Loading...
Resolution 2022-03 Resolution No. 2022-03 A RESOLUTION APPROVING A CONTRACT FOR GARBAGE,REFUSE, RECYCLING AND YARD WASTE COLLECTIONS SERVICES WITH GROOT,INC. WHEREAS,the United City of Yorkville, Kendall County, Illinois (the"City") is a duly organized and validly existing non home-rule municipality created in accordance with the Constitution of the State of Illinois of 1970 and the laws of the State; and WHEREAS,the City issued a Request for Proposal for solid waste and recyclable collection services; and, WHEREAS,the City received two responses to the Request for Proposals which have been reviewed to determine the proposal that is in the best interest of the City; and, WHEREAS,the City Council has determined that it is in the best interest of the City to enter into a contract based on the proposal from Groot Inc., as attached hereto. NOW, THEREFORE,BE IT RESOLVED,by the Mayor and City Council of the United City of Yorkville, Kendall County, Illinois, as follows: Section 1. That the CONTRACT FOR GARBAGE, REFUSE, RECYCLING AND YARD WASTE COLLECTION with Groot Inc., attached hereto and made a part hereof by reference as Exhibit A, be and is hereby approved, and John Purcell, Mayor, and Jori Behland, City Clerk, be and are hereby authorized to execute said Contract on behalf of the United City of Yorkville. Section 2. That this resolution shall be in full force and effect upon its passage and approval as provided by law. Passed by the City Council of the United City of Yorkville, Kendall County, Illinois this 11th day of January, A.D. 2022. • CIT CLERK Resolution No.2022-03 Page 1 KEN KOCH AYE DAN TRANSIER AYE ARDEN JOE PLOCHER AYE CRAIG SOLING AYE CHRIS FUNKHOUSER AYE MATT MAREK AYE SEAVER TARULIS ABSENT JASON PETERSON AYE APPROVED by me, as Mayor of the United City of Yorkville,Kendall County, Illinois this I tday of r.bbruav1 , A.D. 2022. MAYOR Attest: 41.et. st --(21AjAjtk er, CLERK Resolution No.2022-03 Page 2 UNITED CITY OF YORKVILLE 800 GAME FARM ROAD YORKVILLE,ILLINOIS 60560 AGREEMENT THIS AGREEMENT made this 11th day of January , 2022, by and between the United City of Yorkville,an Illinois municipal corporation hereinafter called the"Owner"and Groot Inc., located at 710 E. South St.,Plano,IL 60545 hereinafter called the"Contractor". WITNESSETH: WHEREAS,the City issued a Request for Proposal for solid waste and recyclable collection services; and, WHEREAS,the City received Requests for Proposals and reviewed said proposals to determine the proposal that is in the best interest of the City; and, WHEREAS,the City Council has determined that to enter into a Agreement with Groot as further described herein and attached hereto is in the best interest of the City. NOW,THEREFORE, for and in consideration of their mutual promises and agreements, the parties hereto do hereby agree as follows: II. TERMS AND CONDITIONS 1. MUNICIPAL ORDINANCES 1.1 The successful Agreement will strictly comply with all ordinances of the awarding municipality and laws of the State of Illinois. 2 USE OF MUNICIPAL NAME 2.1 The Contractor is specifically denied the right of using in any form or medium the name of the City for public advertising unless express permission is granted by the respective municipality. 3. INDEMNITY AND HOLD HARMLESS AGREEMENT 3.1 To the fullest extent permitted by law, the Contractor shall indemnify, keep and hold harmless the City and its agents, officers, and employees, against all injuries, deaths, losses, damages, claims, suits, liabilities,judgments, costs and expenses, which may arise to the extent directly or indirectly from any negligence or from the reckless or willful misconduct of the Contractor, its employees, or its subcontractors, and the Contractor, its employees, or its subcontractors, and the Contractor shall at its own expense, appear,defend and pay all reasonable charges of attorneys and all costs and other expenses arising therefrom or incurred in connection therewith,and,if any judgment shall be rendered against the City in any such action,the Contractor shall, at its own expense, satisfy and discharge the same. This Agreement shall not be construed as requiring the Contractor to indemnify the City for its own negligence or that of third parties. The Contractor shall indemnify, keep and save harmless the City only to the extent where a loss 1I1' a <� c was caused by the negligent,willful or reckless acts or omissions of the Contractor, its employees, or its Subcontractors 3.2 The rights granted to Contractor under the Agreement shall be exclusive. The City may, in its sole discretion, enforce the exclusivity provisions of the contract against third-party violators,taking into account the cost of doing so and other factors. Contractor may independently enforce the exclusivity provisions of the Agreement against third-party violators, including, but not limited to, seeking injunctive relief and/or damages, and the City shall use good-faith efforts to cooperate in such enforcement actions brought by Contractor.The City shall use its best efforts to adopt ordinances, rules or regulations that have the effect of requiring third parties, including, without limitation,customers,to comply with the provisions of the Agreement, including,without limitation,the exclusive service rights granted to Contractor pursuant to the Agreement. 4. NONDISCRIMINATION 4.1 Contractor shall, as a party to a public Agreement: (a) Refrain from unlawful discrimination in employment and undertake affirmative action to assure equality of employment opportunity and eliminate the effects of past discrimination; (b) By submission of this proposal, the Contractor certifies that he is an "equal opportunity employer"as defined by Section 2000(e)of Chapter 21,Title 42,U.S.Code Annotated and Executive Orders#11246 and#11375,which are incorporated herein by reference. The Equal Opportunity clause, Section 6.1 of the Rules and Regulations of the Department of Human Rights of the State of Illinois, is a material part of any Agreement awarded on the basis of this proposal. 