees present a neat appearance and conduct themselves in a courteous manner. Contractor shall regularly train its employees in customer courtesy, shall prohibit the use of loud or profane language, and shall instruct collection crews to perform the work as quietly as possible. If any employee is found not to be courteous or not to be performing services in the manner required by the Contract, Contractor shall take appropriate corrective measures. If SWDA has notified Contractor of a complaint related to discourteous or improper behavior, Contractor will consider reassigning the employee to duties not entailing contact with the public while Contractor is pursuing its investigation and corrective action process.

Contractor shall designate qualified employees as supervisors of field operations. SWDA must be notified daily of supervisor in charge for the day and weekend. Supervisors will be in the field for inspection of Contractor’s work and will be available by radio or phone during the Contractor’s hours of operation to handle calls and complaints from the SWDA or agents of the SWDA, or to follow up on problems and inspect Contractor’s operations. Contractor must have at least one (1) supervisor available daily for such services.

All employees of the Contractor performing work under the Contract shall be uniformed showing their association with the Contractor while operating in the field. Contractor shall provide a list of current employees and Subcontractors to SWDA upon request.

Page 32

APPENDIX B: RESIDENTIAL SINGLE STREAM RECYCLABLES PROCESSING SCOPE OF WORK & RELATED INFORMATION

SWDA OBJECTIVES The major objectives of the Residential Single Stream Recyclables Processing RFP are as follows:

• The SWDA wants the Processing of Residential Single Stream Recyclables. • Materials will be collected once per month from Single Family residential units in Carts within the SWDA Service Area. • For purposes of this Processing RFP, collected materials will be delivered to the designated transloading area of the Huntsville Waste to Energy (WTE) Facility located at 5251 Triana Boulevard, Huntsville, Alabama 35805 Facility or within ten (10) miles of the WTE location. If proposed Materials Recovery Facility (MRF) is in excess of ten (10) miles of the WTE location, Processing Contractor must supply 100-yard walking floor trailers and transportation from the WTE to their proposed site. • The Processing Proposal begins August 1, 2019 and must include two pricing options. One for two (2) years with five (5) 1-year options and the second for ten (10) years.

GENERAL REQUIREMENTS Please give your price for recycling processing of Single-Stream materials.

The Recyclables Processing Contractor will process and market the Recyclable Materials. In the event the Recyclables Processing Contractor would like to add or remove items from the program, the Recyclables Processing Contractor must provide in writing the reason why the item should be added or removed. The SWDA will make a decision in writing within ninety (90) days of this request. Please list other items that Proposer will accept from the SWDA. Recyclables Processing Contractor will be responsible for all costs associated with notifying residents of the changes to the program. The SWDA reserves the right to approve the notification process.

PROCESSING AND MARKETING The Contractor shall be responsible for the marketing of all recyclable materials collected. The Contractor shall ensure that only residuals from Recyclable Materials are deposited into a , or disposed of in any manner, which prevents reuse/recycling. The Contractor shall also ensure that the best available markets are obtained for each Recyclable Material and shall use local and regional markets whenever possible to maximize the percent recycled. Should a Recyclable Material not be marketable, Contractor shall provide SWDA a well-defined process for how to handle the Recyclables and shall only be handled per an SWDA approved process.

Proposer shall plan to process, if required by SWDA, the 18-gallon recycling bins residents are currently using for an initial 60 days of the Contract.

TERM, PRICING, AND PRICE ADJUSTMENT Proposer shall provide pricing on a per Ton basis for the processing of Recyclable Materials. If proposed MRF is in excess of ten (10) miles of the WTE location, Proposer shall provide pricing on a per Ton basis for transport from the SWDA transload facility. Proposer shall provide pricing for a Contract term of: 2-years with five-1 year options (unilateral) and 10-year pricing.

Pricing shall include all costs and administrative procedures for transporting, separating and marketing the Recyclable Materials. Proposer shall furnish the SWDA with the name and location of, and expected routes to and from the MRF.

As an option, the SWDA is requesting alternate pricing based on the SWDA purchasing 100-yard walking floor trailers and leasing each trailer for $1.00 per year with a Contractor executed leasing agreement. SWDA leased vehicles will

Page 33

only be permissible to be utilized for purposes of fulfilling this Contract and only this Contract. The alternate pricing option will be evaluated by the SWDA for financial purposes to determine if it is in the best interest of the SWDA Board and SWDA Members.

Proposal price(s) shall be adjusted annually pursuant to indices and the procedure set forth in this document below under Adjustments of Contract Price During the Term of Contract for Processing.

The proposed MRF shall meet all the requirements of the State and the jurisdictions in which each facility is located. The SWDA reserves the right in its sole discretion to approve any facilities used for transfer and processing of Recyclable Materials and any change in processing methods regardless of the initiating party.

Proposer shall include in the pricing the cost of Disposal of all unacceptable or contaminated items and residuals in the Recyclable Materials. In the event there are issues of excess contamination in Recyclable Materials delivered to the Proposer by the SWDA’s Recycling Collection Contractor, the SWDA will work with Contractor to rectify all issues.

REVENUE SHARE 1. The Contractor shall invoice/pay the SWDA monthly for each Ton of inbound Single Stream Recyclables delivered to the MRF, as determined by the MRF’s scales. If the proposer is transferring the Single Stream Recyclables to a MRF in excess of ten (10) miles of the WTE location, tonnages shall be verified by the outbound scales at SWDA’s designated transloading area. The payment per Ton shall be calculated as follows and as in the RFP pricing form for Recyclables Processing. 2. Each month, the Contractor shall calculate the Average Market Value (AMV) of the Single Stream Recyclables, defined as the sum of the Southeast USA regional average commodity prices (U.S. Dollars per Ton) first posted in the month for which payment is being made in RecyclingMarkets.net multiplied by the composition percentages as defined in the RFP Schedule for Recyclables Processing, or as approved by the SWDA, for the first six (6) months. Upon approval by the SWDA, after the first six (6) months, Processor may adjust the composition percentages based on a composition study by the Processor. If at any time during the term of this Agreement RecyclingMarkets.net no longer posts or otherwise fails to provide the applicable market indices, then the parties shall mutually select an appropriate replacement source for the required information from among the sources recycling industry professionals utilize to obtain reliable Recyclable Material pricing information. 3. The Contractor shall then deduct a MRF Fee as proposed in the pricing form. The fee will be deducted from the AMV for the month for which payment is due to the SWDA. The Contractor shall pay the SWDA a percentage, as provided in the pricing form for Recyclables Processing, of the remaining amount (AMV less Contractor's fee) for each Ton of inbound Single Stream Recyclables delivered to the MRF during that month. 4. The MRF Fee shall be adjusted as detailed in this RFP.

The AMV is intended to be used as a market index and does not necessarily reflect the commodity revenue received by the Contractor; therefore, the Proposer should determine the Proposal Percentage accordingly. The Contractor shall have taken such items into consideration when proposing the percentage of the AMV less the MRF Fee that it will pay to the SWDA. Any and all costs associated with transporting to MRF, accepting, processing, marketing, and transporting Recyclables shall be the responsibility of the Contractor.

ADJUSTMENT OF CONTRACT PRICE DURING TERM OF CONTRACT FOR PROCESSING The Proposal price(s) for Processing shall be adjusted annually pursuant to indices and the procedure set forth below.

Single Stream Recyclable Processing Fee Adjustment After the initial Contract year, the Single Stream Recyclable Processing Fee (SSRPF) will be adjusted each year under the Contract. This changes in the SSRPF will be based on common indexes of verifiable public information from the United States government. The annual price change for the sum of the CPI adjustment is capped at two-and-one half percent (2.5%) for any given year of the Agreement.

Page 34

The SSRPF will be adjusted October 1 each year, beginning October 1, 2020, and will be based on the published July indices described herein. The Proposer will calculate, and present, the SSRPF to SWDA for approval by August 31st each year and will become effective for each October billing cycle.

Consumer Price Index Adjustment The SWDA and Proposer agree that the SSRPF is subject to an annual price modification based on the United States Bureau of Labor Statistics (BLS) Consumer Price Index (CPI). The controlling index shall be the Consumer Price Index for Urban Wage Earners and Clerical Workers (CPI-W) for the Southeast Region, for the Item and Group of All Items Less Energy (CWUR0300SA0LE). If at any time during the term of the agreement between SWDA and the successful proposer, the referenced indices are no longer posted or otherwise fails to be applicable market indices, then the parties shall mutually select an appropriate replacement index.

If Proposer is proposing a MRF located in excess of ten (10) miles of the Huntsville WTE facility, the Proposal price(s) for transporting Recyclables to the Processing facility, the Single Stream Recyclable Transfer Fee (SSRTF) shall be adjusted annually pursuant to indices and the procedure set forth below.

Single Stream Recyclable Transfer Fee Adjustment and Fuel Adjustment for Materials Recovery Facility In Excess of Ten Miles of the Huntsville Waste-to-Energy Facility After the initial Contract year, the Single Stream Recyclable Transfer Fee (SSRTF) will be adjusted each year under the contract for: 1) general changes in costs attributed to everything in the Consumer Price Index (CPI) except energy and 2) the annual average price of diesel fuel. These changes in the SSRTF will be based on common indexes of verifiable public information from the United States government. The annual price change for the sum of the CPI adjustment and the Fuel adjustment is capped at two-and-one-half percent (2.5%) for any given year of the Agreement.

The SSRTF will be adjusted October 1 each year, beginning October 1, 2020, and will be based on the published July indices described herein. The Proposer will calculate, and present, the SSRTF to SWDA for approval by August 31st each year and will become effective for each October billing cycle.

The SSRTF is comprised of two (2) components, which are the Transportation Fee Cost Component and Fuel Adjustment Component, which are calculated as follows: Transportation Fee Cost Component = 85% of the SSRTF Fuel Adjustment Component = 15% of the SSRTF

Consumer Price Index Adjustment – Transportation Fee Cost Component The SWDA and Proposer agree that the Transportation Fee Cost Component of the SSRTF is subject to an annual price modification based on the United States Bureau of Labor Statistics (BLS) Consumer Price Index (CPI). The controlling index shall be the Consumer Price Index for Urban Wage Earners and Clerical Workers (CPI-W) for the Southeast Region, for the Item and Group of All Items Less Energy (CWUR0300SA0LE). For purposes of this proposal, and as described above the Transportation Fee Cost Component is 85% of the SSRTF will be subject to the annual CPI adjustment.

