Loading...
HomeMy Public PortalAbout058-2021 - Sanitation - Rumpke - Waste Removal Services . . . AGREEMENT ORIGINAL THIS AGREEMENT made and entered into this a day of M a , 2021, by and between the City of Richmond, Indiana, a municipal corporation acting and through its Board of Sanitary Commissioners (referred to as the"City"), and Rumpke Wa e&Recycling Services, 10795 Hughes Road, Cincinnati, Ohio 45251,Inc., (hereinafter referred to as the"Contractor"). SECTION I. STATEMENT AND SUBJECT OF WORK City hereby retains Contractor as the purchaser of certain recyclable material from the Material Recovery Facility ("MRF") located at 2380 Liberty Avenue, Richmond, Indiana, which materials contractor will remove according to this Agreement, and attachments thereto. Contractor shall remove said materials at the request of City within a commercially reasonable time, and will remit payment to City according to the schedules set forth within the exhibits incorporated herein. A Request for Quotes has been made available for inspection by Contractor, is on file in the office of the Department of Sanitation for the City of Richmond, consisting of ten (10) typewritten pages,which is attached hereto and incorporated by reference herein as Exhibit"A". The response of Contractor to said Request for Quotes is attached hereto and incorporated by reference herein as Exhibit`B", consisting of four(4)typewritten pages. Should any provisions, terms, or conditions contained in any of the documents attached hereto and incorporated by reference herein as Exhibits, conflict with any of the provisions, terms, or conditions of this Agreement,this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary for the proper completion of all work specified. Contractor shall submit statements or bills monthly. No performance of services shall commence until the following has been met: 1. The City is in receipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit(s) signed by Contractor in accordance with I.C. § 22-5-1.7-11(a)(2); and 3. A purchase order has been issued by the Purchasing Department. SECTION II. STATUS OF CONTRACTOR Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond. The Contractor shall provide, at its own expense, competent supervision of the work. SECTION III. COMPENSATION City shall pay Contractor at the rates indicated in Exhibit `B" in an amount not to exceed Nine Thousand Dollars and 00/100 ($9,000.00)per year. SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto and shall continue in effect until to an including December 31, 2023, unless the parties extend this Agreement by a written and signed Addendum. Contract No. 58-2021 1 I Page Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least thirty (30) days written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a. failure, for any reason of the Contractor to fulfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice,whether oral or written, by the Contractor to the City that is incorrect,incomplete, or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. This Agreement may also be terminated by either the City or the Contractor, in whole or in part, by mutual Agreement setting forth the reasons for such termination, the,effective date, and in the case of partial termination,the portion to be terminated. This Agreement may also be terminated by either the City or the Contractor, without cause, by giving at least thirty(30) days written notice to the other party. In the event of termination of this Agreement, the City shall be required to make payment for all work performed prior to the date this Agreement is terminated, but shall be relieved of any other responsibility herein. SECTION V. INDEMNIFICATION AND INSURANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub-contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage Limits A. Worker's Compensation& Statutory Disability Requirements B. Employer's Liability $100,000 C. Comprehensive General Liability Section 1. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate 2 I Page Section 2. Property Damage $1,000,000 each occurrence D. Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $1,000,000 aggregate F. Malpractice/Errors &Omissions Insurance $1,000,000 each occurrence $2,000,000 aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3-5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION VII. COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1.7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty(30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1.7-13 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event Board determines during the course of this Agreement that this certification is no longer valid, Board shall notify Contractor in writing of said determination and shall give contractor ninety (90) days within which 3 I Page to respond to the written notice. In the event Contractor fails to demonstrate to the Board that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the Board may proceed with any remedies it may have pursuant to IC 5-22-16.5. In the event the Board determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5-22-16.5, the Board reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRIMINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub-contractor, or any person acting on behalf of Contractor or any sub-contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, terms, conditions or privileges of employment or any matter directly or indirectly related to employment, because of race, religion, color, sex, disability,national origin,or ancestry. B. Pursuant to Indiana Code 5-16-6-1,the Contractor agrees: 1. That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub-contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub-contractor, or any person action on behalf of Contractor or any sub-contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race,religion, color, sex,national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of the Agreement; and 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION X. RELEASE OF LIABILITY Contractor hereby agrees to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. 4 I Page SECTION XI.MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void. This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion, negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. Any person executing this Contract in a representative capacity hereby warrants that he/she has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees. In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates. "CITY" "CONTRACTOR" The City of,, chmond,Indiana,by and through Rumpke Waste &Recycling its Board Sanitary Commissioners 0491194". By: I!AP aI;, Sue Miller nt (Printed): William J. Rumpke, Jr. an cshi Vi sident Title: President Dated: 5/28/21 g Stiens,Member 5 I Page Dated: 5/28/21 APPROVED: ow, . yor Dated: f 6 I Page CONTRACT REQUEST FORM 1. Date contract needed (Clerk or agenda deadline): April 27, 2021 Date Submitted to Law*: April 15,2021 2. Board/Commission that will approve contract Richmond Sanitary Board 3. Has bid been awarded?Yes Date awarded or expected: February 09,2021 4. Brief description of work to be performed or supplies to be furnished (or any addendum information if request is for an addendum): Greenwave will pick up and remove E-Waste that is collected at the Richmond MRF. 5. Name and address of Contractor to be retained: Rumpke of Ohio 10795 Hughes Road. Cincinnati, OH 45251 6. What method was used to request bids? (check one) Professional Services X Request for Quotes Request for Proposals Bid Specifications Request for Qualifications State Quantity Purchase Bid/Quote 7. What date was the Bid Specification/RFP/RFQ/QPA sent out or requested? February 1,2021 8. Date of Contractor's Response/ProposalBid*. February 9,2021 9. Did