4.2 It is unlawful to discriminate on the basis of race, color, sex, national origin, ancestry, age, marital status, sexual orientation, physical or mental handicap or unfavorable discharge for military service. Contractor shall comply with standards set forth in Title VII of the Civil Rights Act of 1964, 42 U.S.C. Secs. 2000 et seq., The Human Rights Act of the State of Illinois,775 ILCS 5/1-101et.seq.,and The Americans With Disabilities Act,42 U.S.C.Secs. 12101 et. seq. 5. SEXUAL HARASSMENT POLICY 5.1 The Contractor, as a party to a public Agreement, shall have a written sexual harassment policy that: 5.1.1 Notes the illegality of sexual harassment; 5.1.2 Sets forth the State law definition of sexual harassment; 5.1.3 Describes sexual harassment utilizing examples; 5.1.4 Describes the Contractor's internal complaint process including penalties; 5.1.5 Describes the legal recourse, investigative and complaint process available through the Illinois Department of Human Rights and the Human Rights Commission and how to contact these entities; and 5.1.6 Describes the protection against retaliation afforded under the Illinois Human Rights Act. 6. EQUAL EMPLOYMENT OPPORTUNITY 6.1 In the event of the Contractor's non-compliance with the provisions of this Equal Employment Opportunity Clause, the Illinois Human Rights Act or the Rules and Regulations of 2I Page the Illinois Department of Human Rights ("Department"), the Contractor may be declared ineligible for future Agreements or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, and the Agreement may be canceled or voided in whole or in part, and such other sanctions or penalties may be imposed or remedies invoked as provided by statute or regulation. During the performance of this Agreement, the Contractor agrees as follows: 6.1.1 That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status, national origin or ancestry, age, physical or mental handicap unrelated to ability, sexual orientation, sexual identity or an unfavorable discharge from military service;and further that it will examine all job classifications to determine if minority persons or women are underutilized and will take appropriate affirmative action to rectify any such underutilization. 6.1.2 That, if it hires additional employees in order to perform this Agreement or any portion thereof, it will determine the availability (in accordance with the Department's Rules and Regulations) of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized. 6.1.3 That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, marital status, national origin or ancestry, age, physical or mental handicap unrelated to ability, or an unfavorable discharge from military services. 6.1.4 That it will send to each labor organization or representative of workers with which it has or is bound by a collective bargaining or other agreement or understanding,a notice advising such labor organization or representative of the Contractor's obligations under the Illinois Human Rights Act and the Department's Rules and Regulations. If any such labor organization or representative fails or refuses to cooperate with the Contractor in its efforts to comply with such Act and Rules and Regulations, the Contractor will promptly so notify the Department and the contracting agency and will recruit employees from other sources when necessary to fulfill its obligations thereunder. 6.1.5 That it will submit reports as required by the Department's Rules and Regulations, furnish all relevant information as may from time to time be requested by the Department or the contracting agency, and in all respects comply with the Illinois Human Rights Act and the Department's Rules and Regulations. 6.1.6 That it will permit access to all relevant books,records,accounts and work sites by personnel of the contracting agency and the Department for purpose of investigation to ascertain compliance with the Illinois Human Rights Act and the Department's Rules and Regulations. 6.1.7 That it will include verbatim or by reference the provisions of this clause in every subcontract it awards under which any portion of the Agreement obligations are undertaken or assumed, so that such provisions will be binding upon such subcontractor. In the same manner as with other provisions of this Agreement, the Contractor will be liable for compliance with applicable provisions of this clause by such subcontractors; and further it will promptly notify the contracting agency and the Department in the event any subcontractor fails or refuses to comply 3IPa <rc therewith. In addition, the Contractor will not utilize any subcontractor declared by the Illinois Human Rights Commission to be ineligible for Agreements or sub agreements with the State of Illinois or any of its political subdivision or municipal corporations. 7. DRUG FREE WORK PLACE 7.1 Contractor,as a party to a public Agreement,certifies and agrees that it will provide a drug free workplace by: 7.2 Publishing a statement: (1) Notifying employees that the unlawful manufacture, distribution, dispensation, possession or use of a controlled substance, including cannabis, is prohibited in the City's and Contractor's workplace. (2) Specifying the actions that will be taken against employees for violations of such prohibition. (3) Notifying the employee that, as a condition of employment on such contact or grant, the employee will: (A) abide by the terms of the statement; and(B) notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five (5)days after such conviction. 7.3 Establishing a drug free awareness program to inform employees about: (1) the dangers of drug abuse in the workplace; (2) the City's, or Contractor's policy of maintaining a drug free workplace; (3) any available drug counseling, rehabilitation and employee assistance programs; (4)the penalties that may be imposed upon employees for drug violations. 7.4 Providing a copy of the statement required above to each employee engaged in the performance of the Agreement or grant and to post the statement in a prominent place in the workplace. 7.5 Notifying the contracting or granting agency within ten (10) days after receiving notice of any criminal drug statute conviction for a violation occurring in the workplace no later than five (5) days after such conviction from an employee or otherwise receiving actual notice of such conviction. 7.6 Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by any employee who is so convicted as required by section 5 of the Drug Free Workplace Act. 7.7 Assisting employees in selecting a course of action in the event drug counseling, treatment and rehabilitation is required and indicating that a trained referral team is in place. 7.8 Making a good faith effort to continue to maintain a drug free workplace through implementation of the Drug Free Workplace Act. 8. PREVAILING WAGE ACT 8.1 Contractor agrees to comply with the Illinois Prevailing Wage Act, 820 ILCS 130/1 et seq., for all work completed under this Agreement. Contractor agrees to pay the prevailing wage and require that all of its subcontractors pay prevailing wage to any laborers,workers or mechanics who perform work pursuant to this Agreement or related subcontract. 8.2 Contractor and each subcontractor shall keep or cause to be kept an accurate record of names, occupations and actual wages paid to each laborer, workman and mechanic employed by the Contractor in connection with the Agreement. This record shall be open to inspection at all 4IPa ` e reasonable hours by any representative of the City or the Illinois Department of labor and must be preserved for four(4)years following completion of the agreement. 