Loading...
14-183 Resolution No. 14-183 RESOLUTION AUTHORIZING EXECUTION OF AN AGREEMENT FOR PROVISION OF REFUSE, RECYCLABLES AND YARD WASTE COLLECTION SERVICES WITH WASTE MANAGEMENT OF ILLINOIS, INC. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF ELGIN, ILLINOIS, that Sean R. Stegall, City Manager, and Kimberly A. Dewis, City Clerk, be and are hereby authorized and directed to execute an Agreement for Provision of Refuse, Recyclables and Yard Waste Collection Services on behalf of the City of Elgin with Waste Management of Illinois, Inc., a copy of which is attached hereto and made a part hereof by reference. s/David J. Kaptain _ David J. Kaptain, Mayor Presented: December 17, 2014 Adopted: December 17, 2014 Omnibus Vote: Yeas: 9 Nays: 0 Attest: s/Kimberly Dewis Kimberly Dewis, City Clerk AGREEMENT FOR PROVISION OF REFUSE, RECYCLABLES AND YARD WASTE COLLECTION SERVICES THIS AGREEMENT, made the 17th day of December 2014, is made by and between the CITY OF ELGIN, an Illinois municipal corporation (hereinafter the "City") and WASTE MANAGEMENT OF ILLINOIS, INC. a Delaware corporation (hereinafter the "Contractor"). ARTICLE 1 RECITALS WHEREAS, the City is a municipal corporation organized and existing under the authority of the Illinois Municipal Code of 1961, 65 ILCS 5/1-1-1, et seq., and predecessor statutes and having those home rule powers granted pursuant to Article VII, Section 6 1970 Illinois Constitution; and WHEREAS, the City issued its Request for Proposals #14-036 for the provision of professional services for refuse, recycling, and yard waste collection services for single family residential collection, multi-family residential collection, other multi-family complexes and city owned facilities in Elgin, Illinois; and WHEREAS, contractor submitted the lowest responsive proposal and possesses the necessary expertise, equipment and manpower to furnish the requisite labor, materials, tools, equipment, transportation services and landfill space to perform the above-referred services in a legal manner in strict accordance with all federal, state and local laws, rules, regulations and ordinances. NOW, THEREFORE, for and in consideration of the mutual promises and covenants contained herein, the sufficiency of which is hereby acknowledged, the parties hereto hereby agree as follows: ARTICLE 2 GENERAL CONDITIONS 1. INCORPORATION OF RECITALS The foregoing recitals are substantive and are hereby incorporated in this section as though fully set forth herein. 2. DEFINITIONS For the purpose of this specification, definitions of certain terms shall be as listed below. Other terms shall be as defined within applicable subsections. (a) "Refuse" shall mean all discarded and unwanted putrescible and non-putrescible household and kitchen wastes, including but not limited to, food, food residues, and materials necessarily used for packaging, storing, preparing, and consuming same, usually defined as "garbage"; and all combustible and non-combustible waste materials resulting from the usual routing of domestic housekeeping, including but not limited to, aluminum and steel cans; glass containers; plastic containers; crockery and other containers; metal; paper of all types, including newspapers, books, magazines, and catalogs; boxes and cartons; cold ashes; tires; furniture, furnishings, and fixtures, household appliances of all kinds; tires, textiles and leather; toys and recreational equipment; and similar items. For the purposes of this specification, the terms "garbage", "refuse", "rubbish", and "waste" shall be synonymous unless otherwise more specifically defined (for example, "yard waste"). (b) "Recyclables" or Recyclable Material(s) shall mean, at a minimum, brown paper bags; corrugated boxes; frozen food packages; magazines and catalogs; mixed paper; newspaper; paperboard; telephone books; wet strength carrier stock; aerosol cans; aluminum cans; aluminum foil; aseptic packaging and gable top containers; formed steel containers; glass bottles and jars; plastic containers, bottles, jars and jugs #1 through #7; plastic six and twelve pack rings; steel cans; steel paint cans and lids; and household batteries. Single Stream Materials placed out for collection by residents may not contain a percentage of Excluded Materials greater than the Maximum Non-Recyclables Level of 10%. If a resident's recycling cart is contaminated, the driver will "Tag" the cart with a sticker explaining the reason why the resident was not serviced. Once the resident rectifies the situation, their property will be serviced on their next scheduled service date. In the event Single Stream Materials do not meet Specifications, the materials may be rejected and/or the City may be charged additional processing or disposal costs. (c) "Yard waste" (also known as "landscape waste") shall mean grass clippings, leaves, branches and brush, other yard and garden trimmings, vines, garden plants, and flowers, weeds, tree droppings (for example, pine cones and crab apples), and other similar organic waste materials accumulated as the result of the cultivation and maintenance of lawns, shrubbery, vines, trees, and gardens. "Live" Christmas trees shall also be considered landscape waste. They shall be collected separately for mulching purposes and shall not be landfilled. Sod and greenery from wreaths and garlands shall not be considered landscape waste and shall be disposed of as refuse, unless the composting facility will accept it. 2 (d) "Organics" shall mean all yard waste as defined in 4.2.0 (see above), food waste (fruits, vegetables, dairy products, grains, eggshells, and meats), some paper waste (low grade paper, coffee filters, napkins, food soiled paper products such as pizza boxes). (e) "Household Construction and Demolition Debris" or"Debris" shall mean waste materials from interior and exterior household construction, remodeling and repair projects, including, but not limited to drywall, plywood, and paneling pieces, lumber, and other building materials; windows and doors, cabinets, carpeting, disassembled bathroom and kitchen fixtures; and small amounts of sod and similar materials. Such debris shall conform to the following: loose small items shall be placed in suitable disposable containers not exceeding forty-five (45) pounds in weight, or in bundles not exceeding two (2) feet in diameter, five (5) feet in length, and forty-five (45) pounds in weight. (f) "Curbside" shall mean adjacent to the street pavement, alley pavement, and gutter and within five feet thereof. (g) "White Good" shall mean all discarded refrigerators, ranges, water heaters, freezers, air conditioners, humidifiers and other similar domestic large appliances, including those containing CFCs (chlorofluorocarbons), switches containing mercury, and PCBs (polychlorinated biphenyls). (h) "Large Household Item" (also known as "bulk item"), shall mean any discarded and unwanted large household appliances and freezers, stoves, trash compactors, washers, dryers, dishwashers, humidifiers, dehumidifiers, microwaves, water softeners, pianos, organs, tables, chairs, mattresses, box springs, bookcases, sofas, and similar furniture. (i) "Disposal Unit" shall have different meanings as follows: (1) For the purposes of refuse and recycling collection, a "disposal unit" shall mean one (1) wheeled 64 gallon container. (2) For the purposes of yard waste collection, a "disposal unit" shall mean one (1) biodegradable, two-ply, fifty (50) point wet-strength, Kraft paper bag designed for yard waste collection, not to exceed thirty-three (33) gallons in capacity and forty-five (45) pounds in weight, containing "yard waste" as herein defined, or one (1) securely tied bundle of brush or branches using biodegradable cord, string, rope or twine that does not exceed forty-five (45) pounds in weight, two (2) feet in diameter, and five (5) feet in length, and is manageable by one (1) person. (3) For the purposes of organics collection, a "disposal unit" shall mean one (1) wheeled 64 or 96 gallon container. 3 (j) "Single-Family Stop" shall mean any single- family detached, multi-family dwelling of five (5) units or less & certain duplex units receiving curbside service. The term "stop" shall be synonymous with the term "household". (k) "Multi-Family Stop" shall have different meanings as follows: (1) Townhomes or condominiums with individual driveways that receive curbside service. May also be referred to as "Multi-family Curbside Stop". (2) Townhomes or condominiums serviced by common waste containers (i.e. dumpsters or carts) located within a "refuse area" (i.e. partially enclosed area where dumpsters are placed - most complexes have several designated "refuse areas"). May also be referred to as a "Multi- family Dumpster Stop". (1) "Active Adult Stop" shall mean any stop located in a distinct age restricted community (typically 55 or older). (m) "Disposal Site" shall mean the location collection vehicles empty their materials. It shall include transfer stations, landfills, incinerators, and composting sites 3. SCOPE OF WORK The Contractor shall be responsible for everything required to be performed and shall provide and furnish all of the labor, materials, necessary tools, expendable equipment, and all transportation services and landfill space required to perform and complete the collection and disposal of refuse, yard waste, and recyclables, all in strict accordance with the terms and provisions of this Agreement and any and all attachments thereto; including but not limited to the service locations schedule attached hereto and made a part hereof as Attachment B.. The Contractor shall be solely responsible for all collection and transportation costs incurred to deliver solid waste to a disposal site or transfer station and shall be responsible for the payment of all tipping fees incurred. 4. PAYMENT FOR SERVICES The City shall pay to the Contractor for the services provided here, the amounts provided per the schedule attached hereto and made a part hereof as Attachment A. Within thirty (30) days of receipt of the Contractor's monthly invoice, the City shall pay the Contractor for all services provided pursuant to this Agreement. The Contractor shall receive payment for services, where noted, on a per household basis. The number of households serviced under this Agreement will be adjusted twice per year, in January 4 and July, based on the number of new residential occupancy permits issued by the City. Except where noted, all pricing contained herein shall be for the first year of the contract. Annual rate increases for subsequent years shall be limited to three (3) percent beginning in January 2016. 5. CONTRACT TERM The term of this Agreement will be five (5) years, and shall become effective on the 1st day of January 2015, and shall remain in full force and effect through the 31st day of December 2020. At the end of the initial 5-year term, the City and Contractor may mutually agree to extend the contract. If such contract extension is mutually agreed upon, the Agreement will be extended for like terms and conditions, for an additional 5-year term. The City must notify the Contractor of its intention not to extend this Agreement 180 days prior to contract expiration. If no such notification is provided, this Agreement shall automatically renew for like terms and conditions for an additional 5 years. 