Fuel Price Adjustment –Fuel Adjustment Component The SWDA and Proposer further agree that the Fuel Adjustment Component (15%) of the SSRTF is subject to an annual price modification. The Proposer shall adjust charges based on fuel prices in accordance with the following procedure. The Fuel Adjustment Component adjustment will be tied directly to the national average price of diesel fuel as reported weekly by the Energy Information Administration of the U.S. Department of Energy (“EIA/DOE”) for U.S. On-Highway Diesel Fuel Prices for the Gulf Coast ((PADD3), (EMD_EPD2D_PTE_R30_DPG)). Changes to the Fuel Adjustment Component of the SSRTF will be based on changes to the national average price of diesel fuel as of the last full week in July for each year.

Page 35

If at any time during the term of the agreement between SWDA and the successful proposer, the referenced indices are no longer posted or otherwise fails to be applicable market indices, then the parties shall mutually select an appropriate replacement index.

In the event the Proposer has converted or intends to convert its fleet to a fuel other than diesel fuel (for example compressed natural gas), the SWDA and Proposer may develop an alternative Fuel Adjustment Component, and index that takes into account the cost relationship of the alternative fuel to diesel. The intent would be to provide for lower costs to the Proposer and SWDA by switching to lower cost and lower carbon footprint fuels. The SWDA will use its best efforts to assist the Proposer in pursuit of such option.

Sample Price Modification Adjustment for Processing Below is an example calculation for illustration purposes only.

Sample SSRPF Adjustments Appendix B, Single Stream Recyclable Processing Fee (SSRPF) Fee Adjustments None Maximum Allowable Annual Percent Change 2.50% Single Stream Recyclable Processing Fee $ 10.00 Per Ton Example CPI's Previous Period CPI July 2017 238.689 CPI-Urban Wage Earners and Clerical Workers (CWUR0300SA0LE) Current Period CPI July 2018 243.782 CPI-Urban Wage Earners and Clerical Workers (CWUR0300SA0LE) CPI Change Calculations: Percent change in CPI = Current Period CPI / Previous Period CPI -1 % Change in CPI 2.13% = 243.782 / 238.689 - 1 Single Stream Recyclable Processing Fee CPI adjustment = Current Rate X Calculated CPI Percent Change CPI Adjustment $ 0.21 = $ 10.00 x 2.1% Summary of Change CPI Adjustment = $ 0.21 Current Single Stream Recyclable Processing Fee $ 10.00 Per Ton Adjusted Single Stream Recyclable Processing Fee $ 10.21 Per Ton Actual Percent Change (Does not exceed Maximum Allowable 2.13% Percent Change) SSRPF Billing Rate Calculation Current Single Stream Recyclable Processing Price $ 10.00 Per Ton Total Allowed Percent Change 2.13% Note - In example Actual Percent Change, does not exceed Total Allowed Change, so Actual Percent Changes used. New Single Stream Recyclable Processing Fee $ 10.21 SSRPF Per Ton

Page 36

Sample SSRTF Adjustments Appendix B, Single Stream Recyclable Transfer Fee (SSRTF) Fee Adjustments Transportation Fee Cost Component 85% of SSRTF Fuel Adjustment Component 15% of SSRTF Maximum Allowable Annual Percent Change 2.50% SSRTF Adjustments - before CPI and Fuel Single Stream Recyclable Transfer Fee $ 10.00 Per Ton Adjusted SSRTF Cost $ 8.50 Per Ton Adjusted SSRTF Fuel Cost $ 1.50 Per Ton Example CPI's Previous Period CPI July 2017 238.689 CPI-Urban Wage Earners and Clerical Workers (CWUR0300SA0LE) Current Period CPI July 2018 243.782 CPI-Urban Wage Earners and Clerical Workers (CWUR0300SA0LE) CPI Change Calculations: Percent change in CPI = Current Period / Previous Period CPI - 1 % Change in CPI 2.13% = 243.782 / 238.689 - 1 Example Fuel Indices Energy Information Administration of the U.S. Department of Energy, Gulf Coast ((PADD 3) EMD_EPD2D_PTE_R30_DPG) Gulf Coast (PADD 3) average price of diesel fuel, Week ended Jul 31, 2017 2.359 Gulf Coast (PADD 3) average price of diesel fuel, Week ended Jul 30, 2018 2.997 Fuel Adjustment Calculation Index Point Change = Current Period Fuel Price / Previous Period Fuel Price -1 % Change in Fuel Indices 27% = 2.997 / 2.359 - 1 Single Stream Recyclable Transfer Fee Adjustments CPI adjustment = Adjusted SSRTF Cost X calculated CPI Percent Change CPI Adjustment $ 0.18 = $ 8.50 x 2.13% Fuel adjustment = Adjusted SSRTF Fuel Cost X calculated Fuel Percent Change Fuel Adjustment $ 0.41 = $ 1.50 x 27% Summary of Change CPI Adjustment = $ 0.18 Fuel Adjustment = $ 0.41 Net Increase/(Decrease) $ 0.59 Current Single Stream Recyclable Transfer Fee = $ 10.00 Per Ton Adjusted Single Stream Recyclable Transfer Fee = $ 10.59 Per Ton Actual Percent Change (exceeds Maximum Allowable Percent 5.87% Change) SSRTF Billing Rate Calculation Current Single Stream Recyclable Transfer Fee $ 10.00 Per Ton Total Allowed Percent Change 2.50% Note - In example Actual Percent Change, exceeds Total Allowed Change, so Total Allowed Percent used. New Single Stream Recyclable Transfer Fee $ 10.25 SSRTF Per Ton

PAYMENT Recyclables Processing Contractor shall invoice / make payment to the SWDA by the 10th of every month, in arrears. The SWDA shall have thirty (30) days after receipt of a properly prepared invoice to make payment if payment is due to Recyclables Processing Contractor. Invoicing shall include a spread sheet that contains the following: Scale Ticket Number, Date/Time In, the Truck Number, and Net Tons Charged, Revenues received from sales of Recyclable Materials accepted from SWDA’s collection Contractor, Net Revenue due the SWDA, and monthly payment due Recyclables Processing Contractor or SWDA after accounting for Net Revenue sharing. In addition, Recyclables Processing Contractor shall provide, upon request, copies of all scale tickets. Recyclables Processing Contractor must supply any additional information upon request by the SWDA.

Page 37

REPORTING The Contractor shall be responsible for maintaining information and records adequate to determine information required by the SWDA necessary to meet the requirement of the Alabama Department of Environmental Management, or SWDA needs as detailed below. All Contractor records shall be kept up to date and in a form readily available for review upon request by the SWDA.

The Contractor shall furnish computerized and hard copy annual reports to the SWDA, as requested. Monthly reports are due by the 10th of the following month. Annual reports are due on the 10th of May during each year of the contract. Monthly reports shall include the date, day of week, gross weight of all loads, tare weight for each vehicle, and calculated net weight by material collected and sold, unit prices received for materials sold, by material; summary of revenue received for each material by type (material invoices shall be supplied by the Contractor upon request by the SWDA), summary of tonnages of materials stored, by material, and materials rejected as residue by weight and category. A sample reporting form shall be submitted to SWDA prior to program start-up for approval.

In addition to a summary in graph and numerical form of the monthly data, as listed above, the annual report shall include a summary of all program costs and activity within the period, a graph of yearly tonnages by material for each year over the duration of the contract, comparison of yearly tonnage and revenue totals by material for the length of the contract, and a graph of percentage of material revenues received by material type.

All data regarding facility operations must be managed on software compatible with the SWDA’s and must be electronically provided to the SWDA.

Page 38

APPENDIX C: PROPOSAL FORMS FOR ALL PROPOSALS

Page 39

FORM C-1: PROPOSER INFORMATION & ACKNOWLEDGEMENTS

PROPOSER INFORMATION

Business Organization

Name of Proposer (exactly as it would appear on an agreement):

______

Doing-Business-As Name of Proposer:

______

Principal Office Address:

______

______

______

Telephone Number: ______

Fax Number: ______

Form of Business Entity [check one (“X”] Corporation ____ Partnership ____ Individual ____ Joint Venture ____ Other (describe): ______

Corporation Statement

If a corporation, answer the following:

Date of incorporation: ______Location of incorporation: ______The corporation is held: Publicly ___ Privately ___

Names and titles of corporate officers: ______

______

______

Page 40

Partnership Statement

If a partnership, answer the following:

Date of organization: ______Location of organization: ______The partnership is: General ___ Limited ___

Name, address, and ownership share of each general partner owning more than five percent (5%) of the partnership: ______

______

______

______

Joint Venture Statement

If a Joint Venture, answer the following:

Date of organization: ______Location of organization: ______JV Agreement recorded? Yes ___ No ___

Name, address of each Joint Venturer and percent of ownership of each: ______

______

______

______

SWDA EMPLOYEE, MEMBER OF HOUSEHOLD OR BUSINESS ASSOCIATE

Code of Ala. 1975§36-25-11 requires that contracts entered into with a public official, a public employee, a member of the household of the public official or public employee, or a business with which a public official or public employee associates be filed with the Alabama Ethic Commission. If you are awarded the contract, and if you are a SWDA employee, or if a member of your household is a SWDA employee or public official, or if your business associates with a SWDA employee or public official, you must comply with the provisions of Code al Ala. 1975§36-25-11.

SWDA Employee Yes ______No ______If “Yes,” Department ______

Member of Household SWDA Employee Yes ______No ______If “Yes,” Name (s) ______

Anyone associated with your

Page 41

company a SWDA Employee Yes ______No ______If “Yes,” Name (s) ______

CONTRACTOR E-VERIFY – NOTICE

The Beason-Hammon Alabama Taxpayer and Citizen Protection Act, Act No. 2011-535, Code of Alabama (1975) § 31-13- 1 through 31-13-30 (also known as and hereinafter referred to as “the Alabama Immigration Act”) as amended by Act No. 2012-491 on May 16, 2012 is applicable to all contracts with the SWDA. As a condition for the award of a contract and as a term and condition of the contract with the SWDA, in accordance with § 31-13-9 (a) of the Alabama Immigration Act, as amended, any business entity or employer that employs one or more employees shall not knowingly employ, hire for employment, or continue to employ an unauthorized alien within the State of Alabama.