9 INSURANCE REQUIREMENTS— 9.1 Prior to the beginning of the agreement period, Contractor and any Subcontractors shall procure, maintain and pay for such insurance as will protect against claims for bodily injury of death, or for damage to property, including loss of use, which may arise out of operations by the Contractor or Subcontractor or any Sub-Sub Contractor or by anyone employed by any of them, or by anyone for whose acts any of them may be liable. Such insurance shall not be less than the greater of coverages and limits of liability specified below for each municipality or any coverages and limits of liability specified in the Agreement Documents or coverages and limits required by law unless otherwise agreed to by the City. (All amounts listed are per municipality) Workers Compensation $500,000 Statutory Employers Liability $1,000,000 Each Accident $1,000,000 Disease Policy Limit $1,000,000 Disease Each Employee Comprehensive General Liability $2,000,000 Each Occurrence $2,000,000 Aggregate Commercial Automobile $1,000,000 Each Accident Liability Umbrella Liability $ 5,000,000 9.2 Commercial General Liability Insurance required under this paragraph shall be written on an occurrence form and shall include coverage for Products/Completed Operations, Personal Injury with Employment Exclusion (if any) deleted, Blanket XCU and Blanket Contractual Liability insurance applicable to defense and indemnity obligations and other contractual indemnity assumed under the Agreement Documents. 9.3 Comprehensive Automobile Liability Insurance required under this paragraph shall include coverage for all owned, hired and non-owned automobiles. 9.4 Workers Compensation coverage shall include a waiver of subrogation against the City. 9.5 Comprehensive General Liability, Employers Liability and Commercial Automobile Liability Insurance may be arranged under single policies for full minimum limits required,or by a combination of underlying policies with the balance provided by Umbrella and/or Excess Liability policies. 5IPaLLe 9.6 Contractor and all Subcontractors shall have their respective Comprehensive General Liability (including products/completed operations coverage), Employers Liability, Commercial Automobile Liability, and Umbrella/Excess Liability policies endorsed to add the "City of Yorkville,their officers,officials,employees and volunteers"as"additional insured" with respect to liability arising out of operations performed; claims for bodily injury or death brought against City by any Contractor of Subcontractor employees, or the employees of Subcontractor's subcontractors of any tier, however caused, related to the performance of operations under the Agreement Documents. Such insurance afforded to the City shall be endorsed to provide that the insurance provided under each policy shall be Primary and Non-Contributory. 9.7 Contractor and all Subcontractors shall maintain in effect all insurance coverages required by the Agreement at their sole expense and with insurance carriers licensed to do business in the State of Illinois and having a current A. M. Best rating of no less than A-VIII. In the event that the Contractor or any Subcontractor fails to procure or maintain any insured required by the Agreement Documents, the City may, at its option, purchase such coverage and deduct the cost thereof from any monies due to the Contractor or Subcontractor, or withhold funds in an amount sufficient to protect the City, or terminate this Agreement pursuant to its terms. 9.8 All insurance policies shall contain a provision that coverages and limits afforded hereunder shall not be canceled, materially changed, non-renewed or restrictive modifications added, without thirty (30) days prior written notice to the City. Renewal certificates shall be provided to the City not less than five(5)prior to the expiration date of any of the required policies. All Certificates of Insurance shall be in a form acceptable to City and shall provide satisfactory evidence of compliance with all insurance requirements. The City shall not be obligated to review such certificates or other evidence of insurance, or to advise Contractor or Subcontractor of any deficiencies in such documents, and receipt thereof shall not relieve the Contractor or Subcontractor from, nor be deemed a waiver the right to enforce the terms of the obligations hereunder. 10. COPYRIGHT/PATENT INFRINGEMENT 10.1 The Contractor agrees to indemnify,defend,and hold harmless the City against any suit, claim, or proceeding brought against the City for alleged use of any equipment, systems, or services provided by the Contractor that constitutes a misuse of any proprietary or trade secret information or an infringement of any patent or copyright. 11. COMPLIANCE WITH OSHA STANDARDS 11.1 Equipment supplied to the City must comply with all requirements and standards as specified by the Occupational Safety and Health Act. All guards and protectors as well as appropriate markings will be in place before delivery. Items not meeting any OSHA specifications will be refused. 12. CERCLA INDEMNIFICATION 12.1 In the event this is a Agreement that has environment aspects,the Contractor shall, to the maximum extent permitted by law, indemnify, defend, and hold harmless the City, their officers, employees,agents, and attorneys from and against any 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. Sec.9601,et seq.,as amended, 6IF> a1.! e and all other applicable statutes, regulations, ordinances, and under common law for any release or threatened release of the waste material collected by the Contractor, both before and after its disposal. 13. SUBLETTING OF AGREEMENT 13.1 No Agreement awarded by the City shall be assigned or any part sub-contracted without the written consent of the City Administrator. In no case shall such consent relieve the Contractor from their obligation or change the terms of the Agreement. 14. [Section purposefully left blank] 15. TERMINATION OF AGREEMENT 15.1 The City reserves the right to terminate the whole or any part of this Agreement, upon ten(10)days' written notice to the Contractor,in the event of default by the Contractor unless such alleged default has been cured by Contractor within said ten (10) day period. Default is defined as failure of the Contractor to perform any of the provisions of this Agreement or failure to make sufficient progress so as to endanger performance of this Agreement in accordance with its terms. In the event that the Agreement fails to cure the default upon notice,and the City declares default and termination, the City may procure, upon such terms and in such manner as the City may deem appropriate, supplies or services similar to those so terminated. The Contractor shall be liable for any excess costs for such similar supplies or services unless acceptable evidence is submitted to the City that failure to perform the Agreement was due to causes beyond the control and without the fault or negligence of the Contractor. Any such excess costs incurred by the City may be set-off against any monies due and owing by the City, respectively,to the Contractor. 