the Contractor supply you with all necessary certificates of insurance,warranties, etc.? Yes 10. In what office are the Bid Specifications/RFPBid lists on file with the City? Richmond Sanitary District Admin Building 11. Amount to be paid to Contractor$ Generally $9,000 each year 12. Term of Contract: 3 year.Remainder 2021,2022 &2023 Exhibit A 13,. Any other relevant information: 14. Are appropriate line-item funds available or has an Authorization to Proceed been issued? Yes 15. Submitted By: Jeff Lohmoeller Department: Sanitation *Please complete and return,along with Contractor's response and any and all supporting documents, attachments,and exhibits,at least one(1)week before the contract is needed for its Agenda deadline. Incomplete submissions will be returned to the Department Head. September 2018 . . . F' t,p IC E ' EI UBST ii CITY OF R1CIEVI0ND 2380LDEPARTMENT OFU SANITATION THIS IS NOT i- 1\ OR "'ER 2380LID)LRTYAVEIdUE.RICHMOND,INDTANA47374 ' PHONE(765)983-7450.FAX(765)962-2669 i _ -- --= VENDOR INSTRUCTIONS This is a request for a price for the services of materials described below. Any additional specifications may be attached hereto. This Is NOT an order and the City reserves the right to accept all or part, or decline the entire proposal. Please complete your full name and phone number below with signature; itemize all prices and charges where requested; and attach any explanation for any substitution to specifications altered. Return in a sealed envelope,In care of Richmond Sanitary District Board of Commissioners to the administration building at the address above by the specified date and time to be considered. DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: February 1,2021 10:30 A.M.on February 9,2021 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for the Purchase and Removal of Recyclable Material from the Material Recovery Facility (MRF) located at the Richmond Sanitary District-2380 Liberty Avenue, Richmond,Indiana. The period of services will be from the signing of the contract until December 31, 2023 (approximately 3 years). Please see attached listing: Return the quote in a sealed envelope-addressed to: Richmond Sanitary District Denise Johnson,Customer Svc Mgr 2380 Liberty Avenue Richmond, IN 47374 Re: Purchase/Removal of Recyclable Material Questions? Call Tim Lingear at 765-983-7478. Please include Certificate of Insurance with quote. NAME OF FIRM QUOTING: STATE TAX EXEMPTION#>~003121909-001 BY: i AUTHORIZED BY SIGNATURE ( 1t � _ .'' �' �� r l TITLE Richmond Oanitary District DATE PHONE NUMBER Specifications for Purchasing of Recyclables For Richmond Sanitary District The following is a record from 2020 of all recycling material distributed. Recycling Material, Weight, and Number of Loads Shipped OCC (Cardboard) 126 tons (6) HDPE Natural 26 tons (1) Steel 26 tons (1) Glass 146 tons (7) 2020 on hand totals Recycling Material, Weight Office Paper 12.7 tons Newsprint 13.5 tons Cardboard 26 tons Aluminum 18 tons Steel 11.5 tons HDPE Color 18 tons PET#1 16 tons Please list purchasing price per ton as shown below: Baled Plastic#1—PETE $ /ton Baled Plastic#2—HDPE(clean/natural) $ /ton Baled Plastic#2—HDPE (mixed/colored) $ /ton Baled Newspaper $ /ton Baled Office Paper $ /ton Baled Aluminum Cans $ /ton Baled Steel Cans $ /ton Baled Corrugated Cardboard $ /ton Glass(clear/colored) $ /ton All bales will conform to industry standards—such as metal ties. Hours of operation for loading purposes will be from 8:00 A.M.to 2:00 P.M.due to visibility and thru traffic. Please include the following with quote: Vendor Name: Date: Quote Valid Until: Certificate of Insurance E-Verify: Yes No Iran Investment Activities: Yes No . • REIUEST oc n 4,6 84 Worn CITY OF RICHMOIYI) p �7 /� �,T y��-'g}�y� DEPARTMENT LIBER YAVVENu .RRIICHMOND,INDIANA47374 THIS .11S 1'41OT tillE ORDER PIIONE(765)983-7450oFAX(765)962-2669 VENDOR INSTRUCTIONS This is a request