During the performance of the contract, such business entity or employer shall participate in the E-Verify program and shall verify every employee that is required to be verified according to the applicable federal rules and regulations. The business entity or employer shall assure that these requirements are included in each subcontract in accordance with §31-13-9(c). Failure to comply with these requirements may result in breach of contract, termination of the contract or subcontract, and possibly suspension or revocation of business licenses and permits in accordance with §31-13-9 (e) (1) & (2).

Code of Alabama (1975) § 31-13-9 (k) requires that the following clause be included in all SWDA contracts and is hereby made a part of this contract:

“By signing this contract the contracting parties affirm, for the duration of the agreement, that they will not violate federal immigration law or knowingly employ, hire for employment, or continue to employ an unauthorized alien within the State of Alabama. Furthermore, a contracting party found to be in violation of this provision shall be deemed in breach of the agreement and shall be responsible for all damages resulting therefrom.”

ACKNOWLEDGEMENTS I hereby certify that I have read and understand the SWDA General Terms and Conditions. I hereby certify that I agree to comply with all of the General Terms and Conditions of this RFP. I also understand that the General Terms & Conditions are standard and that any contradicting requirements of the RFP supercede.

I affirm that I have not been in any agreement or collusion among Proposers or prospective Proposers in restraint of freedom of competition.

In accordance with Alabama Act 2016-312 as adopted and approved on May 5, 2016, on behalf of the firm named below I do hereby certify and represent that this business is not currently engaged in, and will not engage in, the boycott of a person or an entity based in or doing business with a jurisdiction with which this state can enjoy open trade.

Upon award of this proposal, I will not substitute any item on this proposal under any circumstances.

______Signature of Proposer Legal Name of Firm

______Print or Type Name of Proposer Mailing Address

______Date City State Zip Code

Page 42

______Phone Fax

______Email Address

______Website Address

Page 43

FORM C-2: PROPOSER EXPERIENCE INFORMATION

SECTION I EXPERIENCE QUESTIONNAIRE

1. Provide three (3) references of similar projects your organization has provided service in the last three (3) years.

Contract Name Type of Work and Contact Address Contact Name & Phone Contract Amount Number

2. What similar projects or services are now in process by your organization?

3. Have you ever failed to complete any work awarded to your company? ______If so, where and why?

______

SECTION II PLAN AND EQUIPMENT QUESTIONNAIRE 1. Explain your plan and timeline for performing proposed work. (Examples could include a narrative of when you could begin work, completed the project, number of workers, etc. and any other information which you believe would be useful for the Proposal.)

Page 44

2. If you intend to sublet any portion of the work, state the name and address of each Subcontractor, equipment to be used by the Subcontractor, and whether you expect to require a bond. However, if you are unable to currently provide a listing, please understand, a listing must be provided prior to contract approval.

3. The SWDA’s preferred start date is August 1, 2019. Please state proposed start date if later than August 1, 2019.

4. Please identify any exceptions to the terms of this RFP.

SECTION III CONTRACTOR'S FINANCIAL STABILITY

The Proposer must include a copy of a financial report or annual report and a statement that reflects the financial stability of the Proposer entity. The Proposer must include information on any prior or current bankruptcy proceedings or serious financial difficulties, a summary of any litigation filed against the Proposer in the past five (5) years relating to defaults on financial obligations, contract defaults or breaches, contract terminations, suspensions, or failure to perform, and a summary of any litigation filed by or against the Proposer in the past five (5) years in which a local, state or federal governmental entity is a party.

Page 45

I hereby certify that, to the best of my knowledge and belief, the above tabulations are true and complete and that my/our latest financial statement on file with the Commission continues to represent fairly and substantially my/our financial position as of this date.

______(PROPOSER)

______(SUB- CONTRACTOR)

______By______Date Signature

______Title

Page 46

FORM C-3: ACKNOWLEDGMENT OF ADDENDA FORM

Addenda Proposer’s Acknowledgment of Receipt

Addendum 1 ______

Addendum 2 (if applicable) ______

Addendum 3 (if applicable) ______

Addendum 4 (if applicable) ______

Addendum 5 (if applicable) ______

Page 47

FORM C-4: AFFIRMATIVE ACTION REQUIREMENTS FORM

If your company has less than 50 employees then you do not need to maintain a written affirmative action plan regardless of federal contracting status. If your company has less than 50 employees, please fill out top of form with name of company, address, city, zip code, email address, phone #, and fax #; Item #3 – Current number of employees; and sign the form at the bottom.

NAME OF COMPANY ______

ADDRESS ______CITY, ZIP CODE ______

E-MAIL ADDRESS ______PHONE #______

FAX # ______

Identify by title and name the highest official within the facility who has the overall responsibility for the implementation of the Equal Employment Opportunity and Affirmative Action Program.

______Name: (please print) Title:

______Date: Signature:

1. Does your firm have a written Affirmative Action Program? Yes No

A. If so, and it contains answers to the questions asked in this program, attach a copy and sign the Written Statement of Company Policy.

B. If not, do you accept the following program in meeting the requirements of the SWDA? Yes No

PLEASE KEEP IN MIND THAT FAILURE TO COMPLETE ALL SECTIONS OF THIS DOCUMENT WILL RESULT IN YOUR PROGRAM BEING REJECTED.

2. Will your firm make every effort to increase employment of minorities at all levels of its workforce with particular emphasis to categories where few, if any, minority people are employed? Yes No

3. Current number of employees ______

Number of employees in August, 2019______

4. If total minority employment is less than 20% give reasons why. (Do not include Females when you figure minority employment percentages.)

______Page 48

______

5. List minority recruitment sources below: Agency Contact Person Date ______

6. Does this company anticipate an increase in employment this year? ____Yes ____No

Approximately how many? _____

7. What specific goals can you achieve for the employment of minorities in the following labor classifications during 2019:

A. Officials and Managers ______% B. Professionals ______% C. Technicians ______% D. Sales ______% E. Office and Clerical ______% F. Skilled Craftsman ______% G. Other ______%

8. WRITTEN STATEMENT OF COMPANY POLICY

It is the policy of that Equal Employment Opportunity be afforded to all qualified persons without regard to race, sex, religion, color, national origin, disability, age or veteran status.

In support of this policy, will not discriminate against any employee or applicant for employment because of race, religion, sex, national origin, sex, age, disability or veteran status.

will take affirmative action to insure that applicants are employed and that employees are treated during employment without regard to their race, religion, color, sex, national origin, disability, age or veteran status. Such action will include but not be limited to: Recruitment, advertising or solicitation for employment hiring, placement, upgrading transfer or demotion, selection for training including apprenticeship rates of pay or other forms of compensation, layoffs or termination.

______Name of Company or Firm Date

______Signature of Highest Company Official

______Name and Title of Signer

Page 49

APPENDIX D: PROPOSAL FORMS FOR COLLECTION PROPOSAL

Page 50

FORM D-1: COLLECTION PROPOSAL CHECKLIST

All items must be checked off, signed at the bottom, and included with the Proposal pricing form. If you are not proposing on a section, please mark Not Applicable “NA” in that section.

Single-Stream Recyclables Collection Proposal

___ 1. Proposer Financial Statement/Annual Report

___ 2. Business plan including management experience of all principal owners with 10% or more interest.

___ 3. References of Company

___ 4. Proposed Vehicle information (make, model, year, capacity, # of vehicles used, # of households serviced per vehicle, # of spare vehicles available)

___ 5. Proposal Security

___ 6. Acknowledgment of Addenda Form

Proposer Name: ______

Name of Representative Submitting Proposal: ______

Signature of Representative: ______

Page 51

FORM D-2: COLLECTION PROPOSAL PRICING FORM

****** All Proposal pricing must be stated in numbers followed by words.

1. Proposed Base Residential Single-Stream Recycling Collection Fee

Qualifying Units Price - $ _____ per unit per month

(______dollars and ______cents)

OPTION: Optional Residential Single-Stream Recycling Collection Fee, if Collection Vehicles purchased by SWDA and leased to Contractor:

Qualifying Units Price - $ _____ per unit per month

( ______dollars and ______cents)

Number of Vehicles required to lease from SWDA - ______(Quantity)

______Authorized Signature

______Title Date

Page 52

FORM D-3: COLLECTION ROUTE PROPOSAL

Please describe proposed collection routes within the SWDA Service Area and days of service.

Page 53

FORM D-4: On-going (after initial program delivery) Recycle Cart Delivery and Maintenance Services Price Form

Prices proposed are to be firm for the term of the collection contract and be all inclusive; therefore, include all labor, material, tools, equipment, transportation, fuel, supervision, disposal fees, incidentals and any other items required for provision of the complete scope of services. Parts will be purchased by SWDA.

Service Unit Price Delivery of New Cart to Qualifying Units Each cart

Refurbishing and washing of carts retrieved from Residents and Each cart returned to inventory Disposal/recycling of unrepairable carts Each cart Wheel Replacement Each cart Lid Replacement Each cart

Page 54

APPENDIX E: PROPOSAL FORMS FOR PROCESSING PROPOSAL

Page 55

FORM E-1: PROCESSING PROPOSAL CHECKLIST

All items must be checked off, signed at the bottom, and included with the Proposal pricing form. If you are not proposing on a section, please mark Not Applicable “NA” in that section.

Recyclables Processing Proposal

___ 1. Proposer Financial Statement/Annual Report

___ 2. Business plan including management experience of all principal owners with 10% or more interest.

___ 3. References of Company

___ 4. Name/Location of Materials Recovery Facility

___ 5. Proposal Security

___ 6. Acknowledgment of Addenda Form

___ 7. List of additional materials to consider for processing

___ 8. Technical Description of Proposer’s Existing Materials Recovery Facility Form

Proposer Name: ______

Name of Representative Submitting Proposal: ______

Signature of Representative: ______

Page 56

FORM E-2: PROCESSING PROPOSAL PRICING FORM

****** All Proposal pricing must be stated in numbers followed by words. NOTE: If proposed MRF is located within ten (10) miles of the Huntsville WTE facility, the Single Stream Recyclable Transfer Fee will not be applicable.

