Loading...
90-0214 Elgin Wayne Disposal l i CONTRACT • THIS CONTRACT, made the \'qT-" day of aR.aw0-1 1990 , is made between and in behalf of Elgin Wayne Disposal hereinafter called the "CONTRACTOR" , and the City of Elgin, Kane and Cook Counties, Illinois, hereinafter called the "OWNER" . WITNESSETH, ' that the Contractor and the Owner for the consideration stated herein agree as follows: ARTICLE I , SCOPE OF WORK - The Contractor shall perform everything required to be performed and shall provide and furnish all of the labor, materials, necessary tools, expendable equip- ' ment, and all transportation services required to perform and complete refuse collection and curbside .recycling, all in strict accordance with the Contract Documents herein mentioned which are • a part of this contract, and the other documents constituting a part thereof. - ARTICLE II, THE CONTRACT PRICE - The Owner shall pay the Contractor for the performance of this contract, subject to any additions or deductions provided herein. The Owner has selected and the Contractor has agreed to the various pricing schedules as outlined in the attached Requests for Proposals referenced in Article V of this contract. ARTICLE, III, PAYMENTS - Payments are to be made to the Contractor in accordance with and subject to the provisions embodied in the documents made a part of this contract. ARTICLE IV, TIME OF COMPLETION - This contract shall become effective on the 1st day of April , 1990 , and shall remain in full force and effect through the 31st day of March , 1993 . The date of completion of the work determined as provided herein shall be hereinafter referred to as the "Contract Completion Date". The contract completion date shall be changed only by written notice by the Director of Public Works. ARTICLE V, COMPONENT PARTS OF THIS CONTRACT - This contract consists of the following component parts, all of which are as fully a part of this contract as hereto attached: RFP# 89-100 "Collection and Disposal of Garbage and Refuse" and RFP# 89-101 "Curbside Recycling Collection Program". 1. Notice To Bidders. 2. Instructions to Bidders. 3. Special Provisions. 4. Bid Forms. 5. Maps and/or Exhibits. 6. Addendum No. 1. (25) 4 • ; In the event that any provision and any of the above compo- nent parts of this contract conflicts with any provision in any other of the component parts, the provision in the component part first enumerated above shall govern over any other component part which follows it numerically, except as may be specifically stated otherwise. IN WITNESS WHEREOF, THE PARTIES hereto have caused this instrument to be executed in four (4) original counterparts, the day and year first above written. (SEAL) BY: ATTESTED - CONTRACTOR PRESIDENT mss, ATTEST TITLE SECRETARY (SEAL) ATTESTED CITY CLERK = CITY OFA;L _ INOIS • B IOW r FORM APPROVED: BY: ` "-- CO' 'ORATIuN-- COUNSEL DATE: f ' 111 • RFP0001 RFP (26) • NATIONAL GUARANTY INSURANCE COMPANY 199 Main St., 5th Floor Courthouse Plaza Burlington, VT 05401 Performance Bond Bond No. PB90-0016 OB Amount $1,964,500.00 KNOW ALL MEN BY THESE PRESENTS, That we, ELGIN-WAYNE DISPOSAL CONTRACTORS, A DIVISION OF WASTE MANAGEMENT OF ILLINOIS, INC. , Route 25, Elgin, Illinois 60120 (hereinafter called the Principal), as Principal, and the NATIONAL GUARANTY INSURANCE COMPANY, Burlington, Vermont, a Corporation duly organized under the laws of the State of Vermont, (hereinafter called the Surety), as Surety, are held and firmly bound unto CITY OF ELGIN, 150 Dexter Court, Elgin, Illinois 60120 (hereinafter called the Obligee), in the sum ot.One million nine hundred sixty-four thousand five hundred and no,loo--------- Dollars ($ 1,964,500.00-----), for the payment of which we, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. Sealed with our seals and dated this 31st day of January 1990 THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal entered into a certain Contract with the Obligee, dated January 31 , 19 90 for Municipal refuse pick-up, curbside recycling service and municipal yard waste service for the City of Elgin in accordance with the terms and conditions of said Contract, which is hereby referred to and made a part hereof as if fully set forth herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above bounden Principal shall well and truly keep, do and perform each and every, all and singular, the matters and things in said Contract set forth and specified to be by said Principal kept, done and performed, at the times and in the manner in said Contract specified, or shall pay over, make good and reimburse to the above named Obligee, all loss (over) fl • and damage which said Obligee may sustain by reason of failure or default on the part of said Principal so to do, then this obligation shall be null and void; otherwise shall remain in full force and effect, subject, however, to the following conditions: NOTWITHSTANDING ANYTHING CONTAINED IN THE CONTRACT TO THE CONTRARY, THE LIABILITY OF THE PRINCIPAL AND SURETY UNDER THIS BOND IS LIMITED TO THE ORIGINAL TERM OF THE CONTRACT' FROM April 1, 1990 TO March 31, 1993 ANY EXTENSIONS OR RENEWALS OF THE REFERENCED CONTRACT SHALL BE COVERED UNDER THIS BOND ONLY WHEN CONSENTED TO IN WRITING BY THE SURETY. Any suit under this bond must be instituted before the expiration of two (2) years from the date on which final payment under the Contract falls due. No right of action shall accrue on this bond to or for the use of any person or corporation other than the Obligee named herein or the heirs, executors, administrators or successors of the Obligee. ELGIN-WAYNE DISPOSAL CONTRACTORS, A DIVISION OF WASTE MANAGEMENT OF ILLNO_S,_INC. Principal By: 1..,.:e' / Joh J. R. i , Assistant Secretary National Guaranty Insurance Company By: L /> . J. Winstead, Attorney-in-Fact • POWER OF ATTORNEY Know all Men by These Presents that the National Guaranty Insurance Company, 199 Main Street, Burlington, Vermont Corporation (the "Corporation") , has constituted and appointed and does hereby constitute and appoint Donald S. Haufe, Thomas R. Frank and Leo J. Winstead of Oak Brook, Illinois each its true and lawful Attorney-in-Fact to execute under such designation in its name and to affix its corporate seal to deliver for and on its behalf as surety thereon or otherwise, bonds of any of the following classes, to-wit: 1. Surety bonds to the United States of America or any agency thereof, including lease and miscellaneous surety bonds required or permitted under the laws, ordinances or regulations of any State, City, Town, Village, Board or any other body or organization, public or private. 