6. DAMAGE TO PROPERTY The Contractor shall take all necessary precautions to protect public and private property during the performance of this Agreement. Except for reasonable wear and tear, the Contractor shall repair or replace any private or public property, including but not limited to waste receptacles, sod, mailboxes, or recycling receptacles, which are damaged by the Contractor. Such property shall be repaired or replaced, at no charge to the property owner, as soon as practicable with the property of the same or equivalent value at the time of the damage. If the Contractor fails to repair or replace the damaged property within a reasonable period of time, the City may, but shall not be obligated to, repair or replace such damaged property, and the Contractor shall fully reimburse the City for any of its reasonably incurred expenses. The Contractor shall reimburse the City for any such expenses within thirty (30) days of receipt of the City's invoice. 7. COMPLIANCE WITH APPLICABLE LAWS, ORDINANCES AND REGULATIONS The Contractor shall comply with all applicable federal, state, and local laws, ordinances rules and regulations, currently in effect or amended from time to time, governing the collection disposal and processing of solid waste in the performance of this Agreement and during the term hereof. 5 8. TAXES, LICENSES, PERMITS, AND CERTIFICATES The Contractor shall pay all sales, use, property, income, utility, and other taxes that may be lawfully assessed against the City of the Contactor in connection with the Contractor's facilities and the performance of this Agreement. The City is exempt from paying Federal Excise Tax, State and Local Retailers' Occupation Tax, State and Local Service Occupation Tax, Use Tax, and Service Use Tax. At its sole expense, the Contractor shall secure all necessary permits, licenses and certificates of authority required to perform the services, which are subject of this Agreement, and shall comply with all requirements of such permits, licenses and certificates of authority. The Contractor shall keep and maintain all such licenses, permits and certificates of authority in full force and effect throughout the term of this Agreement. 9. CERCLA INDEMNIFICATION The Contractor shall, to the maximum extent permitted by law, indemnify, defend and hold harmless the City, its officials, officers, employees, agents and attorneys from and against an and all liability, including without limitation, costs of response, removal, remediation, investigation, property damage, personal injury, damage to natural resources, health assessments, health settlements, attorneys' fees, and other related transaction costs arising under the Comprehensive Environmental Response, Compensation and Liability Act (CERCLA) of 1980, 42 U.S.C.A. Section 9601, et seq., as amended from time to time, and all other applicable statutes, regulations, ordinances and under common law, for any release or threatened release of waste material collected by the Contractor, both before and after its disposal. 10. ASSIGNMENT Prior to the beginning of work, the Contractor shall notify the City in writing of the names of the sub-contractors proposed for the principal parts of the work, and shall not employ any sub- contractor that the City objects to as incompetent or unfit. The Contractor shall not assign or subcontract this contract or the work hereunder, without prior written consent of the City, but the Contractor may perform its obligations hereunder through its subsidiaries or divisions. The Contractor agrees not to assign or encumber monies due or to become due to it under this contract without subordinating any claim of an assignee or secured party to any prior claims of the City arising out of this contract. 6 11. INDEPENDENT CONTRACTOR/COMPLIANCE The Contractor is an independent Contractor, solely responsible for the control and payment of its employees. The Contractor agrees to comply with all ordinances and laws, especially those concerning equal opportunity in employment. The Contractor shall comply with all state and federal laws and regulations regarding Worker's Compensation and Unemployment Insurance contributions. 12. BUSINESS OFFICE AND WEB PORTAL The Contractor shall establish and maintain an office with local or toll free numbers through which they can be contacted, complaints can be made, service requests can be made, and instructions received from the Solid Waste Coordinator. The office shall be equipped with sufficient telephones and shall have a responsible person in charge during collection hours. This service shall be operated between the hours of 8:00 A.M. to 5:00 P.M., Monday through Friday, except during listed holidays, or as otherwise directed by the Solid Waste Coordinator. The Contractor shall identify the location of the office and garage area that will be used to service the City. The contractor shall establish an electronic option to register complaints and submit service requests. Service requests shall include but not be limited to container upgrades, requests for and repair of containers, missed pickups, and special collections. The electronic option for residents shall be procured and maintained by the Contractor. The City shall have access to the data related to submissions associated with this agreement. The Contractor shall require that participants provide a service request location. Waste Management will provide a web page exclusive to Elgin residents in which they can access information regarding service Additionally, the City shall be provided with a telephone number of a Contractor's representative with the authority to commit resources in an emergency or unusual circumstance, 24 hours a day, seven days a week. 13. CONTAINERS, RADIO FREQUENCY IDENTIFICATION (RFID) BAR CODES Containers The contractor shall continue to use the City's existing containers. The standard container is a 64 gallon gray refuse container and 64 gallon blue recycling container. Currently, residents are afforded the option to upgrade or downgrade to a 96 gallon or 35 gallon refuse or recycling container. The Contractor is responsible for all container repairs and replacements at the Contractor's sole cost. Please see Article III-C for the container technical specifications. 7 Radio Frequency Identification (RFID) and Bar Codes The Contractor shall be required to retrofit all existing containers with radio frequency identification tags and bar codes by June 1, 2015. The contractor may request an extension from the Solid Waste Coordinator. If an extension is granted parties will agree to a new milestone to complete this requirement. All new and replacement carts shall be equipped with RFID tags. Please see Article III-C for the RFID technical specifications. 14. DATA COLLECTION The Contractor shall collect and maintain accurate data, records and receipts, and shall report to the City pertinent data, including but not limited to: • Service Requests Completed (broken out by completion day and location) • Stop Performance Reports (after implementation of RFID tags and barcodes) • Total tons of refuse collected per day from all curbside stops. • Total tons of refuse collected from multi-family dumpster stops & City buildings (separately listed) per month • Total cubic yardage or tons of landscape waste collected per day. (Monthly for City buildings) • Total tons of recyclables collected per day from all curbside stops. • Total tons of recyclables collected from multi-family dumpster stops & City buildings (separately listed)per month • Total number of tires collected per day • Total number of disposal stickers sold per month at each retail outlet. (Where applicable) • Total cubic yards or tons of solid waste collected per community clean-up • Total tons of street sweepings disposed of per month • Additional statistical information as may be reasonably requested by the City The data shall be provided to the City within one week of a request for it and shall be provided in a format acceptable to the City. 15. PUBLIC EDUCATION The Contractor shall develop and implement a public awareness program. The Contractor shall be responsible for the cost of the all associated education material and for its distribution. This public awareness program shall include, but not be limited to electronic notification the publication and mailing of a bilingual (English & Spanish) brochure with information about the City's Solid Waste & Recycling Program, on a biannual basis throughout the term of this Agreement, commencing during 2015. This publication shall illustrate how materials are to be prepared for collection and emphasize the importance of recycling and waste reduction. 8 All consumer education material must be approved by the City prior to distribution. The City reserves the right to edit all consumer education material for content. All costs associated with producing and distributing the consumer education materials will be the sole responsibility of the Contractor. The Contractor will be allowed to utilize the City's U.S. postal permit for mass mailings; provided, however, that the Contractor will be responsible for paying all associated postage fees. The Contractor shall provide the City with additional such educational materials as the City deems necessary. 16. COMPENSATION FROM THE PROPERTY OWNER OR TENANT The Contractor shall negotiate directly with the property owner or tenant of the premises for any refuse collection and disposal service in excess of the basic minimum as provided by the City. 17. TITLE TO WASTES All refuse, yard waste, curbside recyclables and organics collected shall belong to the Contractor as soon as the same is placed in the Contractor's vehicle. 18. DISPOSAL All refuse and yard waste collected shall be removed from the City as soon as it has been collected; but, in any event, not later than noon of the date following collection, and it shall not be disposed of in violation of any state, federal or county laws or regulations. The Contractor shall bring all refuse and recycling to the Elgin Bluff City Transfer Station. The City reserves the right to designate specific transfer stations, processing facilities and/or landfills to be used under this contract. The Contractor will be solely responsible for paying all fees associated with the transfer, disposal and/or processing of materials collected pursuant to this Agreement. 19. GUARANTEE OF RECYCLING & COMPOSTING The Contractor shall provide verification acceptable to the City that recyclables collected as part of this agreement have been recycled, as well as the gross tonnage of said materials. Upon request, the Contractor shall also provide verification acceptable to the City that all landscape waste collected as part of this agreement has been composted or processed in accordance with all applicable laws and ordinances. 9 20. RECYCLING DROP OFF CENTER The Contractor shall provide, at no additional cost, a drop-off recycling center at a location acceptable to the City located within one mile of the corporate boundaries of the City. This drop-off location shall accept all of the recyclable items collected in the curbside program. The drop-off recycling center shall be open no less than three week days and one Saturday per week. Staffing of the drop-off recycling center shall be at the discretion of the Contractor. 