Proposed Base Single Stream Recyclable Processing Fee (SSRPF) (a) Two-Year Contract Term with five (5) 1-year options (unilateral) – Single-Stream Recyclables

Proposed SSRPF - $ _____ per Ton

( ______dollars and ______cents)

Proposed Single Stream Recyclable Transfer Fee (SRTF) - Cost per ton for transferring Single- Stream Recyclables from Huntsville WTE Transload Facility to Proposer’s Processing Facility

Proposed SSRTF - $ _____ per Ton

( ______dollars and ______cents)

(b) Ten-Year Contract Term – Proposed Optional Single Stream Recyclable Processing Fee (SSRPF)

Optional Proposed SSRPF - $ _____ per Ton

( ______dollars and ______cents)

Optional Single Stream Recyclable Transfer Fee (SRTF) - Cost per ton for transferring Single- Stream Recyclables from Huntsville WTE Transload Facility to Proposer’s Processing Facility

Optional SSRTF - $ _____ per Ton

( ______dollars and ______cents)

ONE HUNDRED YARD WALKING FLOOR OPTION: Price if 100-yard walking floor trailers purchased by SWDA and leased to Contractor:

Transportation Price - $ _____ per Ton

( ______dollars and ______cents)

Number of Trailers required to lease from SWDA - ______(Quantity)

______Authorized Signature

______Title Date Page 57

FORM E-3: TECHNICAL DESCRIPTION OF PROPOSER’S EXISTING MATERIALS RECOVERY FACILITY FORM

THIS FORM SHALL BE EXECUTED AND MADE A PART OF THE PROPOSER.

Name and Location of MRF ______

______

______

Days and Hours of MRF Operations ______

Additional materials accepted at MRF that is not on SWDA list ______

Total Site Acreage ______acres

Total Building Floor Area ______ft2

Total Tipping Floor Area ______ft2

Number of Available Tipping Positions ______

______Authorized Signature

______Title Date

Page 58

FORM E-4: PROPOSAL SCHEDULE FOR RECYCLABLES PROCESSING FORM

Proposer understands that the extended amount for each item is a result of multiplying the estimated quantity by the MRF Fee. Any multiplication errors shall be resolved in favor of the unit prices. Should there be any discrepancy between the written and numerical amount, the written prevails.

Proposer shall enter the percentage of the Average Market Value (AMV) less proposed MRF Fee (adjusted annually) that it will pay the SWDA for each Ton of inbound Program Recyclables delivered by the SWDA or its agents to the Materials Recovery Facility, as determined by the Materials Recovery Facility scales. If proposed MRF is located in excess of ten (10) miles of the Huntsville WTE facility, Tons will be compared with the outbound tonnages from the WTE designated transloading area.

The payment per Ton shall be calculated as follows:

Each month, the Contractor shall calculate the AMV of the SWDA’s Recyclables, defined as the sum of the Southeast USA regional average commodity prices (U.S. Dollars per Ton) first posted in the month for which payment is being made in RecyclingMarkets.net multiplied by the composition percentages of the SWDA’s Program Recyclables, as defined in the table below, which calculates the AMV for March 2019.

Calculation of the March 2019 Average Market Value

Calculation of the March 2019 Average Market Value Avg Market Market Value Material Value Material Index Description (RecyclingMarkets.net ) ($/Ton) % ($/Ton) Newspaper PS8 baled, FOB, seller's dock $ 27.50 12.6% $ 3.47 Corrugated Containers PS11 baled, FOB, seller's dock $ 60.00 11.5% $ 6.90 Mixed paper PS 1 baled, FOB, seller's dock $ (2.50) 27.4% $ (0.69) Steel cans $/ton, sorted, baled and delivered $ 122.50 1.6% $ 1.96 Aluminum cans CONVERTED TO cents/LB, sorted, baled and delivered $ 0.55 1.3% $ 0.01 Plastics #3-#7 Commingled (#3-7, CONVERTED TO $/TON, baled and picked up) $ (0.02) 1.6% $ - PET CONVERTED TO cents/LB,, baled and picked up $ 0.16 4.1% $ 0.01 Natural HDPE CONVERTED TO cents/LB,, baled and picked up $ 0.35 0.7% $ - Colored HDPE CONVERTED TO cents/LB,, baled and picked up $ 0.16 1.4% $ - Glass (3 Mix) $/ton, delivered $ - 11.5% $ - Bulk Rigid Plastics N/A $ - 1.8% $ - Mixed Metals N/A $ - 2.4% $ - Contamination/ residue N/A $ - 22.1% $ - March 100.0% $ 11.66 2019

Note: 1 – The index values for March 2019 are used for estimation purposes only, and are subject to fluctuation as determined by Secondary Fibers and Material Pricing found on RecyclingMarkets.net. Prices to be used are the first published Regional Average prices for the Southeast USA in the month for which payment is being made. 2 – As described in the Recycling Processing RFP (Appendix B), upon approval by the SWDA, after the first six (6) months, Processor may adjust the composition percentages based on a composition study by the Processor using the categories listed in this table. Page 59

The Proposed MRF Fee shall be deducted from the AMV. The MRF Fee shall be adjusted as specified in this RFP.

The Contractor shall pay the SWDA a percentage, as proposed below, of the remaining amount (AMV less MRF Fee) for each Ton of inbound Single Stream Recyclables delivered during that month.

Proposer shall enter in the blank lines, below, the percentage amount that it will pay the SWDA for inbound Program Recyclables.

The AMV is intended to be used as a market index and does not necessarily reflect the commodity revenue received by the Contractor; therefore, the Proposer should determine the Proposal Percentage accordingly. Any and all costs associated with processing, marketing, and transporting Single Stream Recyclables, including costs for rejects and residue disposal, are the responsibility of the Contractor.

Single Stream Recyclables Revenue Proposal*

($11.66 - $______) X ______% =$______(March 2019 AMV less Contractor MRF Fee) X Proposal Percentage Corresponding revenue per ton based on AMV and Proposal Percentage

*$/ton based on March 2019 AMV for estimation purposes only, and is subject to monthly market fluctuation, as specified herein.

MRF FEE = Single Stream Recyclable Process Fee (SSRPF) plus Single Stream Recyclable Transfer Fee (SRTF), if applicable.

Written out Proposal Percentage: ______

Company Name: ______

Proposer’s Name: ______

Title: ______

Signature: ______

Date: ______

Page 60

APPENDIX F: BONDS & INSURANCE REQUIREMENTS

1. PROPOSAL BOND An original Proposal Bond shall be made payable to the SWDA, in an amount of $100,000 and in the form of a certified check, cashier’s check or Proposal Bond issued by a Surety meeting the requirements of the General Conditions. Any proposal submitted without an original Proposal Bond will not be considered. A company check is not an acceptable Proposal Bond.

The Proposal Bond of the Successful Proposer will be retained until such Proposer has executed the Contract and furnished the required Performance Bond, whereupon it will be returned. If the Successful Proposer fails to execute and deliver the Contract and furnish the required Performance Bond within fifteen (15) days of the Notice of Award, the SWDA may annul the Notice of Award, and the Proposal Bond of that Proposer shall be forfeited to the SWDA.

2. PERFORMANCE BOND OR IRREVOCABLE LETTER OF CREDIT Contractor shall execute and deliver a Performance Bond to the SWDA in an amount equal to one hundred percent (100%) of the annual Contract Price, exclusive of any credits, rebates, or revenue sharing, as security for the faithful performance and payment of all Contractor's obligations under the Contract Documents. The Performance Bond amount for each succeeding Contract Year shall be the proposed amount for such Contract Year and shall be renewed by the Contractor and maintained throughout the term of the Contract.

All Performance Bonds shall be in the forms prescribed by the RFP and be executed by such Sureties as (i) are licensed to conduct business in the State of Alabama, and (ii) are named in the current list of "Companies Holding Certificates of Authority as Acceptable Sureties on the Audit Staff Bureau of Accounts, U.S. Treasury Department. All Bonds signed by an agent must be accompanied by a certified copy of the authority to act. Said Bond shall provide that a modification, omission, or addition to the terms and conditions of the Contract or specifications; a defect in the Contract; or a defect in the proceedings preliminary to the letting and awarding of the Contract does not discharge the Surety. If the Surety on any Bond furnished by Contractor is declared bankrupt, or becomes insolvent, or its right to do business is terminated in Alabama, Contractor shall within ten (10) days thereafter substitute another Bond and Surety, both of which must be acceptable to the SWDA.

To secure the performance of the Contract, the SWDA will accept an irrevocable Letter of Credit to cover fifty percent (50%) of the Annual Contract Price from a certified bank as acceptable assurance from the Contractor in lieu of a Performance Bond. The SWDA may draw upon the Letter of Credit only if (1) the conditions of the Contract are not met by the Contractor, (2) the Contractor (or its assignee or its Subcontractor) is not then collecting the Single-Stream Recyclable Materials in the SWDA Service Area or providing the required Processing of Single-Stream Recyclables, as applicable, and (3) the SWDA has given Contractor at least seven (7) days’ prior written notice of (1) and (2) above.

3. INSURANCE REQUIREMENTS The Contractor shall carry insurance of the following kinds and amounts (exceptions are noted) in addition to any other forms of insurance or bonds required under the terms of the proposal specifications. The Contractor shall procure and maintain for the duration of the Contract or as later indicated, insurance against claims for injuries to persons or damages to property which may arise from or in connection with this agreement by the Contractor, his agents, representatives, employees or Subcontractors.

A. MINIMUM SCOPE OF INSURANCE:

1. General Liability and Excess Commercial General Liability:

Page 61

Insurance will be written on an occurrence basis. Claims-made coverage will be accepted only on an exception basis after SWDA approval.

Commercial General Liability

Products and Completed Operations Contractual Personal Injury Explosion, Collapse and Underground Broad Form Property Damage

2. Automobile Liability:

Business Automobile Liability providing coverage for all owned, hired and non-owned autos. Coverage for loading and unloading shall be provided under either automobile liability or general liability policy forms.