16. BILLING & PAYMENT PROCEDURES 16.1 Separate invoices shall be sent to the City, for the City's customers. Payment will be made by the City upon receipt of an invoice. Once an invoice has been verified,the invoice will be processed for payment in accordance with the municipality's payment schedule, policy and procedures. 16.2 The City shall review, in a timely manner, each bill or invoice after its receipt. If the City determines that the bill or invoice contains a defect making it unable to process the payment request,the City shall notify the Contractor requesting payment as soon as possible after discovering the defect pursuant to rules promulgated under 50 ILCS 505/1 et seq. The notice shall identify the defect and any additional information necessary to correct the defect. 16.3 Please send all invoices for the City to the attention of City of Yorkville,Accounts Payable, 800 Game Farm Road, Yorkville, IL 60560. 17. RELATIONSHIP BETWEEN THE CONTRACTOR AND THE CITY 17.1 The relationship between the City and the Contractor is that of a buyer and seller of professional services and it is understood that the parties have not entered into any joint venture or partnership with the other. 18. STANDARD OF CARE 18.1 Services performed by Contractor under this Agreement will be conducted in a manner consistent with that level of care and skill ordinarily exercised by members of the profession currently practicing in the same locality under similar conditions. No other 7 I [' a LL e representations express or implied, and no warranty or guarantee is included or intended in this Agreement, or in any report, opinions,and documents or otherwise. 18.2 If the Contractor fails to meet the foregoing standard, Contractor will perform at its own cost,and without reimbursement from the City,the professional services necessary to correct errors and omissions caused by Contractor's failure to comply with the above standard and reported to Contractor within one (1) year from the completion of Contractor's services for the Project. 19. GOVERNING LAW 19.1 This Agreement will be governed by and construed in accordance with the laws of the State of Illinois without regard for the conflict of laws provisions. Venue is proper only in the County of Kendall and the Northern District of Illinois. 20. SUCCESSORS AND ASSIGNS 20.1 The terms of this Agreement will be binding upon and inure to the benefit of the parties and their respective successors and assigns; provided, however, that neither party will assign this Agreement in whole or in part without the prior written approval of the other. The Contractor will provide a list of key staff,titles,responsibilities,and contact information to include all expected sub Contractors. 21. WAIVER OF AGREEMENT BREACH 21.1 The waiver by one party of any breach of this Agreement or the failure of one party to enforce at any time,or for any period of time,any of the provisions hereof will be limited to the particular instance and will not operate or be deemed to waive any future breaches of this Agreement and will not be construed to be a waiver of any provision except for the particular instance. 22. AMENDMENT 22.1 This Agreement will not be subject to amendment unless made in writing and signed by all parties. 23. CHANGE ORDERS 23.1 The Agreement price is a "not-to-exceed" cost. At any time additional work is necessary or requested, and the not-to-exceed price is increased thereby, any change, addition or price increase must be agreed to in writing by all parties. The appropriate authorizing signature for the City is the City Administrator. 24. SEVERABILITY OF INVALID PROVISIONS 24.1 If any provisions of this Agreement are held to contravene or be invalid under the laws of any state, country or jurisdiction, contravention will not invalidate the entire Agreement, but it will be construed as if not containing the invalid provision and the rights or obligations of the parties will be construed and enforced accordingly. 25. NOTICE 8II aL e 25.1 Any notice will be in writing and will be deemed to be effectively served when deposited in the mail with sufficient first class postage affixed, and addressed to the party at the party's place of business. Notices shall be addressed to the City as follows: To City: City Administrator City of Yorkville 800 Game Farm Road. Yorkville,IL 60560 And to the Contractor as designated in the Agreement Form. III.DETAILED SPECIFICATIONS 26. DEFINITIONS 26.1 For the purpose of the Agreement, definitions of certain terms are listed below. Certain words or phrases,when used in the Agreement shall have the same meaning given to them in this section. Other terms shall be defined within applicable subsections and appendices. Attached Single-Family Dwelling (Group, Row, Townhouse) A building originally designed and constructed to accommodate two (2) or more dwelling units, with dwelling units joined together by party wall or walls and being not more than two(2)stories in height. Each unit shall have its own ground floor entrance and living space. Biodegradable shall mean chemically structured material that decomposes rapidly primarily through the action of living soil-borne microorganisms (bacteria, fungi, and actinomycetes)or macro-organisms(crickets, slugs, snowbugs, millipedes, etc.). Brown Kraft 2-Ply Paper Bags shall mean a two-layer brown product container comprised of kraft paper most often used to contain groceries. Chipboard shall mean a single-layer cardboard used for packaging cereal, crackers, tissues, and other similar products. Compost(ing) shall mean a biological process by which microorganisms decompose the organic fraction of waste, producing a humus-like material that may be used as a soil conditioner. Contract shall mean the Agreement created by and consisting of the Agreement Documents. Contract Documents shall include the Request for Proposals, Terms and Conditions, Detail Specifications and the Proposal/Contract Form. Contractor shall mean the firm with which the City has executed the Agreement for Solid Waste Collection and Disposal Services Corrugated Cardboard shall mean a sturdy paper product commonly used as a packaging consisting of two paper grades—a wavy inner portion and an outside liner. 