2. Bonds on behalf of contractors in connection with bids, proposals or contracts. The foregoing powers granted by the Corporation shall be subject to and conditional upon the written direction of any officer (or any designee of any such officer) to execute and deliver any such bonds. IN WITNESS WHEREOF, the Corporation has caused these presents to be signed by its Vice President/Underwriting and its Assistant Secretary, and its corporate seal to be hereto affixed this 29th day of January, 1990. Witness: National Guaranty Insurance Company PAO" \ 11111111111Fe r: :ry Vice President/Underwriting ISSUE DATE(MM/DD/YY) ACCIIIsl1. CERTIFICATE OF INSURANCE 1,01,90 PRODUCER. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS Near North Insurance Aaencv NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW 875 North Michigan, 23rd Floor Chicago, IL 60611 COMPANIES AFFORDING COVERAGE WM COMPANY A LETTER CODE SUB-CODE Continental Casualty Company Contact :M. Pattison( 312) 280-5540 COMPANY INSURED LETTER B Transportation Ins . Co. Elgin-Wayne Disposal COMPANY Contractors LETTER C R.R. 1, Box 8H COMPANY Route 25 - Fire #7N904 LETTER D Elgin, IL 60120 COMPANY LETTER E COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED,NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY EFFECTIVE POLICY EXPIRATION POLICY NUMBER ALL LIMITS IN THOUSANDS LTR DATE(MM/DD/YY) DATE(MM/DD/YY) GENERAL LIABILITY GENERAL AGGREGATE $ 5, 000 A X COMMERCIAL GENERAL LIABILITY GL0 0 0 1 6 0 5 5 8 4 1/01/90 1/01/92 PRODUCTS-COMP/OPS AGGREGATE $ 5,0 0 1 X CLAIMS MADE X OCCUR. PERSONAL&ADVERTISING INJURY $ 5, 00• X OWNER'S&CONTRACTOR'S PROT. EACH OCCURRENCE $ 5,000 X PROD/COMP. OPERATIONS FIRE DAMAGE(Any one fire) $ 2.000 X CONTRACTUAL MEDICAL EXPENSE(Any one person) $ AUTOMOBILE LIABILITY COMBINED A X ANY AUTO BUA6001605581 1/01/90 1/01/92' LIMTLE $ 5, 000 ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) GARAGE LIABILITY PROPERTY DAMAGE $ EXCESS LIABILITY EACH AGGREGATE OCCURRENCE $ $ OTHER THAN UMBRELLA FORM STATUTORY WORKER'S COMPENSATION $ 1,000EACH ACCIDENT) B AND WC4001605579 1/01/90 1/01/92 $ 5.000DISEASE—POLICY LIMIT) EMPLOYERS'LIABILITY $ 1, 000DISEASE—EACH EMPLOYEE OTHER DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES/RESTRICTIONS/SPECIAL ITEMS All Operations and the Equipment of the Insured The City of Elgin is named as Additional Insured. rPVised 1/19/90 CERTIFICATE HOLDER 00016 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Elgin EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO 150 Dexter Court MAIL 90DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Elgin, IL 60120 LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ' tACORD 25-S(3/88) ®: • • '1• ; • ; - • •• 5, October 5, 1989 CITY OF ELGIN CONTRACT ADDENDUM NO. 1 PROJECT : I . RFP-Collection and Disposal of Garbage and Refuse . II . RFP-Curbside Recycling Collection Prooram. Per the pre-bid meeting on 10-3-89 at 10 A.M. , the following clarify- ing information shall be included and shall become a part of the bidding specifications and contract for the two programs listed above. I . RFP - Collection and Disposal of Garbage and Refuse. Page 2. Parag . B. ( 1 ) . - The starting date of the contract may be later than January 1 , 1990, depend- ing upon when a decision is made by the City to award a contract . A minimum lead time of 60 days to begin operation will be provided . It is not the intent of the City to limit this to a 120 day contract . Page 14 , Parag . EE. - A one day delay for each day of collection throughout the week following a holiday will be acceptable, providing that the Contractor notifies the public of such schedule as approved by the City. Page 14, Parag . FF. - Exhibit I is a list of all City- owned dumpsters, but is subject to change during the life of the Contract . Page 15, Parag . II . - Vehicles smaller than 25 C.Y. capacity should be specified for approval by the City. Page 17, Parag. NN. - Inspection of City Vehicles is scheduled for Saturday, October 14 , 1989 at 9 A.M. at the Public Works Complex at 35 Ann Street . Other arrangements may be made by contracting Jerry Rotundo , Streets & Sanitation Superintendent , at 697-3160. Page 17, Parag . PP. - The second sentence should be changed to read as follows: "Such computation of changes in the number of Stops shall be made by the Contractor and reported in writing to the City for its review and approval within thirty ( 30) days Crior to the close of each semi-annual period; the changes in compensation to the Contractor to be effective as of the first day of the next semi- annual period . Page 20. Bi'd Form. - The City provided garbage collec- tion service to residents at a cost of $5.93 per month for once a week collection in 1988. The figure is estimated to be S7.30 per residence per month in 1989. II . RFP - Curbside Recycling Collection Program. Page 2, Parag B.4. - The Proposal Bond shall be 10% of the first year ' s total annual amount of the con- tract . Page 2, Parag . B.S. - The Performance Bond shall be 110% of the first year ' s total annual amount of the contract . Page 5, Parag . B. 1 . - Relative to large subdivisions currently under construction, the City issued 415 single family building permits in 1988 and has issued 656 single family building permits through Sept , 1989. Page 7, Parag . 