3. Workers' Compensation Insurance:

Statutory protection against bodily injury, sickness or disease or death sustained by an employee in the scope of employment. Protection shall be provided by a commercial insurance company or a recognized self-insurance fund authorized before the State of Alabama Industrial Board of Relations. Subrogation shall be waived as respects Workers’ Compensation.

4. Employers Liability Insurance:

Covering common law claims of injured employees made in lieu of or in addition to a worker's compensation claim.

5. Other Liability Insurance:

Products Liability Insurance Completed Operations Liability Insurance Umbrella Insurance

B. LIMITS OF INSURANCE:

1. General Liability:

Commercial General Liability on an "occurrence form" for bodily injury and property damage:

$2,000,000 General Aggregate Limit $2,000,000 Products - Completed Operations Aggregate $1,000,000 Personal & Advertising Injury $1,000,000 Each Occurrence

2. Automobile Liability:

Page 62

$2,000,000 Combined Single Limit per accident for bodily injury and property damage $50,000 Uninsured Motorist

3. Workers' Compensation:

As Required by the State of Alabama Statute. If statutory exemption to this coverage is asserted, an explanation shall be attached to the Proposer’s Certificate of Liability Insurance.

4. Employers Liability:

$500,000 Bodily Injury by Accident or Disease $500,000 Policy Limit by Disease

5. Other Liability Insurance:

Products Liability Insurance $1,000,000 Each Occurrence

Completed Operations Liability Insurance $1,000,000 Each Occurrence

Umbrella Insurance $5,000,000 Each Occurrence

C. OTHER INSURANCE PROVISIONS:

The SWDA is hereby authorized to adjust the insurance requirements set forth in this document in the event it is determined that such adjustment is in the SWDA’s best interest. If the insurance requirements are not adjusted by the SWDA prior to the SWDA's release of RFP specifications, then the limits stated herein shall apply.

1. General Liability and Automobile Liability Coverages Only:

a. The Contractor’s insurance coverage shall be primary insurance as respect to the SWDA, its officers, employees, agents, and specified volunteers, as their interests may appear. Any insurance or self-insurance maintained by the SWDA, its officers, officials, employees, agents or specified volunteers shall be excess of the Contractor’s insurance and shall not contribute to it.

b. The Contractor’s insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability.

2. All Coverages:

a. The deductible affecting required insurance coverage shall be acceptable to the SWDA.

b. Contractors are responsible to pay all deductibles. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail,

Page 63 return receipt requested, has been given to the SWDA. Cancellation of coverage for non-payment of premium will require ten (10) days' written notice to the SWDA.

c. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the SWDA, its officers, employees, agents or specified volunteers.

d. If coverage is underwritten on a claims-made basis, the retroactive date shall be coincident with or prior to the date of the Contract and the certificate of insurance shall state that the coverage is claims-made and the retroactive date.

e. The SWDA shall be entitled, upon request and without expense, to receive copies of policies and endorsements thereto and may make any reasonable requests for deletion or revision or modifications of particular policy terms, conditions, limitations, or exclusions except where policy provisions are established by law or regulations binding upon either party or the underwriter on any such policies.

f. The certificate(s) of insurance must show the SWDA as an additional insured and a certificate holder, and include 30 days’ advance notification to the SWDA of cancellation or non- renewal. All certificates of insurance shall be sent to the following address:

SWDA MAILING: P.O. Box 2619, Huntsville AL 35804-2619

g. Failure on the part of the Contractor to comply with the insurance requirements shall not relieve him/her of the liability under such requirements. For purpose of this Contract, the Contractor shall cause the SWDA to become a named insured on any and all such policies of insurance referred to herein, as the SWDA's interest may appear. In addition, the insurance shall have an amendment to policy indicating that even though the SWDA is named as an additional insured, it shall not preclude recovery for damages to any SWDA property. The Contractor shall furnish to the SWDA, prior to thirty (30) days of the beginning of the Contract, certificates of insurance evidencing all the foregoing insurance requirements, as applicable. Failure to do so is cause for termination of the Contract.

D. ACCEPTABILITY OF INSURERS:

Insurance is to be placed with insurers with an A. M. Best's rating of no less than B+ V. The carrier for General Liability and Auto Liability needs to be at least A+ rating admitted carrier. SWDA would prefer the same carrier for both General Liability and Auto Liability.

E. VERIFICATION OF COVERAGE:

The SWDA shall be indicated as a Certificate Holder and the Contractor shall furnish the SWDA with Certificates of Insurance reflecting the coverage required by this document. The A. M. Best Rating and deductibles, if applicable, shall be indicated on the Certificate of Insurance for each insurance policy. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. All certificates are to be received and approved by the SWDA before Award Notification is issued by the SWDA. The SWDA reserves the right to require complete, certified copies of all required insurance policies at any time.

F. SUBCONTRACTORS WORKING FOR THE CONTRACTOR: Page 64

The Contractor shall include all Subcontractors as insured under its policies or shall furnish separate certificates and/or endorsements for each Subcontractor. Subcontractors working for the Contractor shall be required to carry insurance.

Page 65

APPENDIX G: SPECIAL TERMS & CONDITIONS

SUBCONTRACTING PLAN TEMPLATE

This plan follows the format for addressing the fifteen elements as shown at Federal Acquisition Regulation (FAR) 52.219-9(d) (JAN 2017). Failure to provide an acceptable plan as prescribed by subcontracting officer will render the offeror ineligible for subcontract award.

Subcontract or Solicitation Number: Subcontractor Name: Subcontractor Address: Approximate Value of Subcontract (include all priced options): Subcontract Period of Performance (include option periods if applicable):

( ) Individual Subcontracting Plan ( ) Master Subcontracting Plan ( ) Commercial Plan

(1) GOALS

State goals as a percentage of total planned subcontracting dollars (required) and as a percentage of total subcontract dollars (optional, per the subcontracting officer) that will go to all Small Business (SB) concerns, Small Disadvantaged Business (SDB) concerns, Woman-Owned SB (WOSB) concerns, Historically Underutilized Business Zone (HUBZone) SB concerns, Veteran-Owned SB (VOSB) concerns, and Service-Disabled Veteran- Owned SB (SDVOSB) concerns. Stated subcontracting plan goals must meet or exceed those goals negotiated by SWDA with DoD. Subcontracts awarded to an Alaska Native Corporation (ANC) or Indian tribe must be counted towards the subcontracting goals for SB and SDB concerns, regardless of the size or Small Business Administration (SBA) certification status of the ANC or Indian tribe.)

____Subcontractor Name______Negotiated Subcontracting Goals for the period of this contract in accordance with Solid Waste Disposal Authority of the City of Huntsville Contract No. ______Small Business Categories (%) FY 2019

Small Business (%) 6.0% Small Disadvantaged Business (%) 1.7% Women-Owned Small Business (%) 1.1% HUBZone Small Business (%) 0.9% Veteran-Owned Small Business (%) 0.3% Service-Disabled Veteran-Owned Small 0.2% Business (%)

Goal Table (modify for the appropriate number of years/terms)

Base Subcontract Period: Approximate Subcontract Period Value: $ Page 66

Total Value of all planned subcontracting: $

Base (%) Total Planned (%) Total Subcontract Notes Subcontract Subcontracting dollars Dollars Period (If required by SP) a. SB: % % (Includes HUBZone SB, SDB, WOSB, VOSB, SDVOSB, ANCs, and Indian tribes when applicable.) b. SDB: % % (Includes ANCs and Indian tribes when applicable.) c. WOSB: % % d. HUBZone: % % e. VOSB: % % f. SDVOSB: % %

(2) STATEMENT OF DOLLARS

The following dollar values correspond to the percentage goals in (1).

Base Subcontract Period (Dollar value): Total planned subcontracting dollars: $ a. Dollars planned to be subcontracted to SB (includes HUBZone SB, SDB, WOSB, VOSB, SDVOSB, ): $ b. Dollars planned to be subcontracted to SDB (includes ANCs and $ Indian tribes): c. Dollars planned to be subcontracted to WOSB: $ d. Dollars planned to be subcontracted to HUBZone SB: $ e. Dollars planned to be subcontracted to VOSB: $ f. Dollars planned to be subcontracted to SDVOSB: $

(3) DESCRIPTION OF PRINCIPAL TYPES OF SUPPLIES AND SERVICES TO BE SUBCONTRACTED AND TYPES OF

BUSINESSES SUPPLYING THEM [FAR 52-219-9(d)(3)] (Check all that apply)

Page 67

PRINCIPAL SUPPLY/SERVICE SB SDB WOSB HUBZone VOSB SDVOSB

(4) METHOD USED TO DEVELOP GOALS [ FAR 52-219-9(d)(4)]

Explain how you arrived at your percentage goals and dollars for subcontracting to SB, SDB, WOSB, HUBZone SB, VOSB, and SDVOSB:

(5) METHOD USED TO IDENTIFY POTENTIAL SUBCONTRACTING SOURCES [FAR 52-219-9(d)(5)] (Check all that apply)

____ Company Source Lists

____ System for Award Management (SAM) database

____ SBA’s Dynamic Small Business Search (DSBS)

____ Veteran Service Organizations

____ National Minority Purchasing Council Vendor Information Service

____ U.S. Department of Commerce Minority Business Development Agency’s Research and Information Division

____ SB, HUBZone SB, SDB, and WOSB Trade Associations

____ SBA’s Lists of Certified SDB and HSB Concerns Page 68

____ SB and Minority Business trade fairs or conferences

____ Other: Explain –

(6) INDIRECT COSTS [FAR 52-219-9(d)(6)] (Check which applies.)