9II) agc Curbside shall mean adjacent to the street pavement,alley pavement and gutter and within five feet thereof. Customer shall mean the resident party, property owner of a dwelling unit in Yorkville's corporate boundary participating in the scavenger collection service. Day shall mean Calendar Day unless otherwise stated. Detached Dwelling shall mean a single-family dwelling entirely surrounded by open space. Disposal Unit shall have different meanings as follows: For the purposes of refuse collection, a"disposal unit" shall mean one (1) 65-gallon, 35-gallon, or 96-gallon tote or one (1) water-tight metal, or plastic reusable waste container, no larger than thirty-five (35) gallons in capacity,containing refuse,yard-waste,organics or household construction and demolition debris as herein defined; or a securely tied, bundle of refuse or debris which is not placed in a container that does not exceed three (3) feet in diameter, six (6) feet in length, and fifty (50) pounds in weight,or one(1)single miscellaneous or odd-shaped item of refuse or debris that does not exceed fifty (50) pounds in weight. A large household item, as herein defined, is to be considered a disposal unit. Household construction and demolition debris, as is herein defined, is to be considered a disposal unit. For the purpose of yard-waste collection,a"disposal unit"shall mean a biodegradable two-ply fifty (50) pound wet-strength kraft paper bag designed for yard-waste collection, not to exceed thirty-five (35) gallons in capacity and fifty (50) pounds in weight, containing "yard-waste" as herein defined, or securely tied, bundles of brush or branches using biodegradable cord, string, rope or twine that does not exceed fifty(50)pounds in weight,two(2) feet in diameter, and four (4) feet in length and is manageable by one (1) person. For purpose of recycling collection, a"disposal unit" shall mean one(1)65 gallon, 35 gallon, or 96 gallon tote. Envelope shall mean a flat, folded paper container for a letter or smaller object. E-Recycling shall mean the use, collection, and remanufacture of electronic materials as feedstock for the production of new materials or products. Electronic Waste shall mean electronic items banned from Illinois landfills by State Law. These items include, but are not limited to, Televisions, Monitors, Printers, Computers (laptop, notebook, netbook, tablet, desktop), Electronic Keyboards, Facsimile Machines, Videocassette Recorders, Portable Digital Music Players, Digital Video Disc, Players, Video Game Consoles, Small Scale Servers, Scanners, Electronic Mice, Digital Converter Boxes, Cable Receivers, Satellite Receivers,Digital Video Disc Recorders, Cell Phones,Portable Digital Assistant(PDA), Computer Cable,Zip Drive. Frozen Food Packages shall mean paperboard containers with special coatings to prevent tearing of the packages or smearing of the ink from moisture when refrigerated or frozen. Garbage or Rubbish shall mean discarded materials resulting from the handling,cooking, spoilage, and leftovers of food, discarded food or food residues, and paper necessarily used for wrapping same,and all types and kinds of waste materials from housekeeping activities,including, but not limited to ashes, metal cans bottles, books, glass,plastic, newspapers, boxes, cartons, and small amounts of earth, rock or sod, small automobile parts and building materials waste from residential type do-it-yourself projects provided that all such materials are of a size sufficiently 10I a1� e small to permit being placed in an approved refuse container,except those items which are banned from direct disposal into a landfill. Household Hazardous Waste shall mean, leftover household products that can catch fire, react,or explode under certain circumstances,or that are corrosive or toxic as household hazardous waste. Products, such as paints, cleaners, oils, batteries, and pesticides can contain hazardous ingredients and require special care when you dispose of them. HDPE shall mean high-density polyethylene. Household Construction and Demolition 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, earth, clay, sand, concrete, rocks and similar materials. Such debris shall conform to the following: loose small items shall be placed in suitable disposable containers not exceeding fifty (50)pounds in weight,or in bundles not exceeding two(2)feet in diameter, four(4)feet in length, and fifty(50)pounds in weight. Household Garbage shall mean garbage and rubbish as collected from the residents of the City of Yorkville, currently receiving curbside scavenger service or on-site dumpster service. Household Garbage—Large Items shall mean any items set forth under "Garbage and Rubbish" above if such item is too large to fit in an approved Disposal Unit including, but not limited to boxes,barrels, crates, furniture,refrigerators,carpets,mattresses,box springs,hot water heaters, stoves and other household appliances, except those items which are banned from direct disposal into a landfill. Large Items shall not include waste from manufacturing processes, construction materials, broken concrete, lumber, large rocks, automobile parts other than tires or dangerous substances which may create a danger to the health, safety, comfort or welfare of the residents of the City of Yorkville or items which are banned from direct disposal into a landfill. Industrial Wastes shall mean any and all debris and waste products generated by canning, manufacturing, food processing, restaurant, land clearing, building construction or alteration and public works type construction projects whether performed by a governmental unit or by Agreement. Juice Boxes shall mean aseptic cartons consisting of a high-grade paperboard coated with polyethylene plastic and aluminum foil, excluding milk cartons. Junk Mail shall mean brochures, advertisements, flyers, post cards, greeting cards, window envelopes, and other similar correspondence. Landscape Waste (also referred to as Yard-waste) shall mean hard landscape waste and soft landscape waste. Large Household Item (also known as "Bulk Item"), shall mean any discarded and unwanted large household appliance such as freezers, stoves, trash compactors, washers, dryers, dishwasher, humidifiers, dehumidifiers, microwaves, water softeners, televisions,pianos, organs, tables, chairs, mattresses, box springs, bookcases, sofas and similar furniture. All "white goods" 11lI age including those containing CFC's(chlorofluorocarbons),shall fit into this definition. White goods containing switches containing mercury, and PCB's (polychlorinated biphenyls) shall not fit into this definition. LDPE shall mean low density polyethylene. Magazines shall mean periodical publications, usually glue bound. Mixed Papers shall mean stationary,various office papers such as;computer paper,xerox paper, note paper, letterhead, and other similar papers. Multiple-Family Dwelling shall mean a dwelling containing three (3) or more dwelling units, with one or both of the following: (a) More than one (1) dwelling unit connecting to a common corridor or entrance-way; or, (b) Dwelling unit vertically connected to neighboring dwelling units through shared floors and ceilings. PET shall mean polyethylene terephthalate. Performance Bond shall mean the form of security approved by the City and furnished by the Contractor as a guarantee that the Contractor will execute the work in accordance with the terms of the Agreement and will pay all lawful claims. Processing Center shall mean a location to be maintained or utilized by the Agreement for the purpose of sorting,preparing, and marketing of recyclable materials. Properly-Prepared shall mean materials prepared according to the disposal program restrictions for