21. REFUSE DROP OFF EVENTS The Contractor shall host, at no additional cost to the city, two refuse drop off events within one mile of the city limits each year. This event shall accept all refuse included in the curbside program, residents shall also be able to bring bulk items too large for the curbside program, electronics for recycling, and documents for secure destruction. The Contractor at their discretion can charge each participating vehicle up to $15 to participate. 22. SCHEDULES AND TIME OF COLLECTIONS The City of Elgin is divided into five collection areas for each day of the week. Collections shall not commence prior to 7:00 A.M. or continue past 7:00 P.M. A map of the City of Elgin, so designating the collection areas, is included in Exhibit#3. The schedule shall not be changed without first obtaining permission from the Solid Waste Coordinator and not without giving a minimum of sixty (60) days written notice to all parties affected. In the event that a schedule change is granted, the Contractor shall be required to conduct, at minimum, the following consumer education activities at no cost to the City (a) Produce and mail a notice to all affected households a minimum of thirty (30) days prior to the schedule change. (b) Publish advertisements in each local newspaper fifteen days prior to the schedule change. Failure of the Contractor to maintain said collection schedule will be considered a breach and default of the contract and grounds for immediate termination of the contract. Upon request, the Contractor shall provide the City with three (3) copies of the daily routing schedule showing the approximate time the properties on each street are to receive collection services. 10 23. SCHEDULE ADHERENCE If, at any time during the course of this contract, the Contractor shall collect any section of the City on a day other than the scheduled day, the Contractor shall notify the City that is in violation of the contract. If a similar violation should occur once more within the three week period following the week of the original violation, the City will notify the Contractor by certified mail and withhold any further payment due under the contract until the Contractor has furnished evidence satisfactory to the Solid Waste Coordinator that the Contractor has taken necessary precautions to prevent further violations. Delays that are occasioned by holidays, or by daily precipitation of one inch or more of rain, or six inches or more of snow, may not be considered as violations. The Solid Waste Coordinator shall be the sole judge of whether delays constitute a violation, or not. 24. LOCAL IMPROVEMENTS The City of Elgin reserves the right to construct any improvement or to permit any construction in any street, which may have the effect of preventing the Contractor from traveling his accustomed collection route(s) for a period of time. The Contractor, however, by an acceptable method, continues to collect the refuse, yard waste, and recyclables to the same extent as though no interference existed upon the streets formerly traversed. This shall be done without extra cost to the City of Elgin. The City will make every effort to provide the Contractor with advance notice of planned improvement projects that may affect solid waste collection services. The City will make every effort to provide the contractor with the contact information for the City's resident engineer managing the project. 25. EMERGENCIES The Contractor agrees that should any emergency arise by reason of storm, flood, tornadoes, or the like, which require additional hauling equipment by the City, the Contractor's equipment shall be placed at the City's disposal upon request for such temporary use, provided that upon such use the City shall pay the operating cost of such equipment and labor as it is used. The City reserves the right to direct which disposal sites are to be used during an emergency. 26. ACCIDENT PREVENTION Precaution shall be exercised at all times for the protection of persons (including employees) and property. The safety provisions of all applicable laws and building and construction codes shall be observed. Machinery, equipment and all hazards shall be guarded or eliminated in accordance with the safety provisions of the Manual of Accident Prevention in Construction, published by the Associated General Contractors of America, to the extent that such provisions are not in contravention of applicable law. 11 27. PLACE OF PICK-UP The Contractor is responsible for public curbside pick-up of all residential locations, or properly waivered residential private street locations, as well as designated City buildings, community service and public litter container locations. Curbside households are responsible for placing receptacles close to, but not encroaching upon the public street abutting the property from which they are provided, and shall be no more than two (2) feet from the public street curb and easily accessible to the collector. 28. CURBSIDE REFUSE AND RECYCLING CONTAINERS Automated wheeled refuse and recycling containers shall be the standard. The Contractor shall service all refuse and recycling collection containers in a professional manner. 29. PLACEMENT OF CONTAINERS The Contractor shall return all containers at each service location to the spot of service. Containers will be placed, not thrown, and shall not be left lying on their sides, with all lids replaced and/or closed. Any contents spilled on the parkways, premises, or streets are to be cleaned up in a workmanlike manner. In order to clean up, a broom and shovel will be required on each vehicle. 30. REPLACEMENT DAMAGE The Contractor is responsible for damages to any receptacle owned by the City. Containers which suffer damage caused by the Contractor shall be replaced by the Contractor at no extra charge. Automated refuse and recycling containers shall belong to the City and any other receptacle shall belong to the resident. 31. HOLIDAYS Collections normally falling on the following holidays may be rescheduled for the first working day following the legal holiday, or on Saturday, as necessary, for the week only: • New Year's Day • Memorial Day • Independence Day • Labor Day • Thanksgiving Day • Christmas Day 12 32. COLLECTION OF CITY OWNED FACILITIES AND PARKS At the request of the City, the Contractor may also be required to provide collection services on Sunday's and/or holidays from certain City owned facilities, parks and public litter containers. At no additional cost, the Contractor shall collect, transport, and dispose of all refuse, and yard waste and recyclables from City owned facilities and parks as set forth in Exhibit 4. The Contractor shall furnish, at no additional cost to the City, at each municipal facility or park served dumpsters and/or wheeled refuse and recycling carts as specified in Exhibit 4. All containers furnished by the Contractor shall be equipped with non-removable hinged covers or lids. Certain City facilities require special collections. Including but not limited to the Elgin Sports Complex, Trout Park, Lords Park, Wing Park and the Center City area. Each spring and fall when requested at no additional cost each facility shall be furnished with green waste roll offs in lieu of collection of the standard green waste container. Weekend service shall be provided when requested at no additional cost. At no additional cost the sports complex shall be serviced by 20 yard refuse and recycling roll offs from May 1 through September 30. Any schedule changes must be approved in advance by the Solid Waste Coordinator. The City reserves the right to change services levels and add new services as necessary to existing facilities as well as new facilities that may be built or acquired during the life of the contract at no additional cost. 33. COLLECTION OF PUBLIC WASTE RECEPTACLES At no additional cost, the Contractor shall collect, transport, and dispose of all refuse from City- owned public waste receptacles located along the public right-of way. A list of the receptacles to be serviced under this contract is provided in Exhibit 5. These receptacles shall be furnished and maintained by the City. The City reserves the right to add new locations as necessary, not to exceed 10 per year, throughout the term of the contract. Any schedule changes must be approved in advance by the Solid Waste Coordinator. 34. HOUSEHOLD HAZARDOUS WASTE (HHW) PROGRAM SPONSORSHIP The Contractor will contribute $1.00 per household stop covered under this contract annually to help offset cost of the City's Household Hazardous Waste Collection Program. Payment shall be made to the City annually during the month of November throughout the term of this contract and shall be based on the total number of household stops invoiced for that month. In lieu of 13 making a payment, the Contractor may choose to issue a credit for the total amount due on the City's November invoice for solid waste services. The City reserves the right to modify the type of Household Hazardous Waste Program provided to residents. 35. COMMUNITY CLEAN-UPS The Contractor shall provide, at no additional cost, collection and disposal of refuse collected as part of the City's Adopt-A-Highway Program, stream/river clean-ups Community Restitution Program and neighborhood clean-up's. 36. COLLECTION VEHICLES All vehicles used for collection purposes, except those exempted by other provisions of these specifications, shall have fully enclosed bodies with self-continued mechanisms to compress the material collected. Vehicles shall be labeled with a vehicle identification number, the firm's name, address, and telephone number visible on both sides. All vehicles shall be kept water tight. Drain plugs, if available, shall be kept closed, except during collections in rainy weather. All vehicles shall be maintained in good working order and appearance, free of rust, and shall be clean at the start of each collection day. No vehicle shall be operated on the City's streets which leak any fluids from the engine or compacting mechanism. In the event that any vehicle is not properly operable, a substitute vehicle shall immediately be provided that complies with the terms herein. The Contractor shall furnish a complete list of the vehicles to be used in servicing this contract. The City reserves the right to request descriptive literature or specification sheets for each type of vehicle listed as it deems necessary to determine additional details to evaluate the Contractor's proposal, or to properly administer specifications of this contract. Upon request of the City, the Contractor shall demonstrate that the collection equipment is suitable for the materials to be collected. The Contractor shall notify the City if there is any change in the number or type of vehicles being used. All changes must be approved by the City. 37. EMPLOYEES The Contractor shall undertake to perform all services rendered hereunder in a neat, orderly, and efficient manner; to use care and diligence in the performance of this contract; and to provide neat, orderly, and courteous personnel on its crews. The Contractor shall agree to prohibit any drinking of alcoholic beverages by its drivers and crewmembers while on duty or in the course of performing their duties under this contract. 