for a price for the services of materials �utn ke o Ohio described below. Any additional specifications may be p attached hereto. This is NOT an order and the City reserves 10795 Hughes Road the right to accept all or part, or decline the entire proposal. Please complete your full name and phone number below Cincinnati, OH 45251 with signature; itemize, all prices and charges where requested; and attach any explanation for any substitution to specifications altered. Return in a sealed envelope,in care of Richmond Sanitary District Beard of Commissioners to the administration building at the address above by the specified date and time to be considered. DATE: REPLY MUST BE IN BY: PAYMENT TERMS: DELIVERY REQUIRED: February 1,2021 10:30 A.M.on February 9,2021 UPON RECEIPT OF INVOICE DELIVERED DESCRIPTION This is a request for quotes for the Purchase and Removal of Recyclable Material from the Material Recovery Facility(MRF) located at the Richmond Sanitary District-2380 Liberty Avenue, Richmond, Indiana. The period of services will be from the signing of the contract until December 31,2023 (approximately.3 years). Please see attached listing: Return the quote in a sealed envelope addressed to: Richmond Sanitary District Denise Johnson, Customer Svc Mgr 2380 Liberty Avenue Richmond, IN 47374 Re: Purchase/Removal of Recyclable Material Questions? Call Tim Lingear at 765-983-7478. Please include Certificate of Insurance with quote. NAME OF FIRM QUOTING: STATE TAX EXEMPTION#A 003121909-001 RUA'IPKE OF OHIO, INC.. • BY:1 ) ))�� � LLAZVO1+\C,'e� VI��L S1€`, AUTHo tr 2au BYjSIG IATURE William J. Rumpke, Jr.—President \.1* UN • TITLE ��— .2/5/21 (513) 851-0122 imond Sa�� itary District DATE PHONE NUMBER Specifications for Purchasing of Recyclables For Richmond Sanitary District The following is a record from 2020 of all recycling material distributed. Recycling Material, Weight, and Number of Loads Shipped OCC (Cardboard) 126 tons (6) HDPE Natural 26 tons (1) Steel 26 tons (1) _Glass 146 tons (7) 2020 on hand totals Recycling Material, Weight Office Paper 12.7 tons Newsprint 13.5 tons Cardboard 26 tons Aluminum 18 tons Steel 11.5 tons HDPE Color 18 tons PET#1 16 tons Please list purchasing price per ton as shown below: Baled Plastic#1—PETE $ See Attachment /ton Baled Plastic#2—HDPE(clean/natural) $ See Attachment /ton Baled Plastic#2--HDPE(mixed/colored) $ See Attachment /ton Baled Newspaper $.1.e.e_Attachmentiton Baled Office Paper $ See Attachment /ton Baled Aluminum Cans $ See Attachment/ton Baled Steel Cans $ See Attachment /ton Baled Corrugated Cardboard $ See Attachment/ton Glass(clear/colored) $ See Attachment /ton All bales will conform to industry standards—such as metal ties. Hours of operation for loading purposes will be from 8:00 A.M.to 2:00 P.M.due to visibility and thru traffic. .' I I ' Please include the following with quote: Vendor Name: RUMPKE OF OHIO, INC_ Date: :2/5/21 Quote Valid Until: 90 days Certificate of Insurance See Attachment E-Verify: Yes X No Iran Investment Activities: Yes No X ? u SA s Print Waste &Recycling Services PURCHASING OF RECYCLABLES RICHMOND SANITARY DISTRICT Attachment#1 RUMPLE BID 2021 Baled Plastic#1 —PETE f Rumpke will pay$0.03 under the Chicago Average from the Secondary Materials Pricing Report: Bales must conform to industry standards, such as metal ties. Baled Plastic#2—HDPE (clean/natural) Rumpke will pay$0.03 under the Chicago Average from the Secondary Materials Pricing Report. Bales must conform to industry standards, such as metal ties. Baled Plastic#2—HDPE(mixed/colored) Rumpke will pay$0.03 under the Chicago Average from the Secondary Materials Pricing Report. Bales must conform to industry standards, such as metal ties. '1 Baled Newspaper Rumpke will pay $10.00 under Chicago High Side from the PPI Pulp & Paper Report, Transacted paper stock prices for Sorted Residential Papers and News (56). Bales must conform to