7. a. - The City shall keep title to the recycling bins, no matter who purchases those bins. Page 8, Parag. 7.d . - Twelve or Fourteen ( 14) gallon containers will be acceptable. Replacement bins will be provided at the contract unit price. The City will consider purchasing left over replacement bins at the contract price at the end of the contract period, but not exceeding a quantity equivalent to 10% of the initial number distributed . Page 8, Parag . 7. 1 . - Covers are not required on the bins. Page 12, Parag . A. ( 1 ) . - The starting date of the con- tract may be later than January 1 , 1990, depending upon when a decision is made by the City to award a contract . If the starting date is later , appropri- ate adjustments will be made. A minimum lead time of 60 days to begin operations will be provided . It is not the intent of the City to limit this to a 120 day contract . Page 12, Parags. G. 8 H. - There is no specific plan or schedule at this time relative to drop-off contain- ers at City sites or within private developments. Page 12, Parag . I . - The office paper program may in- clude, but shall not be limited to, the following locations: 1 . City Hall ( including the Police Dept . ) . 2 . Fire Station No . 1 on Summit St . 3. Public Works Complex ( including Engineering -Div. ) . 4 . Riverside Water Treatment Facility. Page 17, Parag . E. - Attached is a copy of the Resolu- tion (with attachment ) approved by the Elgin City Council on 6-14-89 which established the prevailing wage rates. Sanitation Laborers for the City of Elgin are paid according to a six step salary plan which ranges . from $9.39 at Step I to $12.51 at Step VI over a five year period . These figures became effective on 10-1-88, expired on 3-31-89 and are presently being negotiated as part of a new labor contract with SEIU, Local 1-11 . This addendum shall be attached with your bid submittal . Receipt acknowledged and conditions agreed to : Name teIP- • Date /O.1 p'if Title � 9-15-89 CITY OF ELGIN REQUEST FOR PROPOSAL CURBSIDE RECYCLING COLLECTION PROGRAM Bid Opening: October 17, 1989 @ 11:00 A.M. CITY OF ELGIN CURBSIDE RECYCLING COLLECTION PROGRAM INDEX SECTION DESCRIPTION PAGE I BACKGROUND 1 II GENERAL CONDITIONS 1 A Notice To Bidders 1 B Instructions 1 III EVALUATION CRITERIA 3 A Award of Contract - 3 B Reference Requirements 4 C Proposed Itemized Budget 4 IV CURBSIDE COLLECTION AND RECYCLING REQUIREMENTS 5 A General Description of Work 5 B Curbside Collection Requirements 5 C Processing Requirements 10 D Promotion and Education 10 E Certificate of Insurance 11 F Insurance Requirements 11 G Drop-off Container - City 12 H Drop-off Container - Private 12 I Office Paper Program 12 ✓ FINANCIAL REQUIREMENTS 12 A Term of Contract 12 B First Year Contract Price 13 C Second Year Contract Price 14 D Third Year Contract Price 14 E Payment Provisions 15 F Collection of Revenues 15 VI RESPONSIBILITIES 15 A City Property 15 B Hold Harmless and Indemnification Agreement 16 C Damage to City Property From Causes Other Than Bidders Negligence 16 D Laws and Ordinances 16 E Special Conditions 17 F Affirmative Action 18 G Employee Utilization Form 19 • I. BACKGROUND The City of Elgin is located approximately 40 miles northwest of Chicago and currently has a population of 69,618 (1988 special census) . The City- consists of approximately 22 square miles. The City presently collects approximately 90 ,000 C.Y. of house- hold garbage per year from roughly 19 ,468 dwelling units included in the service provided by the City. At the present time, the City does not have a residential curbside recycling collection program in place. It is noted that these specifications are general in nature and Bidders are strongly encouraged to offer any alternatives or modifications to these specifications to allow more efficient or economical methods of accomplishing curbside recycling collection and recycling of materials within the City. It is the intent of the City of Elgin to seek proposals for either (a) curbside recycling only, or (b) curbside recycling along with garbage collection. A separate RFP for Garbage Collection is attached herewith. The City will then determine which proposal is in its best interest. II. GENERAL CONDITIONS A. Notice to Bidders 1. Meeting Specifications - Bidders should anticipate meeting all existing specifications. Any modifi- cations to the specifications should be noted with such modifications being described in detail. 2. Contact Person - Michael Sarro, Purchasing Agent, 150 Dexter Court, City Hall, Elgin, IL 60120-5555 (312-695-6500, X-207) . FAX # 695-9038. B. Instructions 1. Submission and Opening of Request for Proposals - Proposals shall be enclosed in a sealed envelope and delivered to City Hall, 150 Dexter Court, Elgin, Il 60120-5555. The sealed envelope shall be clearly marked "Curbside Recycling Collection Program" . It is the Bidders ' responsibility to assure that the proposal is delivered to the proper location prior to the established date and time. 2. Proposal Opening Time: 11: 00 A.M. Date: October 17 , 1989 Location: City Hall 150 Dexter Court Elgin, IL 60120-5555 (1) It is the intent of the City to meet with inter- ested Bidders two weeks in advance of the bid opening (October 3, 1989) at 10 A.M. in the office of the Purchasing Agent at . City Hall to answer questions and clarify any problems which are presented relative to this RFP. 3. Modification or Withdrawal of Proposal - A propos- al may not be modified, withdrawn or cancelled by the Bidder for 90 days following the time and date designated for the opening of the proposals and the Bidder so agrees in submitting the proposal. If any individual company is acting as an agent, it shall be so stated. Unless it is specifically stated on the proposal, the proposal will be awarded to,, order placed with, and payment made to the person or company that signs the proposal. 