14 The Contractor's employees will be attired, at all times, in a professional-type manner. These specifics will be agreed upon between representatives from the Contractor and the City. 38. UNACCEPTABLE MATERIALS Material placed out for collection that does not meet the criteria set forth in this contract shall not be collected. The Contractor will be responsible for notifying residents of any and all reasons why the materials were not collected. This will be done through the use of an adhesive "leave- behind tag" that will be placed on the resident's materials. Tags shall have a good pressure sensitive adhesive which will adhere to the "disposal unit" in all weather conditions. The "leave- behind tag" shall be bilingual (English & Spanish) and include the Contractor's name and telephone number. The "tag" shall clearly explain the reason(s) services were not provided and what actions, if any, can be taken by the resident in the future to ensure proper collection of materials. Such notices are to be written, designed, and printed by the Contractor at no additional cost to the City. The "leave-behind tag" to be used by the Contractor must be approved by the City prior to the commencement of this contract. The Contractor shall also keep an accurate daily record of property addresses where unacceptable items are left behind, along with a description of the items or problem. This information shall be emailed to the Solid Waste Coordinator at the day after each pick-up day. 39. CITIZEN COMPLAINT RESOLUTION The Contractor shall promptly investigate and courteously resolve all complaints of missed pick- ups, and shall arrange for the collection of missed pick-ups found to be valid within twenty-four (24) hours after a complaint or notification is received. In the event this occurs on a Friday, the complaint shall be serviced 10:00 a.m. the next service day of the regularly scheduled service collection schedule. If the event occurs on a day preceding a holiday the complaint shall be serviced on the next working day. The Contractor and the City agree to jointly establish reasonable administrative regulations for the investigation and resolution of alleged missed pick- ups. In the event of valid complaints for other incidents, including, but not limited to materials dropped during collection, and the like that are not cleaned up by the Contractor, the Contractor shall promptly arrange for clean-up within twenty-four (24) hours after a complaint or notification is received. The Contractor shall maintain a daily log of complaints received using an agreed upon form. A copy of these complaints and their resolution shall be provided to the City upon request. The Contractor shall have at minimum two employees available to assist the City's 311 center to facilitate communication about daily activities. 15 40. OPTION TO INCLUDE OTHER MUNICIPALITIES With the Contractor's consent the City shall be afforded the option to extend the services contained in this Agreement to other municipalities. The City shall be afforded the option to add a surcharge on top of the base level rates. The City shall be required to provide six (6) months' notice of the City's intention to add a municipality to this Agreement. The City shall provide the Contractor with an inventory of the number of stops and stop types. The terms and conditions of this agreement shall govern over any municipalities added. The Contractor shall be given a period of two weeks to determine if it will accept the new municipality. If the Contractor rejects the City's offer, the City has the right to extend the terms of this Agreement to other contractors. The Contractor has the right to establish a specific collection schedule that is unique to the new municipality. 41. LIQUIDATED DAMAGES The City shall have the discretion to assess liquidated damages for service deficiencies, including, but not limited to the following: Failure to collect missed pick-ups within 24 hours of notification Non-completion of routes as scheduled Inappropriate behavior as a service representative of the City Failure to clean-up blown, broken, or spilled material as specified on the collection route Excessive level of missed collections or other customer complaints Lack of courtesy and responsiveness to citizens Failure to adhere to any other aspects of the contract agreement The City may deduct from payments due or to become due to the Contractor an assessment in the amount of not less than $100 per occurrence, depending on the severity of the deficiency. Contractor agrees and acknowledges that such liquidated damages amount constitutes a reasonable good faith estimate of the actual damages that would be incurred by the City. 42. BREACH OF CONTRACT A. If the Contractor violates or breaches any term of this Agreement, such violation or breach shall be deemed to constitute a default, and the City has the right to seek such administrative, contractual or legal remedies as may be suitable to the violation or breach including, but not limited to, the right to terminate this Agreement. 16 B. The Contractor shall be in substantial default of the terms of this Agreement if it fails to collect and dispose of solid waste in accordance with the schedule of service established by this Agreement for more than two (2) consecutive working days. When such a default occurs, the City shall evaluate any extenuating circumstances offered by the Contractor, and shall determine whether any such extenuating circumstances excuse the Contractor's failure to perform as required. If in the City's sole discretion, sufficient extenuating circumstances have not been demonstrated, then the City shall serve notice to the Contractor stating that the Contractor will be in substantial default if the Contractor does not reestablish the schedule within twenty-four (24) hours of said notice. If at the end of such twenty-four (24) hour period, the Contractor has not reestablished service in accordance with the City approved schedule, the City shall take whatever action is necessary to furnish solid waste collection services as required by this Agreement. The Contractor shall fully reimburse the City for any expenses incurred to provide substituted solid waste collection services from the date of the notice of default. If the Contractor fails to provide any service required under this Agreement, the City shall pay the Contractor only for the services actually provided. In the event of default under this Article 2, Section 42B, the City shall have the right, but not obligation, to terminate this Agreement. C. Notwithstanding the foregoing, the City may only terminate this Agreement due to Contractor's default or substantial default if the City has first provided Contractor with prior written notice describing the default or substantial default and Contractor has failed to correct the default or substantial default within thirty (30) days of its receipt of the written notice. 43. AMENDMENT This Agreement may be modified or amended only by a written agreement executed by the parties or their authorized representatives. 44. RIGHT TO REQUIRE SERVICE The City's failure at any time to require performance by the Contractor of any of the specifications in this Agreement shall in no way affect the right of the City to thereafter to enforce same. No waiver by the City of any breach of specifications in this Agreement shall be taken or held to be a waiver of any succeeding breach of such specifications in this Agreement, 17 nor shall such a waiver of a single breach be taken or held to be a waiver of any specification itself 44. SEVERABILITY The invalidity of one or more of the phrases, sentences, clauses, or sections contained in this RFP shall not affect the validity of the remaining portion of the RFP or the final contract, so long as the material purposes of this contract can be determined and effectuated. 45. SUCCESSORS AND ASSIGNS This Agreement shall be binding upon the parties, their successors, and assigns. 46. ENTIRETY The final contract, and any exhibits attached hereto, contains the entire contract between the parties as to the matters contained herein. Any oral representations or modifications concerning this contract shall be of no force and effect. 47. INSURANCE At the Contractor's sole expense, the Contractor shall secure and maintain in effect throughout the duration of this Agreement, insurance of the following kinds and limits to cover all locations of the Contractor's operations. The Contractor shall furnish Certificates of Insurance to the City before starting performance or within ten (10) days after the execution of this Agreement, whichever date is reached first. All insurance policies shall be written with insurance companies licensed to do business in the State of Illinois and having a rating of not less than A-IX, according to the latest edition of the A.M. Best Company; and shall include a provision preventing cancellation of the insurance policy unless thirty (30) days prior written notice is given to the City. If requested, the Contractor will give the City a copy of the aforementioned insurance policies. The policies shall be delivered to the City within two weeks of such request. The limits of liability insurance required shall provide coverage for not less than the following amount, or greater where required by law: (1) Worker's Compensation Insurance— Statutory Amount (2) General Liability Insurance: (a) Personal injury with limits of not less than $1,000,000 per occurrence/$2,000,000 aggregate. 18 (b) Property damage with limits of not less than $1,000,000 per occurrence/aggregate (c) Bodily injury limits not less than $1,000,000 per occurrence/$2,000,000 aggregate. (3) Auto Liability (a) Bodily injury with limits not less than $500,000 per occurrence/$1,000,000 aggregate. (b) Property damage with limits not less than $500,000 per occurrence (4) Umbrella excess of$5,000,000 each occurrence, $5,000,000 aggregate The Contractor shall include the City as an additional insured on the General Liability, Auto Liability and Umbrella Excess Insurance Policies, which shall be written in occurrence form. This insurance shall apply as primary insurance with respect to any other insurance or self- insurance programs afforded to the City. There shall be no endorsement or modification of such insurance to make it excess over other available insurance; alternatively, if the insurance states that it is excess or prorated it shall be endorsed to be primary with respect to the City. All insurance premiums shall be paid without cost to the City. The certificates of insurance to be provided to the City shall include the contractual obligations assumed by the Contractor under Article 2, Section 48, entitled "Indemnification and Hold Harmless". 48. IDEMNIFICATION AND HOLD HARMLESS To the fullest extent permitted by law, Contractor agrees to and shall indemnify, defend and hold harmless the City, its officials, officers, employees, boards and commissions from and against any and all claims, suits, judgments, costs, expenses, attorney's fees, damages or other relief arising out of or resulting from or through or alleged to arise of or resulting from any willful misconduct or any reckless or negligent acts or omissions of Contractor's officers, employees, agents or subcontractors in the performance of the services to be performed pursuant to this Agreement, including, but not limited to, matters involving any injury to, or death of the Contractor's employees, or to any other person, or damage to, or injury to real estate, or personal property. In the event of any action against the City, its officials, officers, employees, agents, boards or commissions covered by the foregoing duty to indemnify, defend and hold harmless, legal counsel of the City's choosing shall defend such action. 