industry Standards, such as metal ties. Baled Office Paper Rumpke will pay$10.00 under Chicago High Side from the PPI Pulp &Paper Report, ! Transacted paper stock prices for baled SOP (sorted office paper). Bales must conform to industry Standards,such as metal ties. Baled Aluminum Cans Rumpke will pay $0.05 under the Chicago Average Waste News pricing for baled Aluminum Cans. Pricing is based on no contamination, such as plastic and minimal moisture content. Baled Steel Cans Rumpke will pay$0.035 under the Chicago Average Waste News pricing for baled Steel Cans. Pricing is based on no contamination, such as plastic and minimal moisture Content. Bales Corrugated Cardboard Rumpke will pay the Chicago High Side from the PPI Pulp &Paper Report, transacted Paper stock prices for baled Cardboard. Bales must conform to industry standards, such as metal ties. Exhibit B } C, J r Glass (clear/colored) Rumpke will accept both clear and colored glass at a charge of$369.06 per haul, plus standard fuel surcharge and $10.00 processing fee per ton. No rebate, 1 Key Personnel The following will be key personnel involved in this project and authorized to represent the company: • Ann Powers Regional Recycling Representative 3800 Struble Road Cincinnati, OH 45251 Cell#: (513) 200-6735 Fax#: (513) 585-9628 ann.powers( rumpke•com l iimrimer eta 0 RISI 11.0 *-1- P it. F I .• ,,„.,_ft pa p tb r ,,,,,, / ,.,,, k Monthly Recovered Paper Prices Yellow Sheet PRICE WATCH: Recovered Paper - Domestic January 6,2021 t}Si:;r shn-;ran f,;....:•:e mother purctases by milis.=_3;eellers =+:,far tte keery this mrinik n rrther spermr:rtions belns:) Irc,ipora i-7g?inir.nl B+nrd Mr*et> Northeast LA-SF New New York Buffalo Midwest; Southeast' Southwest' LA SF Pacific NW3 England - (Chicago) - MIXED PAPER Mimed Paper(Se) 30-35 (+0) 30-35 (+0) 30-35 (+0) 40-45 (+0) 30-35 (40) 30-35 (+0) 35.40 (+0) 30 - 35 (+0) 20-25 (+0) BROWN GRADES Boob cute(4)-OB 55-60 (+10) 50.55 (+10) 50-55 (+10) 50-55 (+10) 45-50 (+5) 60-65 (+5) 45-50 (+10) 35• 40(+10) 45-50 (+5) OCC(11)•OBM* 70-75 (+10) 70-75 (+10) 70-75 (+10) 70-75 (+10) 80-85 (+5) B0-85 (+5) 65-70 (+10) 55 - 60(+10) 75-80 (+5) JLK(13)-OEM* 80.85 (+10) 80-85 (+10) 90-100 (+5) 90.100 (+5) 75-80 (+l0) 65 - 70 (+10) 85-90 (+5) GROUNDWOOD - Sarted Residential 40-45 (+0) 40-45 (r 0) 40-45 (+0) 55.60 (+0) 50-55 (+0) 40-45 (10) 40-45 (+0) 30 - 35(e 0) 30-35 '(40) . Northeast LA-SF' MG(f0) - 80-85 (+10) 75-80 (r 5) 75-80 (+5) 75.80 (+5) 90-100 (+1D) 45.50 (+0) CGS(44) 80.85 (+10) 75-30 {+5) 75-80 (+5) 75.80 (.5) 90-95 (+10) 40.45 (+0), SCN(5B) 140-150.(+0) 150.160 (+0) 145-155 (+0) 170.180 (40) 135-145 (+0) 90.100 (+0) WWI'.(24) 225.235 (+0) 210.220 (+0) 210-220 (+0) 240.250 (+0) 200-210 (+0) 165-175 (+0) HIGH GRADES . • SOP(37) 65-90 (+l0) 85.90 (+10) 85.-90 (+10) 85.90 (410) 125.135 (+10) 50-55 (45) CBS(43) 85-90 (+10) 85.90 (+10) 85-90 (+10) 85-90 (410) 120-130 (+10) 50-55 (+5) SOS heovy print(45) 100-110 (+10) 100.110 (+10) 90-100 (+10) . 140.150 (+l0) SWL(40) 120-130 (+10) 125-135 (+10) 140-150 (+10) 165.175 0 10) 175-185 (+10) 125.135 (+5) MWL(41)' '130-140 (+10) 135.145 (+10) 145-155 (+10) 175•185 (+10) 180-190 (+10) 130.140 (+5) SOS light print(45) 155-165 (+10) 130.140 (+10) 135-145 (r i0) 155.165 10) 180-190 (.10) PULP SUBS SOS unprinta'1(47) 220-230(+5) 220-230 (+5) 230-240(+5) 235.245 (+5) 230-240 (+5) HWS.(30) 230-240(+5) 255-245 (+5) 250-260(+5) 260•270 (+5) . 245-255 (+5) HWEC(31) 260-270 (+5) 270-280 (+5) 270-280 (+5) 280-290 (+5) -285-295 (+5) 230-240 (+5) *OBM PRICES Prices far grades deiigroted"OBM'are a conti-uoti•.n of the prices ori3 nol y published in Official Board Markets("Onhl'"the ldlow'Sheet;and ore reported an the tome oasis as published historically in OBM. Sea wmwv.risi.comiRCPmethodology for o complete description of what has and has not changed about OB141 prices. (Price not marked*are consistent with prices published historically in P&PW.) SPECIFICATIONS Price;represent open market pear an::paper mill purchases agreed to for delivery in ^a indicated month. r!imctuailt'indexed Tronsactirsni o'e excluded.:peciiications;baled; full-truckload quantities;exclusive of dervery charges,premium or distress tots,and of oil subsequent charges for cocking,hondtng,destinotion considerations;or other special charges. Grades and preparation requirements are as defined in the current 1SR1 Scrap Specitic+;:ions Cir .,.lar- NOTES L Preconsumer. 