4 . Proposal Bond - Each proposal must be accompanied by a bond or certified check in the amount of 10% of the total contract amount, payable to the City of Elgin. Bid bond or check must comply with the provisions found in the Illinois Revised Statues. Checks will be returned to unsuccessful Bidders immediately upon acceptance. Bonds should remain firm for a period of 90 days from the date of proposal opening. Check or bond submitted by the Bidder of the accepted proposal will be held uncashed until a performance bond, as required in paragraph 5 of this section, is submitted. 5. Performance Bond - The successful Bidder will be required to submit a performance bond acceptable to the City, the value of that bond being 110% of the total contract price. 6. Rejection of Proposals - The City shall have the right to reject any or all proposals and in particular to reject a proposal not accompanied by proper security or data required by the Request for Proposal document, or a proposal in any way incomplete or irregular. 7 . Acceptance of Proposal - The City shall have the right to waive any technicality or irregularity in any proposal and to make the final award based solely on what is determined to be in the City' s best interest by the corporate authorities. It is the intent of the City to award a contract to the responsible Bidder who best meets the specifications; provided, the proposal has been submitted in accordance with the requirements of (2) the Request for Proposal document and judged by the City to be reasonable. Bidders are encouraged to point out and specify any technical features or other benefits that will be provided above the minimum requirements. Any proposal presented after the specified time for opening will be returned to the Bidder unopened. 8. Request for Proposal and Contract - This Request for Proposal shall become part of the contract. 9. Equal Opportunity-Affirmative Action - The suc- cessful Bidder shall comply in all respects with the Equal Employment Opportunity Act. The Bidder with 15 or more employees shall be required to have an Affirmative Action Plan which declares that the Bidder does not discriminate on the basis of race, color, religion, sex, national origin or age, and which specifies goals and target dates to assure the implementation of equal employment. The Bidder with fewer than 15 employees shall be required to have a written Equal Opportunity Policy Statement declaring that it does not discriminate on the basis of race, color, reli- gion, sex, national origin : or age. All Bidders must fill out the Affirmative Action documents attached. Findings of non-compliance with appli- cable State and Federal equal opportunity laws and regulations could be sufficient reason for revoca- tion or cancellation of this contract. III. EVALUATION CRITERIA A. Award of Contract The award of the contract, if it is awarded, will be to the Bidder selected by the City whose proposal is determined by the City to be in the best interest of the City. Lowest monetary proposal is not necessarily the sole determining factor. The contract shall be awarded to the Bidder whose proposal most nearly satisfies the overall specifications as well as other factors. Such other factors include, but are not limited to, the following: 1. Cost - The price of the contract for the residen- tial collection of curbside recyclable materials and recycling of such materials. 2. Experience of Company - Consideration will be given to those Bidders who have performed similar type work. (3) 3 . Markets - Demonstration of availability of rela- tively stable markets for materials collected through letters of agreement or other communica- tions with secondary material buyers. 4 . Re-Use of Recyclables - Demonstration of an interest in expanding markets through procurement of paper and other materials with a recycled content. 5 . Features Exceeding Minimum Specifications - Any features that the Bidder can provide the City that exceed these specifications will be weighed as a benefit towards the award of the contract. The • City -shall be the sole determinant if any feature is of benefit and to what degree. B. Reference Requirements In order to allow the evaluation of past performance, Bidders are requested to supply information requested below: 1. Number of years in recycling industry: /0 2. List of municipal references who can attest to the Bidders performance: CK - 01�e C R i 'c- whLjTf SKIP H Fie at . V i11Alre 0-4 00c . Name Name e11 �� �'� Name V(1 AUP OF 4AQ`riefr S`�IQPK x401 �1 1 Address Address Address �tt5 So. m 004 11-taabIaroLA) 1113 A2°T(-a tt Z 1 I Sl.120 Py 401641, z 1. CAC CQ.JAJ Z.l 1 Address Address Address (3 $ 31-c586o ( .a - G 1 $10 ) (3(0-4 Phone Number P. one Number Phone Number C. Proposed Itemized Budget In order to review the soundness of the submitted proposals, it is requested that each Bidder provide an itemized budget. The budget shall include projections of tonnage to be collected, collection costs, process- ing costs, recyclable revenue, vehicle depreciation, and overhead. (4) IV. CURBSIDE COLLECTION AND RECYCLING REQUIREMENTS A. General Description of Work The City shall enter into an exclusive contract for the residential curbside collection of recyclables for all customers which presently place waste materials out to be collected by City crews and the recycling of such materials within the City of Elgin. 