refuse,yard-waste, and recycling. Processing Costs shall mean all reasonable costs incurred by the Contractor with respect to the collection of recyclables from residents currently receiving curbside scavenger services. Public Awareness Program shall mean a program developed and provided by the Contractor and the City to inform and encourage residents to use the recycling collection services and other waste collection and disposal services of the City. Recyclables or Recyclable Material(s)shall mean, at a minimum,those materials listed on Appendix 2. Recycling shall mean the use, collection, and remanufacture of secondary materials as feedstock for the production of new materials or products. Recycling Containers (bins) shall mean a 65 gallon tote, or a 35-gallon or 94-gallon tote if so acquired by the customer in the manner prescribed in the recycling collection program Refuse shall mean all discarded and unwanted 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 routine domestic housekeeping, including but not limited to: aluminum and steel cans, glass containers, plastic containers, crockery and other 12II) at4e containers, metal, paper (of all types), including newspapers, books, magazines, catalogs, boxes and cartons, cold ashes, furniture, furnishings and fixtures, household appliances (all kinds), textiles and leathers, toys and recreational equipment and similar items. For the purposes of this Agreement, the terms "garbage", "refuse", "rubbish", and "waste" shall be synonymous unless otherwise more specifically defined(for example: "yard-waste"). Refuse Sticker shall mean a biodegradable paper stamped with the City name and the Contractor's name and telephone number providing the solid waste services for the City. The sticker shall represent proof of payment for collection and disposal services to be rendered by the Contractor. Residence shall mean all attached single family and detached single family dwelling. Single-Family Dwelling shall mean a detached dwelling containing accommodations for and occupied by one (1) family only. Specifications shall mean specifications identified in the Agreement. Tote(also referred to as a Toter)A plastic wheeled container in size of 65 gallon,35 gallon, or 96 gallon with tight-fitting cover, requiring semi-automatic lifting mechanism for collection. Waste shall mean refuse, recyclables, yard or landscape waste and white goods. Wet-strength Carrier Stock shall mean rectangular-shaped paperboard containers with special coatings to prevent tearing of the containers or smearing of the ink from moisture when refrigerated. White Goods shall mean refrigerators,ranges or stoves(electric or gas),freezers,room air conditioners,water heaters and other similar domestic large appliances. Yard-waste container/unit shall mean a container or unit and may be a kraft paper bag not exceeding thirty (34) gallons of capacity weighing up to fifty (50) pounds. The kraft paper bag shall be of the type specifically intended for landscape waste,being specifically biodegradable and not chemically treated; or a waste container(excluding plastic bags)not exceeding thirty-four (34)gallons of capacity weighing up to fifty (50)pounds; or bundles of hard landscape waste not exceeding two (2) feet in diameter and four (4) feet in length weighing up to fifty (50) pounds. Said bundle to be securely tied with biodegradablenatural fiber twine. Securing with plastic or wire is prohibited. 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 crabapples),and other similar organic waste materials accumulated as the result of the cultivation and maintenance of lawns, shrubbery,vines,trees and gardens. Sod, dirt, Christmas trees, and greenery from wreathes and garlands shall not be considered yard-waste and shall be disposed of as refuse,unless the composting facility will accept it. 13I c 27. DESCRIPTION OF THE BASE SOLID WASTE PROGRAM 27.1 Refuse, yard-waste, and curbside recycling services are provided to residences located within the City on a once-per-week basis. 27.2 A modified volume based program,based on a monthly fee for pickup of all refuse, consisting of one 35-gallon, 65-gallon tote, or 96-gallon tote, and a $2.00 charge for each refuse disposal unit beyond the tote, unlimited yard waste and unlimited recycling. As part of program, the contractor shall supply the customer with a tote of a size of the customer's choosing for a cost outlined in Appendix 1. 27.3 Bulk items as herein defined, are considered subject to collection by the CONTRACTOR, according to the terms and definitions of this Agreement. Residents with additional material or home improvement projects may contract separately with the CONTRACTOR. The CONTRACTOR will make available 6, 10, 15, 20, and 30 cubic yard containers for this purpose. Bulk item collection shall be for the collection of one (1) large household item, under 50 pounds per week from residential units at no additional cost to the resident. 27.4 Yard-waste collection shall begin each year on the Pt collection day in April and through the first full pickup week in December. 28. SCOPE OF WORK 28.1 The Contractor shall be responsible for performing all work as outlined in the specifications herein and shall provide and furnish all labor, materials, equipment and supplies, vehicles, transportation services, and landfill and compost facility space required to perform and complete the collection and disposal of refuse and yard waste. The Contractor shall also make necessary arrangements with processors required to perform and complete the collection and marketing of recyclables. 28.2 The collection of refuse, yard waste, and recyclable materials shall be a joint program awarded to one firm and cannot be quoted or operated as separate programs. 28.3 Any equipment furnished hereunder by Contractor shall remain the property of Contractor; however, the customers and the City (as applicable) shall have care, custody and control of the equipment while at the service locations. Customers and the City shall not over-load (by weight or volume),move or alter the equipment,and shall use the equipment only for its proper and intended purpose. Customers and the City must provide unobstructed access to the equipment on the scheduled collection day. The word "equipment" as used herein shall mean all containers used for the storage of non-hazardous solid waste. 29. COLLECTION UNITS 29.1 The base unit of service shall be known as a "Collection Unit or Stop". The Contractor shall collect, remove and dispose from every residential building unit, as defined herein,in the City of Yorkville, all refuse,yard-waste and curbside recyclables that may be set out for collection one (1)time each week. 29.2 There are approximately 6636 units serviced. Along Colonial Parkway, there is a multi-unit complex with 20 buildings and approximately 80 units. Currently Colonial Parkway is 14II' age being serviced by 2-yard containers with recycling carts due to the tight space within the development. 