19 49. CHOICE OF LAW This Agreement shall be subject to and governed by the laws of the State of Illinois. Venue for the resolution of any disputes or the enforcement of any rights pursuant to this Agreement shall be in the Circuit Court of Kane County, Illinois. 50. NOTICES All notices, reports and documents required by this Agreement shall be in writing and mailed by First Class Mail, postage prepaid, addressed as follows: As to City: Greg Rokos Director of Public Services City of Elgin 150 Dexter Court Elgin, Illinois 60120-5555 ARTICLE 3 TECHNICAL SPECIFICATIONS 1. GENERAL DESCRIPTION The method of collection detailed in this section shall be modified volume-based. For the purpose of this section the term "modified volume-based" shall be understood to mean payment for service rendered using a base amount of refuse collection coupled with a sticker system, where a pre-paid disposal sticker must be affixed to each proper "disposal unit" above the base disposal volume of refuse established by the City. The Contractor shall receive payment for the base level of service established by the City through monthly invoices to the City. The Contractor shall receive payment for all services above the base level described in this section through the sale of waste disposal stickers, as defined in Section III-D. It is the City's intention to increase recycling and decrease the cost of refuse service. This option is designed to maintain a base level of refuse service while encouraging recycling and discouraging program abuse. 2. REFUSE All eligible household units will receive a weekly, base level of refuse collection service by the Contractor. The City has 64 gallon base-level of service. 20 Curbside Households: The Contractor shall provide every household unit with a 64-gallon wheeled refuse cart to correspond with the base-level service sought by the City. The wheeled cart shall meet the specifications contained in Section IV-B. Residents shall have the option of substituting a 35 gallon cart for no additional cost to the City or the resident. The Contractor shall also make larger and/or additional carts available to residents upon request. The Contractor shall invoice the resident directly for the cost for these additional and/or larger carts. The fees for the additional and/or larger carts shall follow the same volume-based pricing specified herein. All garbage and refuse as herein defined that is designated for collection and disposal must be placed in the provided cart. Residents will be required to place a pre-paid disposal sticker for each disposal unit of refuse in excess of the established base-level service in order to be collected. Residents who substitute a smaller cart shall be allowed to place one additional disposal unit of refuse out for collection each week without a sticker. Residents will be allowed to place unlimited amounts of disposal units in addition to the wheeled container at the curb for collection with a pre-paid refuse disposal sticker attached to each unit. Residents will be able to place out and additional container of their own provided that it is maximum of 30 gallons, not exceed 100 lbs. and have a refuse sticker looped through the handle of the container. Multi-Family Dumpster Stops: The Contractor shall provide multi-family stops serviced by dumpsters with a 64 gallon base- level service, per household. The formula used to establish the base level of refuse service for multi-family dumpster stops will be based on 202 gallons = 1 cubic yard. The Contractor shall receive payment from the City for the base level of service provided to each multi-family complex based on the number of household units served. The Contractor shall provide a sufficient number of dumpsters serviced at specific collection intervals in order to meet the established base service level. Each condominium/townhome association will be responsible for disposal costs in excess of the base level service provided by the City. These additional fees will follow the same volume-based rate system. The Contractor shall be responsible for billing each condominium/townhome association directly for any excess disposal costs. Residents will be responsible for placing a pre- paid disposal sticker on all white goods, tires, bulk items, and household construction debris that cannot fit inside of the dumpster for collection. 3. RECYCLING All eligible households shall receive unlimited collection of all recyclable material as defined in Article II-B(2) by the Contractor. Pre-paid stickers will not be required for properly prepared 21 recyclables. The cost of recycling collection shall be incorporated into the base-level service rate for refuse collection. Curbside Households: Curbside households shall receive weekly curbside collection of all recyclable material as defined in Article II-B (2). The Contractor shall collect household recyclables in the City's existing 64 gallon curbside recycling totes as described in Article II- B (24). Each stop shall be able to place out an unlimited amount of acceptable recycling each week. Recycling in excess of the standard recycling cart can be placed in approved recycling bins, or in clear recycling bags. Multi-Family Dumpster Stops: The Contractor shall provide a 64 gallon base-level service, per household. The formula used to establish the base level refuse service for multi-family dumpster stops will be based on 202 gallons = 1 cubic yard. Each multi-family location shall be serviced at specific collection intervals in order to meet the needs of each condominium/townhome complex. All service schedules are subject to the approval of the City. Each stop shall be able to place out an unlimited amount of acceptable recycling each week. Recycling in excess of the standard recycling cart can be placed in approved recycling bins, or in clear recycling bags. 4. BULK ITEMS Residents will be required to place a pre-paid disposal sticker on each large household item disposal unit, household construction debris disposal unit, tire, and white good, as defined in Article II-B (2) for collection by the Contractor. 5. YARD WASTE Yard waste service will be provided on a weekly basis to single-family curbside households from April 1st through the first full week of December. The Contractor shall provide weekly, unlimited collection of bundled brush to all eligible households as part of the established base- level service. All other yard waste disposal units, will require a pre-paid disposal sticker for collection. Except during the following periods April 1 through April 30 and October 1 through November 30. During these periods stickers are not required. 6. FALL LEAF COLLECTION The Contractor shall provide the City with up to eight 30 yd. roll-off dumpster trucks with drivers daily to assist with on-street leaf collection during the fall season. The City will notify the Contractor of the exact number of trucks needed for the next day by noon of the preceding 22 day during the Fall Leaf Collection season. The Contractor shall receive payment for roll-off truck and driver services described in this section through monthly invoice statements to the City based on the hourly rate provided herein. The Contractor will also be responsible for providing up to two (2) 30 yd. roll-off dumpsters daily, as needed, at no additional charge, to dispose of leaves at Bluff City Cemetery, Trout Park, Lords Park, Center City (downtown), and Wing Park. In addition to the on-street leaf collection program provided by City Crews in specified areas, the Contractor shall provide all single-family curbside households with unstickered leaf collection during a mutually agreed upon time established between the City and the Contractor. This time period will commence no later than the 1st Monday in October or October 1st and will end on the first scheduled Friday in December. Residents will be required to place leaves at the curb in paper yard waste bags for collection. The cost for this service shall be included in the base-level rate for refuse collection. The City of Elgin will provide a disposal site and pay tipping fees for all leaves collected during the designated time period. 7. CHRISTMAS TREE COLLECTION The Contractor will provide collection of Christmas trees from all single-family and all multi- family household stops from December 26th — through end of the second collection week in January. Christmas trees shall be treated as yard waste. They shall be collected separately and shall not be landfilled. Pre-paid stickers will not be required for Christmas tree collection. After the collection period, Christmas trees will be collected, but will be treated as refuse, not green waste, will require one (1) refuse sticker, and will be serviced with a refuse vehicle. 8. CART TECHNICAL SPECIFICIATIONS (a) GENERAL DESCRIPTION The contractor shall continue to use the City's existing containers. The current standard is a 64 gallon gray refuse container and 64 gallon blue recycling container. Currently, residents are afforded the option to upgrade or downgrade to a 96 gallon or 35 gallon refuse or recycling container. The wheeled carts specified for use in this RFP shall continue to be designed to contain solid waste including garbage, refuse, rubbish, yard clippings, and recyclable materials. The wheeled carts will be supplied at the Contractor's expense. The cart must be serviceable by fully- automated collection systems. Each cart shall be barcoded and contain radio frequency for identification (RFID) tagged for tracking and identification purposes. Existing carts shall be retrofitted with bar codes and RFID tags. All new and replacement carts shall be equipped with barcodes and RFID tags as well. See detailed specifications below. 23 (b) DISTRIBUTION The Contractor will be responsible for providing and distributing all carts included as part of this contract. Carts shall be delivered, fully assembled, to the households and/or properties covered under this agreement. The Contractor shall be responsible for recording the RFID numbers of each cart as they are delivered to each household, as well as to each City park and/or facility. (c) CONSUMER EDUCATION The Contractor shall be responsible for providing instructions (in both English and Spanish) on the proper use of the cart, at no additional cost to the City. These instructions for use shall be included with the cart at the time it is delivered to each household. Both the Contractor and the City will make available written materials explaining the ownership and stipulating that the containers remain at the property in the event the residents relocate. (d) TECHNICAL SPECIFICATIONS The polyethylene resin used in the construction of the cart and lid shall contain a minimum 50% recycled plastic (25% post-consumer). The body of the container shall be composed of recyclable high density polyethylene resin. The containers when empty must not overturn when the lid is thrown fully open. The containers must be designed to prevent being turned over by winds up to 40 mph (30 mph for the 35 gal cart). The container body shall be free of pockets, recesses, or significant intrusions which could trap debris or interfere with the discharge of refuse. At minimum, there shall be sufficient space allocated on the right and left sides of the body of the container for the hot stamping / imprinting of the City of Elgin municipal or program logo, or for the "in-molding" of full color or black and white images into the plastic