2.The price on the low end of the range is for the Boy Area undthe pride of the top end of the range is for the Los Angeles area. 3.As of Oct 2012,these region names were changed from o city to a region(e.g."Chicago"to"Midwest").This is o change in title,not in methodology.All references to the new names (e.g."Midwest")as they apply to each price,sa ies above ore consistent with the legacy names(e.g."Chicago"). 4.O 'M 118 can be replaced with SRP g5b in formulas used to derive ONPf/6 price. S.Cl-+ange reflects the difference between the high:f the current mo•-•th and ti-t^ig}e of the prsubus month. DISCLAIMER While the information contained in this report has been obtained from sources believed to be reriuble,Fostmarkets R151 does not warrant or guarantee the accuracy and completeness of the.inlormotion.All prices ore best estimates of prices,and are composite prices as opposed to median or average prices. Ben Pedigo-RUMPKE RECYCLING INC 2021-01-25 • ER Pulp � P©iper Week c8kow Sheet ® Fastrn��rr ets i RISI PRICE WATCH : Recovered Paper _ Export i pen Marirar rrAnWt..ons for d+liter t.,e err.'t'1.U . (Furth e sae=ii-co oos n_,tc:at righ74 January 6,2021 Destination NewYorkt LA2 SF/Oakland FAS part of origin(per tan) Chonge6- M•ix?:I raiw..r t;41' Asia 72-75 (+10) 60-63 (+0) 55-58 (+0) CCC(11) Asio 162-165 (r20) 147-150 (!-7) 142-145 (+7) Double Sorted OCC:12) Asia 167-170 (+20) 157-160 (i.7) 152-155 (+7) Di<(15) Asia 182-1B5 (+20) 167-170 (FI0) 162-165 (+10) Suited Residential Papers a Nt ;( 61, Asia 72 75 (+5) 82-85 (4) 77-80 (+0) CGS/CMG(44,10) Asio .117-120 (+10) 117-120 (F10) SOP(37) Asia 147-150 (+10) 167-170 (+10) 157-160 (+10) SWL(40)' Asia 182-185 (+5) 707-210 (r10) 202-205 (+10) . CrR so destination port(per tone.._)`t' OCC(11) India 222-225 (+20) t�auble-sorted CCC(12) India 237-240 (+20) . SPECIFICATIONS Prices represent open market purchases agreed to for delivery within 30 goys.Contractually indexed transactions(i.e.transactions whose price is determined in whole or in out by❑ra nlul'J rn t111171;i-te:m_t t•a t) ex:au::r.d Sou,ii:;atieri:butad;IJl-troyIdon;,quantities:exr.lusiv_c4 ar_mion,nr di:•_sslot_ tillodes and treparo::.m require nen-s are as rieflned in the::urea.1S.I S:r as Spec 1S-.ctons Cu cuter(-ale PS-13). NOTES 1."Ncw York"includes ports in Northam New Jersey 21"LA"includes Long Beach ana LA ports 3.SWL Prices ore for parts in South Korea,Indonesia,and Thailand 4.As of March 2018,the destination of Mixed Pacer assessments was changed to Asia from China and Mixed Paper assessments CFR Chino were discontinued. 5.As of April 2018.the destination of Sax tea Residential Pape:s&Nees assessments was changed to Asia from Chino ono SRPN assessments cut China were discontinued. 6.Change reflects the difference between the-i at the c-serer,:month rod the high of the are..cus nu;ntir. 7.As of October 2018,ossessments of SOP CFR China and SWL CFR Asia were discontinued. 8.As of April 2019,assessments of OCC(11)bound for Chino,SCN(58)bound for non-China ask)and all grades FAS Chicago were discontinued. 9.As of January 2021,assessments of DLK(13)CFR China,were discontinued.The destination of oil FAS assessments for grades bound for Chino was changed to Asio. The next issue of PH Pulp&Paper Week Monthly Recovered Paper Prices will be available on Wednesday, February 5. View the full year's recovered paper prices schedule ere. Ben Pedigo-RUMPKE RECYCLING INC 2021-01-25