29.3 The City has experienced a high growth rate with 300 homes built in 2021 and 400 projected to be built in 2022. 30. GARBAGE AND REFUSE COLLECTION; PREPARATION AND PLACEMENT OF DISPOSAL UNITS 30.1 Totes or can production: The CONTRACTOR agrees to provide,at its own expense,one 35-gallon, 65 gallon, or 96-gallon totes to each single-family residence in the City for the purposes of garbage collection. The carts will remain the property of the CONTRACTOR and the CONTRACTOR will be responsible for replacement of carts that become worn or damaged through normal usage. 30.2 All GARBAGE and REFUSE as herein defined that is designated for collection and disposal hereunder must be placed in one of the following containers: 1) the provided totes 2) a water-tight metal or plastic reusable waste container no larger than thirty-five (35) gallons in capacity and no smaller than fifteen(15)gallons in capacity 3) a heavy duty bag no more than 35-gallons in capacity and less than 50 pounds in weight, which is securely fastened 30.3 Cans, containers, and/or heavy duty bags must be placed at the curb or roadway or in the alley(if designed by the CONTRACTOR). 30.4 All residences receiving the aforementioned services shall be required to prepare all materials for collection and/or disposal into proper"disposal units". The CONTRACTOR will be required to collect only properly prepared disposal units. 30. 5 Residents will be allowed to place unlimited amounts of disposal units at the curb for collection and disposal provided that a disposal sticker has been attached to each unit above and beyond the disposal units covered in the monthly fee. 30.6 Properly prepared refuse shall be placed as close to the roadway as practicable without interfering with or endangering the movement of vehicles or pedestrians or snow plowing operations. The CONTRACTOR shall return all containers at each pick-up location to the curbside or adjacent to the right-of-way of paved or traveled City roadways. Containers will be placed, not thrown, and securely placed in such a manner that they are not left lying on their sides or in a manner that would allow roadway interference of vehicle and/or pedestrian traffic. Any contents spilled by CONTRACTOR on the parkways,premises, or streets are to be cleaned up in a workmanlike manner. 31. ACCEPTABLE/UNACCEPTABLE MATERIAL 31.1. UNACCEPTABLE MATERIAL: Residents shall not set out for disposal and the CONTRACTOR shall refuse to accept for regular collection: hazardous waste materials, radioactive materials, poisons, liquid waste, paint or similar products, acids, used motor oils, or any other material that the CONTRACTOR is legally unable to accept. 15 I I) g 31.2 ACCEPTABLE MATERIAL: All refuse normally produced by residential properties shall be accepted for regular collection including but not necessarily limited to: bulk items, household fixtures, appliances, furniture and yard-waste. 32. EXAMINATION OF SERVICE AREA 32.1 It is the responsibility of the Contractor to be completely informed of all conditions under which service is to be performed, the service area, and all other relevant matters pertaining to the collection services as specified herein, including, but not limited to, type of housing, population density, roads, traffic patterns, required collection procedure, labor requirements, and any other factor which would effect the execution and/or completion of the work covered by the Agreement. 33. ALTERNATIVES AND DEVIATIONS 33.1 The specifications included in this package describe existing services which the City believes are necessary to meet performance requirements and shall be considered the minimum standards expected of the Contractor. 33.2 Other alternatives from the specifications in Section III may be indicated if the proposed alternatives are equal to or greater than what is required by these specifications. All alternatives shall be separately listed, and a justification for each shall be stated. The Contractor shall use Appendix 3, Schedule of Alternatives and Deviations, for listing other alternatives. 33.3 If the Contractor is unable to meet any of the specifications as outlined herein, it shall also separately list all requested deviations from the specifications, with justifications attached for each deviation. The Contractor shall use Appendix 3, Schedule of Alternatives and Deviations,for listing proposed deviations. 33.4 If the Contractor does not indicate alternatives to or deviations from the specifications,the City shall assume it is able to fully comply with these specifications. The City, individually, shall be the sole and final judge of compliance with all specifications. 33.5 The City, individually, further reserves the right to determine the acceptability or unacceptability of any and all alternatives or deviations The City, individually, shall also be the sole and final judge as to whether any alternative or deviation is of an equivalent or better quality of service. 16 I a e 34 CHRISTMAS TREE COLLECTION 34.1 The CONTRACTOR will provide curbside collection service of live Christmas trees two (2) weeks during the 1st and 2nd full week in January each Agreement year. It will be the responsibility of the CONTRACTOR to either recycle or correctly dispose of live Christmas trees. There will be no cost to the City for this service. The CONTRACTOR and the City will work together to educate the public with respect to the condition of the trees before they will be collected. Christmas trees will be accepted provided they are free of all ornamentation, including tinsel, garland and lights. If disposable tree bags are used, a refuse sticker must be affixed to the plastic bag. Christmas trees placed at the curb during the two-week special collection period shall be recycled. Recycling shall consist of taking the Christmas trees to a compost site to be chipped, mulched or composted. The CONTRACTOR shall provide the name and location of the compost site in accordance with Appendix 5. 35. YARD-WASTE/BUNDLED BRUSH COLLECTION 35.1 Yard-waste collection programs As a part of yard-waste collection, all eligible households located within the City's corporate boundaries shall be provided weekly yard-waste and bundled brush collection in an unlimited amount. All yard waste materials must be placed in "Kraft" paper bags designed and sold specifically for the collection and disposal of yard waste. All bundled brush must not exceed four(4)foot length,with each individual bundle not to exceed excess weight of fifty(50)pounds. Resident customers placing bundled brush out for collection will be required to bundle brush with biodegradable natural fiber twine (plastic or wire is prohibited). Bundled brush will be collected on regular refuse service days during the yearly period of time established, (April 1st through the first full pickup week in December. 