surface of the cart. The images shall not fade, discolor, or disfigure and shall not peel or wear off under normal use conditions. The lid must be of one piece construction, injection molded of high density polyethylene resin, domed to facilitate water run-off The lid must be permanently attached to the body. No lid latches will be accepted. Lid will be held closed by its weight only. An insert attachment hook must be molded into the undersurface of the container lid to accommodate the distribution of information inserts. At minimum, there shall be sufficient space allocated on the inside panel and outside panel of the container lid for the "in-molding" of full color / black and white images into the plastic surface of said lid conveying safe and proper use, descriptive collection program information or graphic depictions. The images shall not fade, discolor, or disfigure and shall not peel or wear off under 24 normal use. The cost for such custom imprints shall be negotiated between the City and the Contractor. All plastic parts must be specifically prepared to be colorfast so that the plastic material does not alter appreciably during normal use. Containers will have not less than one half of one percent (.5%) pigments by weight. Each container shall meet the following minimum size specifications: 35 Gallon 64 Gallon 96 Gallon Load Weight Capacity 125 lbs. 200 lbs. 250 lbs. (Excluding the weight of the container) (e) MAINTENANCE The Contractor will be responsible for the maintenance and replacement of carts that are malfunctioning, damaged or missing at no additional cost, unless the solid waste coordinator deems the damage or loss is the fault of the resident. The Contractor shall fix or replace carts within one week of the reported problem. (f) RFID AND BAR CODE SPECIFICATIONS All 96, 64 and 35 gallon containers must be equipped with a bar code and RFID tag. The RFID tag must be installed within the container body, with no exposure to the outside elements. The serial number/bar code shall contain 9 total alphanumeric digits, including a 3 digit prefix that indicates the container size and type, followed by a unique 6 digit serial number. The serial number bar code must be the same number as what is used to identify the container for warranty purposes. Adhesive or sticker RFID tags and/or bar codes will not be acceptable on new production containers. To avoid interference with the container contents/materials, RFID tags placed inside of the container are unacceptable. RFID Tags affixed to the container lid are also unacceptable. All containers must have a bar code and RFID tag that have been pre-associated. It is the responsibility of the Contractor to provide and maintain a data base for the City. The data base must include each container's RFID tag, serial number, location of the container, container size and container type. It is expected that the contractor will maintain this database for the life of the contract and maintain the database as containers are removed and replaced. The City shall be given access to the container database. 25 Inlay specifications The RFID inlay must be passive Gen 2 UHF Tag and have an optimal operating frequency of 860 - 960 MHz and have an operating temperature of-40°F to +149°F. The dry inlay must meet ISO/IEC 18000-6C and EPCglobal C 1 G2 protocol. The antenna dimensions must not exceed 3.741 in x .302 in. with a thickness over chip not to exceed 11 mills. The inlay substrate must be heat treated PET. The inlay must be sandwiched between a minimum of two-0.005" polyester Smart Card material using a heavy duty P7 permanent adhesive. It is the City's preference that RFID tags must not be used as a method of associating containers to households. The RFID tag shall be utilized for providing data during the collection process. The barcode scanner shall be utilized for associating containers to households in the field. The Contractor will record the container serial number, RFID tag and GPS Coordinate (Latitude and Longitude) for each and every address where a container is delivered. The Contractor cannot use the RFID tag as a means of associating a container to a specific address during the delivery process. Manual written down serial numbers are also NOT acceptable. The Contractor will then be required to upload all data collected at the completion of each work day in a contractor- provided web(cloud) based tracking system so that daily progress reports may be automatically generated. The resolution codes would include, but are not limited to vacant property, burned out structure, uninhabitable home, vacant lot, specific park, and city facilities etc. The cumulative delivery report must be kept in an electronic file of the address assignments for each container by serial and RFID tag number. The report must then be presented to the city in an acceptable electronic format upon completion of the delivery 9. PRE-PAID DISPOSAL STICKER SPECIFICATIONS (a) GENERAL DESCRIPTION The Contractor shall receive payment for certain collection services specified in this RFP through the sale of pre-paid disposal stickers. The Contractor shall provide a proposal for the sticker program as follows: The Contractor shall provide a non-price proposal to describe the general structure of the program and a price proposal that establishes a firm price for stickers. Proposals shall be structured so that only one sticker is required per refuse and yard waste item, a separate disposal sticker is used for electronic items (such as TVs, computers etc.) and a separate disposal sticker for bulk items. The City will work with the Contractor to establish the final structure and pricing of the sticker program in order to ensure ease of use. 26 (b) DESIGN & ACCOUNTABILITY The Contractor shall be responsible for the printing, distribution, and sale of an ample and always available supply of pre-paid stickers. The City reserves the right to approve the form, design, wording, and quality of the stickers and refuse bags before their fabrication. Pre-paid stickers shall be produced on paper and have an elongated rectangular form with minimum dimensions of 19 centimeters in length and 4 centimeters in width. The front of the sticker shall be of bright, neon colored background identifying the type of sticker that it is and bear the Contractor's name and phone number. In addition the front of the sticker shall have the word "address" with a space for residents to write their address if they so desire. The back of the sticker shall list instructions for proper use of the stickers as well as other information pertinent to the solid waste program. The back of the sticker should also display in bold "If you have questions call 311". Stickers shall have a good pressure sensitive adhesive, which will adhere to the "disposal unit" in all weather conditions. The Contractor is responsible for all accounting of stickers. Serial numbers shall be printed on each sticker to aid in accounting and deter counterfeiting. The City shall not be held liable for any counterfeiting of stickers that may occur. (c) DISTRIBUTION The Contractor shall arrange for a minimum of six (6) local retail outlets to aid in the sale of the stickers. The City has the option to act as a sticker retailer for the Contractor. The City shall not incur any liability for retailer's payment or other obligations to the Contractor for the stickers. The Contractor shall be solely responsible for collection of sticker sale proceeds. Residents shall have the right to purchase refuse stickers in as small a quantity as one (1) sticker at a time. . The Contractor shall be permitted to sell stickers to retailers on a billable basis only. The Contractor shall not charge retailers or the City for storage, handling, delivery, or any other services associated with the distribution of stickers and refuse bags. The Contractor shall have the right to cease supplying stickers to any retailer that repeatedly allows its inventory to run out. Retailers will be required to pay the Contractor for any previous order before additional sticker orders are filled, except in cases where the retailer works on a thirty (30) day billing cycle. The Contractor shall have the right to cease supplying stickers to any retailer who becomes more than thirty (30) day in arrears in making payments on its account. The Contractor shall notify the City of the names of retailers to which the supply of stickers and refuse bags has been suspended as soon as the suspension occurs. The Contractor will supply a list of participating retail outlets on April 1st of each year of the contract. 27 (d) HONORING ALL STICKERS The Contractor shall agree to honor all pre-paid stickers purchased by residents throughout the term of this contract regardless of the price at which the disposal stickers were purchased. The Contractor shall provide the same level of service for previously purchased disposal stickers as is provided for disposal stickers sold at an adjusted sale price. For this reason stickers shall be produced without a price printed on them. As part of this proposal the Contractor agrees to honor all stickers that were sold as part of the previous agreement. Should the City select a different hauler at the expiration of this Agreement, the Contractor agrees to refund all customers the full purchase price of any pre-paid disposal stickers returned to the Contractor within forty-five (45) days after such Agreement expires. The Contractor will reimburse retailers as appropriate for returned or unsold disposal stickers within sixty (60) days from the expiration of the Agreement. (e) ADMINISTRATIVE FEES The City reserves the right to add a fixed administrative surcharge to all Contractors quoted pre- paid sticker prices. The surcharge shall be used to defray the expenses incurred by the City for administering this contract and program. Should the City choose to add an administrative surcharge to the pre-paid sticker sale price, the Contractor shall submit a monthly accounting of total sticker sales and remit a check to the City equal to the amount of the administrative surcharge multiplied by the monthly accounting of total sticker sales. Such a report and remittance shall be due no later than fifteen (15) days after the close of the month. The City reserves the right to change the amount of the surcharge and shall notify the Contractor by February 1st, prior to any scheduled sticker price adjustment of a new administrative surcharge. 10. SPECIAL EVENT PORTABLE TOILET AND ROLL OFF SERVICES (a) DESCRIPTION OF SERVICES The Contractor shall provide regular and handicap accessible portable toilets, hand washing units, roll-off dumpsters and refuse & recycling containers for various festivals, parks and other special events sponsored by the City. These festivals are normally arranged and staffed by non- profit and community groups, who are responsible for the collection of refuse and recycling at these events. Recycling services shall include, but not be limited to cardboard recycling and commingled container recycling. Proposers shall provide rates for each of these services on the enclosed proposal sheets where indicated. Specific details regarding the number, location and servicing of toilets, dumpsters, etc. will be provided through arrangement with the festival organizers and by the City's solid waste coordinator. 