1. General - The Bidder shall propose to furnish complete equipment,- labor, materials and supplies to accomplish all work necessary to complete such contract as may be entered into. 2. Examination of Conditions - Bidders are cautioned to carefully examine conditions affecting the collection, separation, transportation and other variables which may affect collection of recycla- ble materials within the City of Elgin. Bidders are also encouraged to make all necessary investi- gations as to acquaint themselves with the charac- ter of collecting curbside recycling materials within the City. The City of Elgin will not advise Bidders as to any conditions referred to. B. Curbside Collection Requirements 1. Service Area - The successful Bidder shall provide residential curbside collection of recyclables to all residents residing within the corporate limits of the City of Elgin. Collection and recycling shall be made for all customers within the City which presently place waste materials at the curbside to be collected by City garbage collec- tion crews. It should be noted that the City has a number of large subdivisions currently under construction. Bidders will be responsible for the collection of such residential areas upon being notified by the City. For purposes of this agreement, a Collection Stop shall be any single family or multi-family unit (dwelling place of five units or less) . The breakdown for the approximate 16,948 Collection Stops and 19,468 family dwelling units, by day, is as follows: (5) BUILDING MON TUE WED THU FRI WEEK Single 3209 2656 2474 3205 3573 = 15 ,117 Duplex 61 117 41 89 166 = 454 2 Units 99 287 413 83 104 = 992 3 Units 5 63 65 7 14 = 154 4 Units 32 40 35 34 46 = 187 5 Units 4 9 8 14 9 = 44 Collection Stops 3410 3172 3036 3418 3912 16 ,948 Fam. Dwell. Units 3700 3880 3757 3748 4383 19 ,468 Compensation to the successful Bidder shall be adjusted semi-annually on the basis of increases or decreases in the number of Stops in the City during the preceding six months. Such computation of changes in the number of Stops shall be made by the Bidder and reported in writing to the City for its review and approval, within thirty (30) days following the close of each semi-annual period, the changes in compensation to the Bidder to be effective as of the first day of said new fiscal year. It is the intention of the parties hereto that the City shall not compensate the Bidder for additional Stops until the :beginning of a new semi-annual adjustment date, nor will the amount of monthly compensation be diminished. 2. Frequency -of Collection - The successful Bidder shall collect recyclable materials at the curbside once a week and on the same day as waste is collected from the curbside. A map showing collection days has been attached for your infor- mation. 3. Collection of Recyclable Materials - The success- ful Bidder shall pick up and recycle the following materials set out for collection: a. Newspapers - Consisting of bagged, boxed or securely twined newspaper. b. Glass - Clear, green and brown colors. c. Aluminum and tin cans. d. Bidders can provide for collection of other materials. The City reserves the right to request additional recyclable items to be collected upon mutual agreement with Bidder. If Bidders plan to collect other materials than the three listed above, please indicate below. (6) • • 4 . Collection Hours - Recycling collection service by all vehicles will begin no earlier than 7: 00 A.M. All collection for each scheduled day shall be completed by 5: 00 P.M. Customers shall be asked to set out recyclable materials by 7: 00 A.M. on the scheduled day of collection. 5. Point of Collection - Collection shall be made at the curbside, which is defined as within five feet of the sidewalk, of the curb or edge of the street, off of the pavement area. 6. Ownership of Recyclable Materials - All recyclable materials placed for collection shall be owned by and be the responsibility of the customer until the materials are collected by the successful Bidder. Once collected, the material then becomes the property and responsibility of the successful Bidder, who shall be responsible for transporting, processing, and marketing all collected materials for recycling. Any non-recyclable material collected shall be disposed of by and at the expense of the Bidder in accordance with state and local laws, rules and regulations. 7. Containers - One container will be used by resi- dents to place recyclable materials at the curbside. The City will entertain proposals for a single bin system with either the City or the successful Bidder supplying the bins. The base monthly recycling fee prices have been listed "Without Bin" and "With Bin" . The City, at the inception of this Agreement, shall notify the successful Bidder in writing of the recycling program it has selected. a. Under the "Without Bin" plan the City shall purchase and the successful Bidder shall distribute, one recycling bin, the design of which shall be mutually agreed upon by the parties, to each single-family and multi-fami- ly household (5 units or less) in the City. The title to the recycling bins shall remain with the City. The successful Bidder shall have no responsibility for the replacement or retrieval of any of the recycling bins unless the need for replacement or retrieval is due to the fault of Bidder. If this option is selected, the City will immediately notify the successful Bidder in writing and will take all steps necessary to coordinate the purchase and delivery of the bins to facilitate the Bidders scheduled starting date for the recycling program. (7) b. Under the "With Bin" plan the successful Bidder shall supply and distribute containers. It is anticipated the containers shall be a sufficient amount to supply each curbside collection account with a container. c. The successful Bidder shall be responsible for the initial distribution of containers to all curbside collection accounts. The initial distribution of containers shall be made at the front door of curbside accounts. Included with the containers shall be