____ Indirect costs have not been included in establishing subcontracting goals.

____ Indirect costs have been included in establishing subcontracting goals.

If included, describe how you determine the proportionate share of indirect costs incurred with: SB (Including ANCs and Indian tribes):

SDB (Including ANCs and Indian tribes):

WOSB:

HUBZone SB:

VOSB:

SDVOSB:

(7) ADMINISTRATION OF SUBCONTRACTING PROGRAM [FAR 52-219-9(d)(7)]

The following individuals employed by the offeror will administer this subcontracting plan: Primary Point of Contact: Name: Email Address: Telephone: Title: Description of Duties:

Secondary Point of Contact (Manager/Lead): Name: Email Address: Telephone: Title: Description of Duties:

The above individuals have the responsibility for _(insert subcontractor’s name)_subcontracting program, including developing, preparing, and executing subcontracting plans and monitoring performance relative to this particular plan. Program Administrator duties:

• Complying with Small Business Act (Public Law 99-661, Section 1207 and Public Law 100-180) • Conducting market research to identify and qualify small businesses • Providing opportunities for small business concerns to compete for subcontracts. Page 69

• Ensuring FAR 52.219-8 is included in subcontracts to large businesses • Reviewing first-tier subcontractor small business plan goals versus performance • Providing the following for Small; HUBZone; Small Disadvantaged; Woman-Owned; Veteran-Owned; and Service-Disabled, Veteran-Owned Small Business concerns: o Developing and promoting our company’s policy statements that demonstrate support for awarding contracts and subcontracts to them o Developing and maintaining bidders’ lists o Assuring that they are included on the bidders’ list for every subcontract solicitation for products and services they are capable of providing o Ensuring that subcontract procurement packages are designed to permit their maximum possible participation o Reviewing subcontract solicitations to remove statements, clauses, etc., that might restrict or prohibit their participation o Ensuring that the subcontract bid selection process documents reasons for not selecting any low bids submitted by them o Directly or indirectly counseling them on subcontracting opportunities and how to prepare bids to (insert company name) o Providing notice to subcontractors concerning penalties for misrepresenting their business status to obtain a subcontract that is to be included as part or all of goal contained in the contractor’s subcontracting plan. • Ensuring periodic rotation of potential subcontractors on bidder’s lists • Overseeing the establishment and maintenance of contract and subcontract award records • Attending or arranging for the attendance of Administrators at business opportunity workshops, minority business enterprise seminars, trade fairs, etc. • Verifying the status of small business concerns in the SAM • Conducting or arranging training for purchasing personnel regarding the intent and impact of Section 8(d) of the Small Business Act on purchasing procedures • Developing and maintaining an incentive program for buyers that support the subcontracting program • Monitoring the company’s performance and making any adjustments necessary to achieve the subcontract plan goals • Coordinating the company’s activities during compliance reviews • Preparing and submitting timely reports in accordance with FAR 52.219-9(d)(10) • Retaining records in accordance with FAR 52.219-9(d)(11).

(8) EQUITABLE OPPORTUNITY TO COMPETE

Describe your efforts to ensure that SB, SDB, WOSB, HUBZone SB, VOSB, and SDVOSB will have an equitable opportunity to compete for subcontracts. Examples of these efforts include, but are not limited to, the following activities:

Outreach Efforts to Obtain Sources: • Contacting minority and small business service and trade associations • Contacting business development organizations • Attending small and minority business procurement conferences and trade fairs • Using SAM database to research sources • Other: Explain -

Page 70

Internal Efforts to Guide and Encourage Purchasing Personnel: • Presenting workshops, seminars, and training programs • Establishing, maintaining, and using SB, VOSB, SDVOSB, HUBZone SB, SDB, and WOSB source lists, guides, and other data for soliciting subcontracts • Other: Explain -

(9) INCLUSION OF FAR CLAUSE 52.219-8, “UTILIZATION OF SMALL BUSINESS CONCERNS,” IN SUBCONTRACTS

Place a check by each statement as assurance that the following will be done (Proposed subcontracting plans with unchecked boxes are considered unacceptable):

____ I agree to include clause at FAR 52.219-8, “Utilization of Small Business Concerns,” in all subcontracts that offer further subcontracting opportunities. ____ I will require all subcontractors (except SB concerns) that receive subcontracts in excess of $700,000 ($1.5 million for construction) to adopt a subcontracting plan that complies with the clause at FAR 52.219-9, Small Business Subcontracting Plan.

(10) REQUIREMENT TO COOPERATE IN STUDIES AND SUBMISSION OF REPORTS

Place a check by each statement as assurance that the following will be done (Proposed subcontracting plans with unchecked boxes are considered unacceptable):

____ (i) I agree to cooperate in any studies or surveys as may be required. ____ (ii) I agree to submit periodic reports so the government can determine the extent of compliance with the subcontracting plan. ____ (iii) I agree, after November 30, 2017, to include subcontracting data for each order when reporting subcontracting achievements for indefinite-delivery, indefinite-quantity subcontracts intended for use by multiple agencies. ____ (iv) I agree to: a. Submit the Individual Subcontract Report (ISR) and the Summary Subcontract Report (SSR), in accordance with paragraph l of the clause at FAR 52.219-9 using the Electronic Subcontracting Reporting System (eSRS) at esrs.gov. The reports shall provide information on subcontract awards to SB concerns (including ANCs and Indian tribes that are not SBs), SDB concerns (including ANCs and Indian tribes that have not been certified by SBA as SDBs), WOSB concerns, HUBZone SB concerns, VOSB concerns, SDVOSB concerns, HICUs, and MIs. Reporting will be in accordance with the clause at FAR 52.219-9, or as provided in agency regulations. b. Submit the ISR semi-annually during subcontract performance for the periods ending March 31 and September 30, and to submit a report within 30 days of subcontract completion. I shall submit the reports within 30 days after the close of each reporting period, unless otherwise directed by the subcontracting officer. Reports are required when due, regardless of whether there has been any subcontracting activity since the inception of the subcontract or the previous reporting period. When the subcontracting officer rejects an ISR, I agree to submit a revised ISR within 30 days of receiving the notice of the ISR rejection. c. Submit the SSR annually by October 30 for the twelve-month period ending September 30. When an SSR is rejected, I agree to submit a revised SSR within 30 days of receiving the notice of SSR rejection. ____ (v) I agree to ensure that my subcontractors with subcontracting plans agree to submit the ISR and/or the SSR using eSRS. Page 71

____ (vi) I agree to provide this prime contract number, its DUNS number, and the email address of our company official responsible for acknowledging receipt of or rejecting the ISRs, to all first-tier subcontractors with subcontracting plans so they can enter this information into the eSRS when submitting their ISRs. ____ (vii) I agree to require that each subcontractor with a subcontracting plan provide the prime contract number, its own DUNS number, and the email address of the subcontractor’s official responsible for acknowledging receipt of or rejecting the ISRs, to its subcontractors with subcontracting plans.

(11) DESCRIPTION OF TYPES OF RECORDS TO BE MAINTAINED (Check if in agreement. Proposed subcontracting plans with unchecked boxes are considered unacceptable):

____ I agree to maintain the following records to show compliance with this subcontracting plan: a. Source lists, guides, and other data that identify SB, SDB, WOSB, HUBZone SB, VOSB, and SDVOSB concerns. b. Records on organizations contacted to locate SB, SDB, WOSB, HUBZone SB, VOSB, and SDVOSB sources. c. Records on each subcontract solicitation resulting in an award of more than $150,000, indicating: (1) Whether SB concerns were solicited and, if not, why not (2) Whether SDB concerns were solicited and, if not, why not (3) Whether WOSB concerns were solicited and, if not, why not (4) Whether HUBZone SB concerns were solicited and, if not, why not (5) Whether VOSB concerns were solicited and, if not, why not (6) Whether SDVOSB concerns were solicited and, if not, why not (7) If applicable, the reason award was not made to a SB, SDB, WOSB, HUBZone SB, VOSB, and SDVOSB concerns d. Records of outreach efforts to contact: (1) Trade associations (2) Business development organizations (3) Conferences and trade fairs to locate SB, SDB, WOSB, HUBZone SB, VOSB, and SDVOSB sources e. Records of internal guidance and encouragement provided to buyers through: (1) Workshops, seminars, training, etc. (2) Monitoring performance to evaluate compliance with the program’s requirements. f. On a subcontract-by-subcontract basis, records to support award data submitted to the government, including the name, address, and business size of each subcontractor (does not apply to commercial plans).

Describe other types of records that will be maintained as part of the subcontracting program/plan requirements and goals, if applicable:

(12-15) Other Assurances

____ (12) I agree to make a good faith effort [FAR 52-219-9(d)(12)] to acquire articles, equipment, supplies, services, or materials, or obtain the performance of construction work from the small business concerns that I used in preparing the bid or proposal, in the same or greater scope, amount, and quality used in preparing and submitting the bid or proposal. The small business concerns used in preparing the bid or proposal include — a. Any small business concern identified as a subcontractor in the bid or proposal or associated Page 72

small business subcontracting plan, to furnish certain supplies or perform a portion of the subcontract; or b. Any small business concerns whose pricing or cost information or technical expertise was used in preparing the bid or proposal, where there is written evidence of an intent or understanding that the small business concern will be awarded a subcontract for the related work if I am awarded the subcontract. ____ (13) I agree to provide the subcontracting officer with a written explanation if I fail to acquire articles, equipment, supplies, services or materials or obtain the performance of construction work as described in the preceding statement of this section. I will submit this explanation to the subcontracting officer within 30 days of subcontract completion. [FAR 52-219-9(d)(13)] ____ (14) l agree to not prohibit a subcontractor from discussing with the subcontracting officer any material matter pertaining to payment to or utilization of a subcontractor. [FAR 52-219-9(d)(14)] ____ (15) I agree to pay my small business subcontractors on time and in accordance with the terms and conditions of the subcontract, and to notify the subcontracting officer if I pay a reduced or an untimely payment to a small business subcontractor. [FAR 52-219-9(d)(15)]

This subcontracting plan was prepared by:

Signature:

Printed Name: Title: Phone Number: Email Address: Date Prepared:

Page 73

DEFINITIONS: FAR: Subpart 19.7 – The Small Business Subcontracting Program: 19.701 Definitions:

“Alaska Native Corporation (ANC)” means any Regional Corporation, Village Corporation, Urban Corporation, or Group Corporation organized under the laws of the State of Alaska in accordance with the Alaska Native Claims Settlement Act, as amended (43 U.S.C. 1601, et seq.) and which is considered a minority and economically disadvantaged concern under the criteria at 43 U.S.C. 1626(e)(1). This definition also includes ANC direct and indirect subsidiary corporations, joint ventures, and partnerships that meet the requirements of 43 U.S.C. 1626(e)(2).