28 (b) PAYMENT FOR SERVICES The Contractor shall receive payment for all services described in this section through single event invoice statements to the City. These statements will detail the sizes of dumpsters delivered, amount of service required, and number of refuse and recycling containers utilized. An annual cost of these services is included in the "Grand Total". (c) IN-KIND SERVICES The Contractor shall provide up to $15,000 annually of in-kind services including, but not limited to, portable toilets, hand washing units, roll-off dumpsters, and 32-gallon trash & recycling containers, for City of Elgin sponsored special events during the term of this contract. Examples of these events include: the 4th of July Parade, International Fest (I-Fest) (September), Nightmare on Chicago Street (October), and Fox Trot (May). In return, the Contractor will be listed as a sponsor for designated events. The value of the in-kind service will be based on the contract price included herein. 11. STREET SWEEPING DISPOSAL (a) DESCRIPTION OF SERVICES The Contractor shall provide a sufficient number of roll-off dumpsters on an as needed basis, at locations to be designated by the City, for the disposal of all street sweepings generated as part of the City's daily operations. The Contractor will be responsible for picking up and delivering containers within twenty-four (24) hours after having received a request from the City for service. The Contractor will be responsible for disposing of all street sweeping material in accordance with all applicable local, state, and federal laws. (b) PAYMENT FOR SERVICES The Contractor shall receive payment for these services through a separate monthly invoice to the City. Payment will be based on the number of tons disposed of. 12. DISASTER CLEAN-UP SERVICES (a) DESCRIPTION OF SERVICES In the event a disaster, as declared by the Public Works Director, strikes the City resulting in excessive amounts of refuse, the Contractor will arrange for additional vehicles and employees to maintain a normal collection schedule or a closely related schedule agreeable to the City. The Contractor will be responsible for servicing the community in a timely manner, within one week of the disaster. 29 The City is dedicated to proper disposal of materials requiring such service. However, the Contractor is expected to assist the City in encouraging recycling and drop-off alternatives for other materials that may be discarded by the public following a disaster (items such as appliances and brush). In order to insure the proper handling, recycling or disposal of all materials generated by a disaster, the Contractor will service the community primarily through curbside collection and the City will designate if and where any dumpsters will be placed. (b) PAYMENT FOR SERVICES The City and the Contractor will negotiate a flat fee to be paid for the services based on the additional level of service required, the volume of material disposed of, number of vehicles servicing the area, and extended hours of operation. This fee will be in addition to the cost associated with the normal service already provided for through the general contract. The Contractor will be responsible for providing all necessary data and a separate invoice for the disaster service. 13. PROPERTY MAINTENANCE CLEAN-UPS (a) DESCRIPTION OF SERVICES In the event that property owner fails to comply with the City's solid waste program regulations, the City must take corrective action to remove miscellaneous refuse and debris that has been left on the treebank area of the property in order to ensure the health and safety of the public. Within twenty-four hours of the receipt of a request from the City, the Contractor shall collect & dispose of refuse from specific properties located within the City limits. The Contractor will not be expected to enter onto private property to conduct these clean-ups. It is the City's expectation that the property shall be left completely free of refuse and debris upon completion of the clean- up. (b) PAYMENT FOR SERVICES The Contractor shall receive payment for these services through a separate monthly invoice to the City. Payment will be based on the number of cubic yards removed from each site. Any labor and equipment costs should be factored into the per cubic yard rate. The Contractor shall provide a sufficient number of dumpsters serviced at specific collection intervals in order to meet the established base service level. The Contractor will be responsible for submitting the appropriate load tickets with monthly invoices indicating the address, date and time of the clean up and the number of cubic yards collected from each location. 30 14. OPTIONAL UTILIZATION OF ADDITIONAL SERVICES (a) DESCRIPTION The City has the right and option to utilize additional services of the Contractor during the term of this Agreement. Upon written notice from the City to the Contractor, the Contractor shall provide the following services for the agreed upon rates and payment methods. (b) HOUSEHOLD HAZARDOUS WASTE PROGRAM DESCRIPTION OF SERVICES The purpose of this program is provide year round access to household hazardous waste (HHW) disposal services at residential stops. The HHW program shall include two primary components, HHW collection directly from residential properties and a mail in syringe program. There shall be two primary methods for residents to obtain HHW service. The contractor shall provide a toll free hotline and electronic method of requesting service. Acceptable electronic methods include but are not necessarily limited to an email address (the email address name to be approved by the city), web portal or smart device application. Using either method the resident shall be able to request service for either an HHW pickup or to participate in the syringe program. Each residential property and homeowners associations (for cooperative efforts) shall be eligible to participate in both programs. Each household shall be restricted to one HHW pickup per month. A household's level of participation shall not be restricted for the syringe program. Suspected program abuses shall be brought to the Solid Waste Coordinator's attention to determine if a particular stop is abusing the program. BASE LEVEL OF SERVICE The HHW collection program shall in advance of disposal provide residents with or allow them to pickup a disposal unit (bag or container). The disposal unit shall have mechanism to secure it to prevent leaks and keep moisture out. The HHW program shall be able include the following items. Acceptable Items Garden Chemicals • Insect Sprays • Weed Killers • Fertilizer • Other poisons 31 Automotive Waste • Motor Oil • Antifreeze • Waxes • Polishes • Cleaners • Brake fluid • Gasoline • Used oil filters • Oily rags • Transmission fluid • Windshield washer fluid • Hydraulic Fluid • Automotive batteries • Paint Products • Oil based paint • Spray paint • Stripper • Caulking • Wood preservative • Glue • Thinner Household Cleaners • Cleaning compounds • Floor stripper • Drain cleaner • Tile remover • Tile cleaners • Rust remover Miscellaneous Items • Household batteries • Hobby glue • Pool chemicals • Driveway sealer 32 • Liquid mercury • Medicines • Fluorescent tubes Unacceptable Waste • Latex Paint • Radioactive Materials • Smoke detectors • Ammunition • Explosives • Unknown chemicals • Fire extinguishers • Pressurized cylinders • Tires • Appliances (larger than a microwave) • Commercial chemicals • Asbestos • Trash • Construction materials The contractor will make every effort to supply residents with options to dispose of unacceptable items. The contractor will share their knowledgebase/customer service training materials with the city's 311 center. The city's 311 center and the contractor's customer service center will work together to insure residents are given accurate and consistent information. The sharps syringe collection program shall include a kit that mailed to residents for their use and contains a shipping form that allows them to send the kit for disposal free of charge. The kit should provide a secure disposal unit that is at least one gallon. The contractor shall bill the city directly for the base level of service provided to each resident. (c) ORGANICS COLLECTION PROGRAM DESCRIPTION OF SERVICES The purpose of the organics collection program is to increase landfill diversion and promote sustainability. Recognizing the challenges of adding a new waste stream to curbside collection. The City is requiring that the Contractor provide an organics recycling pilot before a citywide program will be considered. The program will include defined sections of the city that will be eligible to participate. The pilot area will be mutually agreed upon. The contractors must 33 provide a detailed program design. The program design must will include but not be limited to, cost per home per month for stops participating in the program, the period in which the program will be available i.e. year round or for a specific period during the year. The contractor shall provide a sample of the educational material or materials, which will be provided to residents within the pilot area. The contractor shall work with the City to promote the pilot program through public forums and other outreach methods. BASE LEVEL OF SERVICE The organics program will be available to residents each year of the contract provided the City agrees to extend the pilot program each year. The method of collection will be in wheeled carts that meet the same specifications as the refuse and recycling carts. A 64-gallon and 96-gallon option shall be provided. The contractor will be responsible for individually billing each party participating in the pilot program. PROGRAM EXPANSION After two consecutive organics pilot collection seasons the city reserves the right to expand the program citywide. (d) DEAD ANIMAL COLLECTION DESCRIPTION OF SERVICE If this option is exercised City staff will provide notification to the contractor that the work needs to be performed. Locations requiring cleanup may be limited to one item such as dead animal or household items such as a mattress or appliance. Please note that this service is separate from Section III H. Property Maintenance Cleanups. This service deals with items that are not related to code enforcement activity. BASE LEVEL OF SERVICE The contractor will remove dead animals and other debris items from City property and City maintained ROW within four hours of notification during service days and hours. If the event occurs on a day preceding a holiday the event shall be serviced on the next working day. The contractor will supply the city an e-mail address to receive electronic notification that an item is required to be removed from a specific location(s). The contractor will also supply a 24 hour contact phone number that the City can call to provide notification. During normal business 34 hours e-mail shall be the primary method of notification. Outside of normal business hours a phone call will be the primary notification method used. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed as of the day and year first set forth above. CITY OF E GIN WASTE A. A C ENT OF ILLINOIS, INC. By ,��, ..: By C. y � City Manager Attes . Atte • .EaG fAllo City Clerk F:\Legal Dept\Agreement\Waste Management-clean-I 2-1 0-14.docx 35 ATTACHMENT A: PRICE SCHEDULE Base Program Household Type Rate Single Family $14.89 Multi-Family $10.83 Pre-Paid Stickers Type Price Refuse $2.71 Appliance $30.00 Portable Toilets and Hand Washing Units Type Rate Standard $85.00 Handicapped $105.00 Hand Washing Unit $105.00 Roll Off Dumpster Service Type Rate 20 Yard $335.00 30 Yard $375.00 40 Yard $450.00 Street Sweeping Rate per ton $85.00 Fall Leaf Collection Services(Roll off with truck driver) Rate per hour $98.00 Property Maintenance Cleanup Services Rate per cubic yard $25.00 36 Household Hazardous Waste Rate per collection stop $165.00 Medical Syringe Mail Back Program Rate per mail in kit $52.00 Organics Collection Pilot Container Monthly Rate 64-Gallon $12.00 96 Gallon $14.00 Dead Animal and Debris Collection Rate per collection $25.00 37 ATTACHMENT B: SERVICE LOCATIONS CURBSIDE MULTI-FAMILY SERVICE LOCATIONS NAME QTY 101-97680 COBBLERS CROSSING Curb Service 436 101-97681 CENTURY OAKS MANOR HOMES Curb Service 150 101-97684 STONEGATE OF CENTURY OAK Curb Service 78 101-97685 WOODBRIDGE CONDOS Curb Service 113 101-97686 HIGHLAND SPRINGS Curb Service 106 101-97687 OAKWOOD HILLS Curb Service 321 101-97688 OAKS CLUB Curb Service 49 101-97689 LINCOLNWOOD TER Curb Service 16 101-97699 SPRING COVE Curb Service 10 101-97700 HICKORY RIDGE Curb Service 52 101-97701 SPRING OAKS Curb Service 17 101-97702 SANDY CREEK MANOR HOMES Curb Service 27 101-97703 WILLIAMSBURG TERRACE Curb Service 13 101-97709 COBBLERS CROSSING 13A Curb Service 160 101-97755 SIERRA RIDGE Curb Service 113 101-97791 12 DOUGLAS N Curb Service 1 101-97832 WILLOW BAY CLUB Curb Service 143 101-97885 FIELDSTONE Curb Service 339 101-97893 TYLER BLUFF 38 Curb Service 60 101-97894 MILL CREEK Curb Service 89 101-97895 WINDMERE COVE Curb Service 48 101-97896 PINE MEADOW Curb Service 68 101-97897 2 WAVERLY COMMONS Curb Service 72 101-97913 WOODLAND MEADOWS Curb Service 86 101-97914 FOX RIDGE Curb Service 43 101-97973 PARK BLUFF Curb Service 33 101-98110 COLLEGE GREEN DR Curb Service 388 101-98190 MULBERRY GROVE Curb Service 84 101-98191 CLIFTON N Curb Service 2 101-98236 REGENCY WOODS Curb Service 17 101-98324 COUNTRY FIELD Curb Service 44 101-98327 NEUTRENTON Curb Service 63 101-98449 PRINCETON WEST Curb Service 101 101-98450 RESERVE Curb Service 316 101-98574 STONEBRIAR CONDOS Curb Service 20 101-98593 RIVER PARK PLACE Curb Service 128 101-98594 PROVIDENCE Curb Service 172 101-98595 CENTRE ROW HOMES Curb Service 6 101-98596 MACKENZIE WOODS Curb Service 34 101-98597 COPPER SPRINGS 39 Curb Service 140 101-98706 SHADOW HILL Curb Service 96 101-98707 MADISON HOMES Curb Service 25 101-98708 OAK RIDGE Curb Service 36 101-98770 TALL OAKS Curb Service 11 101-100002 WEST POINTE GARDENS Curb Service 26 101-100003 BOWES CREEK Curb Service 151 101-100004 WEST RIDGE VILLAGE Curb Service 64 101-100443 CEDAR GROVE Curb Service 5 Total equals number of curbside stops. TOTAL 4,572 40 MULTI-FAMILY DUMPSTER SERVICE LOCATIONS NAME Quantity 101-97384 1 GARDEN CRESCENT DR Commercial Container 169 101-97711 712 HIGHLAND AVE W Commercial Container 6 101-97726 766 TERRACE CT Commercial Container 18 101-97731 325 AIRLITE ST Commercial Container 24 101-97742 300 LOYOLA DR Commercial Container 35 101-97826 2350 SOUTH ST Commercial Container 54 101-97846 765 TERRACE CT Commercial Container 35 101-97847 1450 PLYMOUTH LN Commercial Container 72 101-97848 KENNINGTON SQUARE Commercial Container 189 101-97849 400 HEINE AVE Commercial Container 16 101-97853 1830 W HIGHLAND AVE Commercial Container 60 101-97891 620 LUDLOW AVE Commercial Container 27 101-99019 300 AIRLITE ST Commercial Container 23 101-100215 50 S GROVE AVE Commercial Container 37 Total Number of Billed Households 765 The quantity numbers (households listed) equal the volume equivalent of the number of residential carts being serviced by commercial containers. 41 SOLID WASTE COLLECTION SCHEDULE MAP }4 Solid Waste Collection Schedule Map . 9 -,' ❑Monday O Thursday a c O Tuesday In Foday fS l`\ 1, 0 Wednesday Own aansknw F......i∎ms Q 1 likirl r i Ips i ^94 ° 1 d l _ - i . • p IF D .w ;",,;us m— -- S ■ OP , d u i Ia, weaaanenRd wJ Rd . . 42 BUILDINGS, FACILITIES & PARKS, NUMBER OF CONTAINERS, AND COLLECTION FREQUENCY Key 096 FEL=96-gallon toter for refuse C96=96-gallon toter for recycling C64=64-gallon toter for recycling 2FL=2-yard container for refuse 2RY=2-yard container for recycling 4FL=4 yard container for refuse 4FY=4 Yard container for recycling 4RG=4 yard for yard waste 6FL=6yard container for refuse 6FY=6yard container for recycling 6RG=6 yard for yard waste 8FL=8 yard container for refuse 8FY=8 yard container for recycling 8RG=8 yard container for yard waste Facility Serviced Number of Frequency of Pick up#of containers days per week serviced Elgin City of Master 2F 2 YD FEL 2 5 Commer/city hall L Elgin City of Master 2F 2 YD FEL 2 3 Commer/city hall Y RCY Elgin City of Master 09 96 GAL 1 0/C Commer/city hall 6 TOTER FEL Elgin Police Dept 2F 2 YD FEL 2 5 L Elgin Police Dept 2R 2 YD REL 2 3 Y RCY Elgin City of Public 6F 6 YD FEL 1 3 Works Y RCY Elgin City of Public 8F 8 YD FEL 1 3 Works L Elgin City of Public 6R 6 YD 1 3 Works G GRN/YDW Elgin City of Hemmens C6 64 GAL 2 0/C Cultural 4 TOTER FEL RCY Elgin City of Hemmens 2F 2 YD FEL 1 2 Cultural Y RCY Elgin City of Hemmens 6F 6 YD FEL 1 3 Cultural L Elgin City of Water 2F 2 YD FEL 1 1 43 Meter Shop L Elgin City of Water 2F 2 YD FEL 1 1 Meter Shop Y RCY Elgin city of Riverside 6F 6 YD FEL 1 1 Treatment L Elgin City of Riverside 2F 2 YD FEL 1 1 Treatment Y RCY Elgin City of Water 09 96 GAL 2 1 Treatment 6 TOTER FEL Elgin City of Fire 2F 2 YD FEL 1 1 Station 1 L Elgin City of Fire 09 96 GAL 2 1 Station 1 6 TOTER FEL Elgin City of Fire C6 64 GAL 4 1 Station 1 4 TOTER FEL RCY Elgin City of Fire 09 96 GAL 1 1 Station 1 6 TOTER FEL Elgin City of Fire 4F 4 YD FEL 1 2 Station 2 L Elgin City of Fire C9 96 GAL 4 1 Station 2 6 TOTER FEL RCY Elgin City of Fire 2F 2 YD FEL 1 1 Station 3 L Elgin City of Fire C6 64 GAL 1 1 Station 3 4 TOTER FEL RCY Elgin City of Fire 2F 2 YD FEL 1 2 Station 4 L Elgin City of Fire C6 64 GAL 1 1 Station 4 4 TOTER FEL RCY Elgin City of Fire 2F 2 YD FEL 1 1 Station 5 L Elgin City of Fire C6 64 GAL 1 1 Station 5 4 TOTER FEL RCY Elgin City of Fire 2F 2 YD FEL 1 0/C Station 5 G GRN/YDW Elgin City of Fire Barn 09 96 GAL 1 1 5 6 TOTER FEL Elgin City of Fire Barn C6 64 GAL 1 1 5 4 TOTER FEL RCY Elgin City of Fire 2 2 YD FEL 1 1 Station 6 FE L 44 Elgin City of Fire 09 96 GAL 2 1 Station 6 6 TOTER REC Elgin City of Fire C6 64 GAL 5 1 Station 7 4 TOTER FEL RCY Elgin City of Fire 2F 2 YD FEL 1 1 Station 7 L Elgin City of Wing 8R 8 YD REL 2 3 Park G GRN/YDW Elgin City of Wing 2F 2 YD FEL 1 1 Park L Elgin City of Wing 09 96 GAL 10 3 Park 6 TOTER FEL Elgin City of Wing 4R 4YD rel 1 3 Park ball Diamond G Grn/YW Elgin City of Wing 09 96 GAL 32 1 Park Pool 6 TOTER FEL Elgin City of Wing 6R 6 YD REL 1 3 Park Golf G GRN/YDW Elgin City of Wing C6 64 GAL 1 1 Park Golf 4 TOTER FEL RCY Elgin City of Sports 8F 8 YD FEL 2 3 Complex L refuse Elgin City of Sports 6R 6YD rel 1 3 Complex G Grn/YW Elgin City of Trout 09 96 GAL 30 3 Park 6 TOTER FEL Elgin City of Trout 4F 4 YD FEL 1 2 Park L Elgin City of Trout 4F 4 YD FEL 1 1 Park Y RCY Elgin City of Lords 8F 8 YD FEL 2 3 Park L Elgin City of Lords 6R 6 YD REL 1 3 Park G GRN/YDW Elgin City of Lords 09 96 GAL 26 3 Park 6 TOTER FEL Elgin City of Lords C6 64 GAL 1 1 Park 4 TOTER FEL RCY Elgin City of Wright 09 96 GAL 1 1 ave. Park 6 TOTER FEL Elgin City of Zayres 09 96 GAL 1 1 Park 6 TOTER FEL Elgin City of Gifford 09 96 GAL 1 1 Park 6 TOTER FEL 45 Elgin City of Grolich 09 96 GAL 6 1 Park 6 TOTER FEL Elgin City of Memorial 09 96 GAL 1 1 park 6 TOTER FEL Elgin City of 09 96 GAL 1 1 Observatory 6 TOTER FEL Elgin City of Powder 09 96 GAL 2 1 River 6 TOTER FEL Elgin City of Ryerson 09 96 GAL 3 1 Park 6 TOTER FEL Elgin City of St. 09 96 GAL 1 1 Francis Park 6 TOTER FEL Elgin City of Drake 09 96 GAL 1 1 Field 6 TOTER FEL Elgin City of Central 09 96 GAL 1 1 Park 6 TOTER FEL Elgin City of Century 09 96 GAL 2 1 oaks 6 TOTER FEL Elgin City of Clara 09 96 GAL 8 1 Howard 6 TOTER FEL Elgin City of Pk. Dist. 09 96 GAL 3 1 College Gr 6 TOTER FEL Elgin City of Douglas 09 96 GAL 1 1 Ave 6 TOTER FEL Elgin City of Eagle 09 96 GAL 4 1 lights Park 6 TOTER FEL Elgin City of Burnidge 09 96 GAL 1 1 Woods 6 TOTER FEL Elgin City of 4F 4 YD FEL 1 1 Recreation center L Elgin City of 8F 8 YD FEL 1 1 Recreation center L Elgin City of Spring 09 96 GAL 1 1 Street Park 6 TOTER FEL Elgin City of Shadow 09 96 GAL 2 1 Hill Park 6 TOTER FEL Elgin City of Sidewalk 2 2 YD FEL 1 1 sweep FE L Elgin City of 4 4 TD FEL 1 1 Cornerstone Park FE L Elgin City of Prairie 09 96 GAL 1 1 Park 6 TOTER FEL Elgin City of Bowes 8 8 YD FEL 1 3 Creek CC FE L 46 Elgin City of Bowes 10 10 YD FEL 1 3 Creek CC FE Rec. L Elgin City of 10 10 YD FEL 2 1 Cornerstone Park FE Ref L Elgin City of Bluff City 4F 4 YD FEL 1 1 Cemetery L Elgin City of Bluff City C6 64 GAL 1 1 Cemetery 4 TOTER FEL RCY Elgin City of Public 09 96 GAL 1 1 Museum 6 TOTER FEL Elgin City of Public C9 96 GAL 1 1 Museum 6 TOTER FEL RCY Elgin City of Public C6 64 GAL 2 1 Museum 4 TOTER FEL RCY Elgin City of Baseball 4F 4 YD FEL 1 2 American L Elgin City of Baseball 09 96 GAL 15 1 American 6 TOTER FEL Elgin City of Baseball C6 64 GAL 12 1 American 4 TOTER FEL RCY Elgin City of Baseball 4F 4 YD FEL 1 1 American Y RCY Elgin City of Baseball 4F 4 YD FEL 1 1 National L Elgin City of Baseball 4F 4 YD FEL l 1 National Y RCY Elgin City of Baseball 09 96 GAL 23 1 National 6 TOTER FEL Elgin City of Baseball 4F 4 YD FEL 1 2 Classic L Elgin City of Baseball 4F 4 YD FEL 1 1 Classic Y RCY Elgin City of Baseball 09 96 GAL 8 1 Classic 6 TOTER FEL Elgin City of Baseball 4F 4 YD FEL 1 2 Continental L Elgin City of Baseball 4F 4 YD FEL 1 1 Continental Y RCY Elgin City of Baseball C6 64 GAL 10 1 Continental 4 TOTER FEL RCY Elgin City of Baseball T9 96 GAL 27 1 47 Continental 6 TOTER REL Elgin City of Highland 8 8 YD FEL 2 3 golf FE L Elgin City of Highland 6R 6 YD 2 3 golf G Grn/YW Elgin City of Centre 2 2 YD FEL 7 4 FE L Elgin City of 09 96 GAL 1 1 Columbine and College 6 TOTER FEL Elgin City of Randall 09 96 GAL 1 1 ridge 6 TOTER FEL Elgin City of Willow 09 96 GAL 1 1 Bay Park 6 TOTER FEL Elgin City of Parks and 2 2 YD FEL 1 2 Rec FE L Elgin City of Trinity 09 96 GAL 5 1 Terrace 6 TOTER FEL Elgin City of Adopt a 09 96 GAL 1 1 highway 6 TOTER FEL Elgin City of Slade 09 96 GAL 2 1 AVE Boat 6 TOTER FEL Elgin City of Settlers 09 96 GAL 10 1 Park 6 TOTER FEL Elgin City of Metra 8 8 YD FEL 1 3 Station (for city crews) FE L Elgin City of Metra 6 6 YD 1 3 Station(for city crews) FG GR/YW 48 PUBLIC REFUSE RECEPTACLE SERVICE LOCATIONS Westside NW corner of S. State and Locust NE Corner of Locust and S. Crystal SE corner of W. Chicago and S. Crystal SW corner of N. Crystal and W. Highland NW corner of Lyle and Grandstand SE corner of State and Walnut(113 Walnut) NE corner of Larkin and McLean NE corner of W. Chicago and S. Jackson SE corner of Locust and Mosley Island at S. Edison and Sunset Dr. (just south of South St.) NE corner of McLean and Van Lilac and Mulberry Ln. (eastside of street by vacant lot) SE corner of W. Highland and Jackson SW corner of W. Highland and Lynch SW corner of S. Jackson and South St NE corner of S. Jackson and Locust Eastside SW corner of Ann and Center NE corner of Geneva and E. Chicago SW corner of Gifford and Hickory 58 S. Geneva(parking lot across the street) SW corner of Gifford and Dupage Ct. NW corner of Ann and Gifford 431 Summit St SE corner of Franklin and Hill NW corner of Chapel and Dupage SE corner Franklin and College NE corner of Channing and Laurel 49