a copy of an information sheet explaining the recycling collection program. Copies of the informa- tional sheet shall be provided by the success- ful Bidder upon approval by the City prior to container distribution. d. The bin will be a twelve gallon plastic container and will include the lettering "Property of the City of Elgin, for more information call 695-6500 X-276. " On the ends of the bin will be the wording "We Recycle" and the universal recycling logo. The pur- chase will include replacement bins which will be delivered by the successful Bidder on an "as needed" basis to replace bins which are lost, stolen or damaged during the life of the program. If the bins are consumed during the life of this contract, the City agrees to pay for any additional replacement bins at the contract price. e. The City agrees that it will promptly replace recycling bins at its expense, when notified by a resident or the successful Bidder that a recycling bin is damaged, unless the damage of the recycling bin is the fault of the Bidder. If the Bidder is at fault, upon notification by the City, it will promptly replace the damaged recycling bin at its expense. Nothing contained herein shall limit the right of the City to seek payment for damaged or lost bins from the resident. f. The successful Bidder shall leave at the point of collection the containers used and any protective covers used to keep material dry. The Bidder shall be responsible for any damage caused to such containers and protective covers by the Bidder, except from weather or normal wear and tear. 8. Missed Collection - The successful Bidder shall establish and publicize a procedure for receiving and responding to customer complaints of missed collections. Complaints of missed collections (8) received by the Bidder or the City on the day after the scheduled day for collection shall be remedied by collecting the recyclable materials by 5:00 P.M. on the second day after the miss. 9 . Customer Information and Complaint Resolution - The successful Bidder shall establish and maintain a method for accepting and responding to customer calls and complaints. Their staff shall be knowledgeable and courteous in answering customer information requests and resolving customer complaints regarding the recycling collection service. All calls must be recorded in a log noting date, time, address , request or complaint and method of resolution.. The log shall be made available to the City upon request. The Bidder shall meet with the City as often as the City requests to review customer complaints and resolu- tions. 10 . Clean Up on Route - The successful Bidder shall pick up all material blown, littered and broken as a result of handling by Bidder. Each vehicle shall be equipped with at least one broom and one shovel for use in cleaning up material. 11. Collections on Holidays - When the regularly scheduled recycling collection day falls on New Year' s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day or Christmas Day, the successful Bidder shall collect the materials on the next day after the regular collection day. Any changes to the holiday collection must be approved in writing by the Public Works Director 45 days in advance. 12. Improperly Prepared Recyclable Materials - When the successful Bidder encounters improperly prepared material or non-recyclable items the following procedure shall be followed: a. The Bidder shall pick up all materials, except items containing putrescible solid wastes, improperly prepared or'non-recyclable materi- als, and process them for recycling or dispose of them properly. The Bidder shall complete a notice approved by the City noting the prob- lems and leave it with the customer. The address and date shall be documented. b. The Bidder shall supply the required documen- tation to the City as requested. (9) 13 . Date of Collection and Reporting - The successful Bidder shall collect and report to the City the following information computed on a monthly basis. Such reporting shall be submitted to the City by the 15th day of the following month. a. Number of curbside collection customers setting out materials. b. Tonnage of each of the recyclable materials sold for recycling. Copies of receipts showing tonnage shall also be submitted. c. Information concerning improper preparation of • recyclable materials. 14. Equipment Requirements a. Safety and Maintenance - All of the recycling collection equipment must be maintained and operated in compliance with all local and state statutes, ordinances and regulations and to assure the safety of the collection crew and residents of the City. All collection equipment shall be covered and secured to prevent material blowing, leaking, or falling out during transient. • b. Identification - All collection equipment shall be clearly identified by affixing the following items permanently and conspicuously to both sides of the equipment: aa. Bidder' s name. bb. Bidder's telephone number. C. Processing Requirements Processing of the collected recyclable materials will be the responsibility of the Bidder awarded the exclu- sive contract for curbside collection and recycling. If a processing and/or storage facility for the recy- cling materials is to be located within the corporate limits of the City of Elgin, such processing and/or storage facility shall comply with all local zoning ordinances and other applicable local and state statute ordinances and regulations with regards to such a facility. D. Promotion and Education The succesful Bidder shall participate in promotional and educational efforts as outlined below: 1. The successful Bidder, at its own expense, shall notify all customers of their day of pickup in advance of the start up of the service herein (10) described and of any changes in routes or pickup days during the duration of the contract. The notification shall include instructions on the proper use of recyclable material storage and disposal containers and such promotional materials as necessary to establish and maintain maximum participation by the customers. 