“Electronic Subcontracting Reporting System (eSRS)” means the Governmentwide, electronic, web-based system for small business subcontracting program reporting.

“Indian tribe” means any Indian tribe, band, group, pueblo, or community, including native villages and native groups (including corporations organized by Kenai, Juneau, Sitka, and Kodiak) as defined in the Alaska Native Claims Settlement Act (43 U.S.C.A. 1601 et seq.), that is recognized by the Federal Government as eligible for services from the Bureau of Indian Affairs in accordance with 25 U.S.C. 1452(c). This definition also includes Indian-owned economic enterprises that meet the requirements of 25 U.S.C. 1452(e).

“Individual subcontracting plan” means a subcontracting plan that covers the entire contract period (including option periods), applies to a specific contract, and has goals that are based on the offeror’s planned subcontracting in support of the specific contract, except that indirect costs incurred for common or joint purposes may be allocated on a prorated basis to the contract.

“Master subcontracting plan” means a subcontracting plan that contains all the required elements of an individual subcontracting plan, except goals, and may be incorporated into individual subcontracting plans, provided the master subcontracting plan has been approved.

“Reduced payment” means a payment that is for less than the amount agreed upon in a subcontract in accordance with its terms and conditions, for supplies and services for which the Government has paid the prime contractor.

“Subcontract” means any agreement (other than one involving an employer-employee relationship) entered into by a Government prime contractor or subcontractor calling for supplies and/or services required for performance of the contract, contract modification, or subcontract.

“Total contract dollars” means the final anticipated dollar value, including the dollar value of all options.

“Untimely payment” means a payment to a subcontractor that is more than 90 days past due under the terms and conditions of a subcontract for supplies and services for which the Government has paid the prime contractor.

Page 74

APPENDIX H: RESIDENTIAL SINGLE STREAM RECYCLABLES COLLECTION DRAFT CONTRACT

Draft sample contract to be provided as an addendum.

Page 75

APPENDIX I: RESIDENTIAL SINGLE STREAM RECYCLABLES PROCESSING DRAFT CONTRACT

Draft sample contract to be provided as an addendum.

Page 76

EXHIBIT A: SWDA SERVICE AREA

Page 77

EXHIBIT B: HISTORIC DATA REGARDING TOTAL NUMBER OF TONS COLLECTED PER YEAR

Page 79 RECYCLABLES HISTORY FOR 2014 ‐ 2018 (TONS)

Jan Feb Mar Apr May June July Aug Sep Oct Nov Dec TOTALS COMBINED City County Combined City County Combined City County Combined City County Combined City County Combined City County Combined City County Combined City County Combined City County Combined City County Combined City County Combined City County Combined City County TOTALS 2014 Plastics 45.96 37.06 83.02 54.21 41.82 96.03 23.67 17.90 41.57 37.62 36.61 74.23 36.18 37.38 73.56 33.18 35.31 68.49 35.75 41.86 77.61 28.71 27.84 56.54 27.78 21.20 48.98 29.36 35.58 64.94 25.24 28.47 53.71 33.11 34.70 67.81 410.77 395.73 806.49 Aluminum 6.07 4.89 10.96 6.85 5.31 12.16 3.42 2.60 6.02 4.57 4.45 9.02 3.65 3.78 7.43 4.54 4.84 9.38 4.89 5.73 10.62 3.69 3.59 7.28 3.89 2.97 6.86 7.58 9.20 16.78 2.40 2.71 5.11 5.82 6.11 11.93 57.37 56.18 113.55 Steel 9.99 8.06 18.05 9.87 7.67 17.54 15.60 11.78 27.38 7.43 7.24 14.67 4.05 4.20 8.25 4.86 5.19 10.05 4.50 5.29 9.79 5.32 5.18 10.51 5.19 3.97 9.16 8.61 10.45 19.06 5.08 5.74 10.82 5.22 5.50 10.72 85.72 80.27 166.00 Newspaper 201.84 162.86 364.70 89.19 69.21 158.40 116.48 87.99 204.47 129.91 126.53 256.44 105.87 109.50 215.37 54.63 58.40 113.03 0.00 0.44 0.44 0.00 0.11 0.11 0.00 0.11 0.11 0.00 0.26 0.26 0.00 0.14 0.14 0.00 0.13 0.13 697.92 615.68 1313.60 Magazines 93.00 74.93 167.93 89.01 68.58 157.59 101.74 76.78 178.52 73.12 71.09 144.21 98.88 102.09 200.97 132.25 140.30 272.55 184.31 215.54 399.85 198.93 192.68 391.61 233.38 177.68 411.06 171.77 208.02 379.79 176.19 198.65 374.84 272.36 282.26 554.62 1824.94 1808.60 3633.54

356.86 287.80 644.66 249.13 192.59 441.72 260.91 197.05 457.96 252.65 245.92 498.57 248.63 256.95 505.58 229.46 244.04 473.50 229.45 268.86 498.31 236.65 229.40 466.05 270.24 205.93 476.17 217.32 263.51 480.83 208.91 235.71 444.62 316.51 328.70 645.21 3076.72 2956.46 6033.18 TOTAL 58861 39053 0 Residue/ Out‐throws 101.23 100.42 201.65 88.39 72.32 160.71 113.77 87.23 201.00 25.14 26.94 52.08 45.92 51.58 97.50 100.15 100.15 200.30 114.12 114.12 228.24 89.80 113.83 203.63 115.28 134.25 249.53 89.99 108.66 198.65 71.01 72.44 143.45 83.27 89.85 173.12 1038.07 1071.79 2109.86 Particip. Rate 29.01% 39.97% 26.00% 29.58% 29.92% 32.05% 25.44% 51.89% 30.53% 47.73% 22.78% 31.76% 33.48% 52.30% 27.96% 49.52% 30.77% 49.90% 29.60% 49.72% 30.54% 43.11% 32.04% 48.39% 28.17% 40.75% Used Motor Oil 538.646 534.354 1073 439.45 359.55 799 506.61 387.17 893.78 91.53 134.47 226 819.07 919.93 1739 457.5 457.5 915 63.72 71.28 135 938.01 1188.99 2127 429.66 134.25 563.91 0 0 0 506.88 517.12 1024 145.74 157.26 303 4936.816 4861.874 9798.69 2015 Plastics 31.31 28.31 59.62 29.74 22.14 51.88 34.07 29.60 63.67 36.94 37.58 74.52 31.75 31.08 62.83 31.03 27.16 58.19 28.73 30.13 58.86 28.31 26.59 54.90 24.34 29.41 53.75 35.87 31.88 67.75 30.88 23.38 54.26 40.67 35.02 75.69 383.64 352.28 735.92 Aluminum 2.98 2.69 5.67 2.87 2.15 5.02 5.21 4.58 9.79 2.20 2.27 4.47 7.02 6.90 13.92 2.50 2.22 4.72 5.57 5.87 11.44 5.49 5.18 10.67 3.77 4.56 8.33 3.59 3.20 6.79 6.70 5.08 11.78 1.93 1.67 3.60 49.83 46.37 96.20 Steel 13.20 11.91 25.11 4.95 3.71 8.66 4.54 4.06 8.60 11.51 11.78 23.29 7.66 7.57 15.23 3.94 3.54 7.48 5.30 5.67 10.97 5.24 5.01 10.25 4.03 4.92 8.95 8.96 7.98 16.94 6.34 4.80 11.14 7.80 6.74 14.54 83.47 77.69 161.16 Newspaper 0.00 0.30 0.30 0.00 0.21 0.21 0.00 0.48 0.48 0.00 0.28 0.28 0.00 0.18 0.18 0.00 0.47 0.47 0.00 346.00 346.00 0.00 0.34 0.34 0.00 0.43 0.43 0.00 0.23 0.23 0.00 0.12 0.12 0.00 0.39 0.39 0.00 349.43 349.43 Magazines 247.90 223.67 471.57 178.37 132.75 311.12 249.09 216.25 465.34 214.51 218.14 432.65 188.44 184.35 372.79 191.70 167.64 359.34 211.69 221.85 433.54 208.65 195.55 404.20 192.00 231.55 423.55 194.28 172.46 366.74 236.58 179.02 415.60 270.71 232.87 503.58 2583.92 2376.10 4960.02

TOTAL 295.39 266.88 562.27 215.93 160.96 376.89 292.91 254.97 547.88 265.16 270.05 535.21 234.87 230.08 464.95 229.17 201.03 430.20 251.29 609.52 860.81 247.69 232.67 480.36 224.14 270.87 495.01 242.70 215.75 458.45 280.50 212.40 492.90 321.11 276.69 597.80 3100.86 3201.87 6302.73