2. Responsible for preparing and distributing such promotional and educational material at the request and direction of the .City. 3 . Training of employees to deal courteously with customers on the telephone and on route to promote the collection service and explain proper material preparation. 4 . Distribution of notices of improperly prepared materials which will be prepared by the Bidder with approval of the City. E. Certificate of Insurance Bidder shall submit with the proposal a Certificate of Insurance showing the following: 1. Workmen' s Compensation Insurance - Statutory amount. 2. General Liability Insurance: a. Personal injury with limits of not less than $500,000/$1,000,000. b. Property damage with limits of not less than $500,000. c. Bodily injury with limits not less than $500 ,000/$1,000 ,000. 3. Auto Liability Insurance: a . Bodily injury with limits not less than $500,000/$1,000,000. b. Property damage with limits not less than $500,000. 4 . Umbrella excess of $5,000,000 each occurrence, $5 ,000 ,000 aggregate. F. Insurance Requirements The successful Bidder shall include the City as an additional named insured on both General and Auto Liability Insurance policies. All insurance premiums shall be paid on time and without cost to the City. (11) Prior to the Bidder entering upon the performance of said contract, the Bidder shall furnish the City Certificates of Insurance attesting to the respective insurance coverage for the contract term. G. Drop-off Containers - City The successful Bidder may be required to provide up to five (5) compartmentalized containers for permanent use by the general public as drop-off centers at the discretion of the City during the life of- the contract. The Bidder shall work with the City to provide drop-off containers for the specified recyclable materials as an addition to the curbside collection program at no additional cost to the City. H. Drop-off Containers - Private The successful Bidder may be required to consider the placement of up to five (5) compartmentalized contain- ers for permanent use by residents of PUD' s or apart- ment complexes (under its jurisdiction) as drop-off centers at the discretion of the City during the life of the contract. The Bidder shall work with the City to provide at no cost to the City, drop-off containers for the recyclable materials specified at those build- ing complexes where the Bidder has existing service contracts with the property owner. The intent of Paragraphs G & H is to provide an additional alterna- tive recycling program for those areas not covered by the curbside program specified. I. Office Paper Program The successful Bidder agrees to establish a program at the direction of the City to collect and recycle mixed office paper generated in all buildings owned or leased by the City from sites to be agreed upon by the Bidder and the City. Containers for storage of mixed paper shall be provided at no charge by the Bidder. This service may be performed under subcontract subject to approval of the City. The Bidder will furnish a regular scheduled weekly collection service from all buildings leased or owned by the City. The Bidder agrees to provide the service hereinabove described (the collection and recycling of mixed office paper) at no charge to the City. V. FINANCIAL REQUIREMENTS A. Term of Contract The initial term of this Contract shall be for three (3) years commencing on the first day of January, 1990, (12) ' r and shall remain in full force and effect through the 31st day of December, 1992 , unless terminated at an earlier date by either party by notification to the other party 120 days prior to the date of termination in writing by registered mail. At the expiration of the initial 3 year term, and for two (2) annual renewal terms thereafter, this Contract shall be considered to be automatically renewed unless either party shall notify the other party in writing by registered mail, not less than 120 days prior to the expiration of the current term, that the notifying party does not wish to renew for an additional term. The successful Bidder shall have sole and exclusive franchise, license, and privilege to provide for the collection and disposition of recyclable material from residential units as herein defined. Commencing not less than 90 days prior to the commence- ment of the fourth and fifth years of this Contract, the parties shall engage in good faith negotiations to develop a monthly charge attributable to the forthcom- ing year in question. Among the factors to be consid- ered shall be increased or decreased costs incurred by the successful Bidder, any increases in Bidder's productivity and prices paid in comparable communities. In the event that the parties are unable to agree upon a suitable price, either party may terminate this agreement by a written notice to the other party. • Unless the contract is further amended by mutual agreement of the parties, it shall continue into the fourth and fifth years under the same terms with the exception of the new monthly charges negotiated to take effect during such subsequent years. B. First Year Contract Price: 1. Price for Recycling Program Only (without Garbage Collection) "Without Bin" : 1-Bin System (Bin supplied by City) Price per stop/month $ a., 2. Price for Recycling Program Only (without Garbage Collection) "With Bin": 1-Bin System (Bin supplied by Bidder) Price per stop/month $ a . IS 3. Replacement Bins Price Each $ £ 50 (13) • 4 . Price for Recycling Program Only (if Garbage is also collected) "Without Bin" : 1-Bin System (Bin supplied by City) Price per -stop/month $ 1 . 17 5 . Price for Recycling Program Only (if Garbage is also collected) "With Bin" : 1-Bin System (Bin supplied by Bidder) Price per stop/month $ Loll C. Second Year Contract Price: 1. Price for : Recycling Program Only (without Garbage Collection) "Without Bin" : 1-Bin System (Bin supplied by City) Price per stop/month $ a.36 2. Price for Recycling Program Only (without Garbage Collection) "With Bin" : 1-Bin System (Bin supplied by Bidder) Price per stop/month $ D-O S 3. Replacement Bins Price Each $ .00 4. Price for Recycling Program Only (if Garbage is also collected) "Without Bin": 1-Bin System (Bin supplied by City) Price per stop/month $ 1 •GS 5. Price for Recycling Program Only (if Garbage is • also collected) "With Bin" : 1-Bin System (Bin supplied by Bidder) Price per stop/month $ 1 .33 D. Third Year Contract Price: 1. Price for Recycling Program Only (without Garbage Collection) "Without Bin" : 1-Bin System (Bin supplied by City) Price per stop/month $ 2. Price for Recycling Program Only (without Garbage Collection) "With Bin" : 1-Bin System (Bin supplied by Bidder) Price per stop/month $ . (14) 3 . Replacement Bins Price Each $ (o. 550 4 . Price for Recycling Program Only (if Garbage .is also collected) "Without Bin" : 1-Bin System (Bin supplied by City) Price per stop/month $ 1. 35 5 . Price for Recycling Program Only (if Garbage is also collected) "With Bin" : 1-Bin System (Bin supplied by Bidder) Price per stop/month $ 1,4e) E. Payment Provisions The City will pay this contract on a monthly basis. The awarded bid price, multiplied by the number of Stops, will be paid by the 15th day following the receipt of invoice. F. Collection of Revenues All revenues collected from the :sale of the recyclable materials, less processing costs shall be paid to the City on a monthly basis. The successful Bidder also shall provide a detailed accounting which includes the amount of recyclable materials, an itemization of the processing costs, and the proceeds of the sale of recyclable materials. The City reserves the right to identify and choose reasonable alternate competitive markets for the processing of recyclable materials. All net revenues collected shall be deposited in the City' s General Fund for use by the City. VI. RESPONSIBILITIES A. City Property The Bidder assumes full responsibility for and shall indemnify the City for any and all loss or damage of whatsoever kind and nature to any and all City proper- ty, including any equipment, supplies, accessories or parts furnished, while in his custody and care for storage, repairs or services to be performed under the terms of this contract resulting in whole or in part from the negligent acts or omissions of Bidder, and subcontractor, or any employee, agent or representative of Bidder or subcontractor. (15) B. Hold Harmless and Indemnification Agreement The Bidder shall save and hold harmless and indemnify the City against any and all liability, claims and attorneys fees and cost of whatsoever kind and nature for injury to or death of any person or persons and for loss or damage to any property occurring in connection with or in any way incident to or arising out of the occupancy, use, service operation or performance of work under the terms of this contract, resulting in whole or in part from the negligent acts or omissions of Bidder, the subcontractor, or any employee, agent or representative of Bidder or subcontractor. C. Damage to City Property From Causes Other Than Bidder's Negligence Nothing in the above paragraphs shall be considered to preclude the City from receiving the benefits of any insurance the Bidder may carry which provides for indemnification for any loss or destruction of, or damage to property in the custody and care of the Bidder where such loss, destruction or damage is to City property. The Bidder shall do nothing to preju- dice the City' s right to recover against third parties for any loss, destruction of, or damage to City' s property, and upon the request of the City shall, at the City's expense, furnish to the City all reasonable assistance and cooperation (including assistance in the prosecution of suit and the execution of instruments of assignment in favor of the City in obtaining recovery) . D. Laws and Ordinances The Bidder shall comply with all laws, ordinances and regulations (Federal, State, County, City or otherwise) covering work of this character and shall include all cost, if any, of such compliance in the prices quoted in this offer. (16) E. SPECIAL CCINDITICNS Prevailing Wage -Rate: All work under this contract shall comply with the Prevailing Wage Rate Act of the State of Illinois, Illinois Revised Statutes, 1983, Chapter 48, Section s39s-1, et. seq. A copy of the Prevailing Wage Rate is posted in the City of Elgin Purchasing Office. AFFIRMATIVE ACTION: Pursuant to the attached "Affirmative Action- City Contracts" provisions the following information is required: A. Number of Employees 49 y . B. If your bid is more than $10,000 and your number of employees is 15 or more, the following should be submitted with your bid: 1. Completion of the attached Bidder's Employee Utilization Form. 2. A written statement of your Company's commitment to provide equal employment opportunity or a copy of your Company's current "Affirmative Action Program". The under signed hereby agrees to furnish the above supplies and/or services at the prices and terms stated subject to all instructions, conditions, specifications, and all attachments hereto. The undersigned certifies that the bidder is not barred from bidding on this solicitation as a result of a conviction for the violation of state law prohibiting bid-rigging or bid-rotating. COMPANY E r.J RLt+J'Q . t I S FA L Signature • A ijc016(1J 04 tJ a mcv' (.-e n ' .4211 D T2 2. I I O)4 Lrf'N Name &Title cIA"` 3 •� y l�cf./9.04 W- (Please Type or Print) E LC-h.) 6 o r aQ • Telephone 7(/ -�u j a (17)