Residue/ Out‐throws 93.44 100.01 193.45 130.63 156.47 287.10 109.29 115.13 224.42 183.13 250.82 433.95 132.07 175.07 307.14 134.99 180.40 315.39 136.89 182.19 319.08 126.66 145.73 272.39 94.30 134.53 228.83 88.02 97.68 185.70 117.60 126.90 244.50 158.84 203.81 362.65 1505.86 1868.74 3374.60 Particip. Rate 32.89% 49.11% 24.63% 40.99% 32.14% 47.53% 28.04% 53.89% 27.42% 50.90% 30.03% 56.09% 30.63% 57.24% 30.18% 48.40% 25.42% 50.75% 26.43% 41.02% 26.37% 39.56% 27.74% 49.84% 29.40% 50.82% Used Motor Oil 359.35 384.65 744 0 0 0 517.19 544.81 1062 0 0 0 374.1 495.9 870 194.31 259.69 454 0 0 0 720.75 829.25 1550 410.76 586.24 997 0 0 0 458.39 494.61 953 331.57 425.43 757 3366.42 4020.58 7387 2016 Plastics 30.80 22.75 53.55 35.32 22.44 57.76 25.10 18.43 43.53 46.04 21.93 67.97 33.83 16.27 50.10 45.25 22.69 67.94 46.86 15.09 61.95 52.64 29.68 82.32 41.76 26.35 68.11 15.00 8.83 23.83 45.94 21.03 66.97 56.19 29.03 85.22 474.73 254.52 729.25 Aluminum 3.91 2.89 6.80 6.07 3.86 9.93 3.78 2.80 6.58 5.88 2.81 8.69 3.86 1.87 5.73 8.15 4.10 12.25 6.51 2.16 8.67 7.60 4.35 11.95 4.92 3.16 8.08 6.33 3.75 10.08 4.05 1.93 5.98 9.32 4.87 14.19 70.38 38.55 108.93 Steel 8.22 6.07 14.29 6.53 4.16 10.69 9.87 7.32 17.19 9.47 4.55 14.02 6.50 3.17 9.67 7.13 3.62 10.75 8.53 2.72 11.25 9.38 5.26 14.64 4.74 2.98 7.72 13.45 7.83 21.28 8.25 3.76 12.01 6.55 3.37 9.92 98.62 54.81 153.43 Newspaper 0.00 0.02 0.02 0.00 0.25 0.25 0.00 0.28 0.28 0.00 0.25 0.25 0.26 0.26 0.00 0.26 0.26 0.00 0.07 0.07 0.00 0.07 0.07 0.00 0.08 0.08 0.00 0.09 0.09 0.00 0.09 0.09 0.00 0.08 0.08 0.00 1.80 1.80 Magazines 242.54 179.04 421.58 221.88 140.79 362.67 265.85 194.98 460.83 257.63 122.53 380.16 284.06 136.36 420.42 292.89 146.68 439.57 291.53 93.07 384.60 248.90 139.71 388.61 222.96 140.14 363.10 220.59 128.40 348.99 269.13 122.69 391.82 311.41 160.34 471.75 3129.37 1704.73 4834.10

TOTAL 285.47 210.77 496.24 269.80 171.50 441.30 304.60 223.81 528.41 319.02 152.07 471.09 328.25 157.93 486.18 353.42 177.35 530.77 353.43 113.11 466.54 318.52 179.07 497.59 274.38 172.71 447.09 255.37 148.90 404.27 327.37 149.50 476.87 383.47 197.69 581.16 3773.10 2054.41 5827.51

Residue/ Out‐throws 139.95 168.99 308.94 144.37 150.27 294.64 111.24 142.73 253.97 114.03 96.95 210.98 67.49 73.11 140.60 113.99 145.08 259.07 90.99 111.22 202.21 100.62 121.02 221.64 104.88 120.18 225.06 355.77 362.96 718.73 98.88 137.12 236.00 153.98 163.50 317.48 1596.19 1793.13 3389.32 Particip. Rate 26.74% 45.10% 28.02% 40.96% 30.60% 55.34% 21.55% 37.12% 29.22% 44.43% 30.74% 55.05% 26.91% 45.63% 30.54% 49.06% 34.26% 49.00% *Fire @ Re 29.32% 56.88% 33.47% 49.76% 27.68% 46.23% Used Motor Oil 373.27 450.73 824 66.15 68.85 135 433.18 555.82 989 494.35 606.65 1101 484.8 525.2 1010 436.04 554.96 991 0 0 0 584.75 703.25 1288 428.25 490.75 919 362.84 370.17 733.01 288.69 400.31 689 0 0 0 3952.32 4726.69 8679.01 2017 Plastics 33.12 20.92 54.04 34.09 22.83 56.92 34.50 20.49 54.99 29.47 14.74 44.21 45.23 27.23 72.46 26.43 16.72 43.15 28.17 18.80 46.97 42.09 32.91 75.00 38.61 31.83 70.44 30.27 21.49 51.76 15.06 14.16 29.22 63.02 43.09 106.11 420.06 285.21 705.27 Aluminum 20.47 12.96 33.43 5.46 3.71 9.17 4.51 2.73 7.24 6.74 3.42 10.16 15.03 9.08 24.11 12.83 8.17 21.00 8.34 5.69 14.03 7.34 5.87 13.21 24.46 20.18 44.64 15.22 10.78 26.00 13.32 12.46 25.78 25.46 17.43 42.89 159.18 112.48 271.66 Steel 14.57 9.16 23.73 5.55 3.70 9.25 9.73 5.75 15.48 8.02 3.99 12.01 4.95 2.99 7.94 7.19 4.60 11.79 6.55 4.40 10.95 8.35 6.55 14.90 5.92 4.92 10.84 7.90 5.62 13.52 10.38 9.70 20.08 10.72 7.34 18.06 99.83 68.72 168.55 Newspaper 0.00 0.00 0.00 0.00 0.07 0.07 0.00 0.07 0.07 0.00 0.06 0.06 0.00 0.06 0.06 0.00 0.07 0.07 0.00 0.12 0.12 0.00 0.09 0.09 0.00 0.06 0.06 0.00 0.09 0.09 0.00 0.06 0.06 0.00 0.09 0.09 0.00 0.84 0.84 Magazines 259.46 163.03 422.49 207.16 138.17 345.33 275.19 162.71 437.90 259.27 128.91 388.18 267.17 158.48 425.65 254.63 160.37 415.00 229.68 152.61 382.29 249.16 194.43 443.59 183.35 150.63 333.98 241.72 170.38 412.10 228.76 213.17 441.93 194.51 132.67 327.18 2850.06 1925.56 4775.62

TOTAL 327.62 206.07 533.69 252.26 168.48 420.74 323.93 191.75 515.68 303.50 151.12 454.62 332.38 197.84 530.22 301.08 189.93 491.01 272.74 181.62 454.36 306.94 239.85 546.79 252.34 207.62 459.96 295.11 208.36 503.47 267.52 249.55 517.07 293.71 200.62 494.33 3529.13 2392.81 5921.94

Residue/ Out‐throws 157.38 153.03 310.41 172.67 163.26 335.93 241.68 227.61 469.29 158.76 136.34 295.10 136.35 132.06 268.41 150.91 152.73 303.64 146.76 123.52 270.28 132.84 135.52 268.36 120.19 113.18 233.37 176.40 113.18 289.58 303.05 284.26 587.31 277.82 278.93 556.75 2174.81 2013.62 4188.43 Particip. Rate 41.37% 56.38% 33.92% 44.93% 36.23% 47.91% 32.18% 38.10% 35.04% 47.67% 33.00% 46.96% 34.47% 40.80% 36.43% 52.23% 31.97% 42.61% 36.32% 47.74% 37.32% 49.01% 30.64% 42.69% 35.17% 46.11% Used Motor Oil 387.86 377.15 765.01 172.67 138.51 311.18 235.36 221.65 457.01 374.99 322.01 697 223.52 216.48 440 0 0 0 343.18 123.52 466.7 283.14 288.86 572 405.31 381.7 787.01 0 0 0 280.7 263.3 544 99.8 100.2 200 2806.53 2433.38 5239.91 2018 Plastics 49.06 32.42 81.48 23.04 14.12 37.16 40.96 26.98 67.94 35.58 18.93 54.51 23.27 16.34 39.61 48.54 24.78 73.32 69.99 35.02 105.01 50.81 44.75 95.56 156.91 132.74 289.65 60.90 53.90 114.80 58.90 51.36 110.26 37.46 23.37 60.83 655.42 474.71 1130.13 Aluminum 12.87 8.54 21.41 23.63 14.47 38.10 9.35 6.20 15.55 11.47 6.17 17.64 4.74 3.39 8.13 15.53 7.98 23.51 13.86 7.00 20.86 5.21 4.64 9.85 65.38 55.35 120.73 14.00 12.50 26.50 3.80 3.41 7.21 9.14 5.78 14.92 188.98 135.43 324.42 Steel 0.00 0.02 0.02 16.48 10.06 26.54 7.53 4.98 12.51 17.96 9.53 27.49 3.80 2.67 6.47 5.84 2.97 8.81 0.00 0.02 0.02 0.00 0.01 0.01 26.15 22.12 48.27 7.80 6.90 14.70 16.60 14.46 31.06 17.45 10.86 28.31 119.61 84.60 204.21 Newspaper 0.00 0.09 0.09 0.00 0.08 0.08 0.00 0.10 0.10 0.00 0.11 0.11 0.00 0.11 0.11 0.00 0.09 0.09 0.00 0.13 0.13 0.00 0.08 0.08 0.00 0.07 0.07 0.00 0.10 0.10 0.00 0.07 0.07 0.00 0.09 0.09 0.00 1.12 1.12 Magazines 242.23 159.55 401.78 217.18 132.37 349.55 238.54 153.62 392.16 246.09 130.23 376.32 268.32 187.55 455.87 259.61 132.11 391.72 226.90 113.21 340.11 235.42 207.02 442.44 0.00 0.00 0.00 193.70 171.20 364.90 198.30 172.81 371.11 262.65 163.45 426.10 2588.94 1723.12 4312.06

TOTAL 304.16 200.62 504.78 280.33 171.10 451.43 296.38 191.88 488.26 311.10 164.97 476.07 300.13 210.06 510.19 329.53 167.93 497.46 310.75 155.38 466.13 291.44 256.50 547.94 248.44 210.28 458.72 276.40 244.60 521.00 277.60 242.10 519.70 326.70 203.55 530.25 3552.96 2418.97 5971.93

Residue/ Out‐throws 86.79 89.35 176.14 111.31 119.67 230.98 111.73 135.90 247.63 125.81 143.13 268.94 146.24 159.42 305.66 126.01 181.67 307.68 214.67 249.52 464.19 88.86 143.75 232.61 206.13 273.18 479.31 319.16 490.61 809.77 131.07 181.75 312.82 97.16 115.58 212.74 1764.94 2283.53 4048.47 Particip. Rate 34.47% 35.49% 36.34% 39.07% 36.89% 44.87% 38.58% 43.89% 48.06% 52.39% 36.68% 52.88% 44.47% 51.69% 38.24% 61.86% 39.26% 52.03% 42.65% 65.56% 41.38% 57.38% 36.46% 43.37% 39.36% 45.75% Used Motor Oil 0 0 0 265.28 285.21 550.49 118.11 126.98 245.09 0 0 0 259.52 282.91 542.43 276.93 399.24 676.17 0 0 0 279.53 452.2 731.73 358.84 475.55 834.39 0 0 0 354.63 491.75 846.38 0 0 0 1912.84 2513.84 4426.68