36. RECYCLABLE MATERIAL PROGRAM 36.1 The CONTRACTOR agrees to provide, at its own expense, one 35-gallon, 65- gallon, or 96-gallon tote to each single-family residence in the City for the purposes of recycling collection. The carts will remain the property of the CONTRACTOR and the CONTRACTOR will be responsible for replacement of carts that become worn or damaged through normal usage. 36.2 The City's recyclable material program shall remain voluntary on the part of any person receiving residential scavenger service as covered under this Agreement. The Contractor shall, however, provide for the collection and disposal of all recyclable material placed for collection in accordance with the terms of this Agreement. The Contractor shall provide for the collection and disposal of recyclable material at no additional cost to customers receiving residential scavenger service as covered under this Agreement. The cost of recycling collection and disposal services has been built into the rates and charges otherwise provided for in the Agreement for collection of refuse and yard-waste. 36.3 All revenue collected from the sale of recyclable material shall be the property of the Contractor. 36.4 The Contractor shall have representatives available to participate in community- sponsored events promoting environmental awareness. 36.5 The method in which the recyclables are to be generally sorted for collection by the household shall be commingled within the recycling container(s). 17IPa « e 36.6 The Contractor shall specify the manner in which the recyclables are to be collected and sorted by the Contractor at the curbside; i.e. curb-sort, sorting at an intermediate processing facility, and the like. The Contractor will be responsible for cleaning up any material that has spilled as a result of the collection process. 36.7 The Contractor shall allow for a tagging system for recyclables not collected and must provide a simple explanation as to why the recyclable material(s) were not picked up, including, but not limited to, the following: contaminants, improper preparation; materials not accepted in program: refuse and/or yard-waste mixed with recyclables; or some combination thereof. The Contractor shall submit an example of the tagging system to be used. Recyclable materials that were rejected shall be returned to the container and not left on the street or parkway areas. 36.8 The Contractor shall purchase and maintain a reasonable supply of recycling totes, for residential scavenger service to cover replacement for lost,damaged and stolen containers,and for customers desiring additional recycling capacity. The City, individually, reserves the right to approve the type of containers purchased by the Contractor. 36.9 The Contractor shall pick up all recyclable material placed in the recycling totes, the recycling containers supplied by the Contractor, or any other recycling containers used by the customer. If, for operational purposes, the Contractor has difficulty identifying recycling containers used for recycling purposes, the Contractor shall provide free of charge, a recycling sticker or other identification mechanism to be placed on the various recycling containers used for collection of recyclable material. 36.10 The Contractor shall provide the name and location of the processing facility, as well as the proposed buyer/market for recyclable materials as set forth in Appendix 5 In the event that an alternative site is preferred by the City,the Contractor shall use the alternative site location provided that any changes in the costs for collection and processing created by the use of such site will be negotiated between the City and the Contractor prior to its use. 36.11 The City,reserves the right to accept or reject any or all suggested categories,which may be offered for collection in the residential recycling program. The City,also reserves the right to phase in at a later date, any material(s) which the Contractor has indicated an ability to collect but which the City has determined not to add to the collection program, or to phase in any material(s) that the Contractor may not presently offer but will be able to offer sometime during the term of the Agreement. The basis for determining cost of adding materials at a later date will be based on evidence supplied by the Contractor specifically justifying additional cost due to collection, administration,profit, and processing(minus revenue)only. 36.12 The City must comply with any description of and/or procedures with respect to removal of contaminants or preparation of recyclable materials as reasonably provided by Contractor. If the City fails to do so, Contractor may decline to collect such materials without being in breach of the Agreement. Contractor shall not be responsible for and has not made any representation regarding the ultimate recycling of such recyclable materials by any third party facilities. 37. ELECTRONIC WASTE MANAGEMENT 37.1 The CONTRACTOR shall allow for the collection of Electronic Waste as defined herein. Residents must contact the Contractor 48 hours prior to regular service day to schedule a date and time for collection. There shall be no cost associated with this service. All Electronic 18IPa �� e Waste shall be placed at the curb. Items that require more than one person to collect may require an additional fee as determined by the Contractor. 38. CURBSIDE COMPOSTING PROGRAM 38.1 The Contractor agrees to provide, at its own expense, one 35-gallon or one 65- gallon tote to each single-family or detached residence in the City that opt-in to the optional organics collection. The carts will remain the property of the Contractor and the Contactor will be responsible for replacement of carts that become worn or damaged through normal usage. 38.2 The City's curbside composting program shall remain voluntary on the part of any person receiving residential scavenger service as covered under this Agreement. The Contractor shall,however,provide for the collection and disposal of all organic material placed for collection in accordance with the terms of this Agreement. The Contractor shall provide for the collection and disposal of organic material at an additional monthly cost to customers receiving residential scavenger service as covered under this Agreement. 38.3 The Contractor shall provide the name and location of the processing facility, as well as the proposed buyer/market for organic materials as set forth in Appendix 5 In the event that an alternative site is preferred by the City,the Contractor shall use the alternative site location provided that any changes in the costs for collection and processing created by the use of such site will be negotiated between the City and the Contractor prior to its use. 38.4 Yard waste may also be co-mingled in with the organic compost material. 38.5 The City,reserves the right to accept or reject any or all suggested categories,which may be offered for collection in the residential composting program. The City, also reserves the right to phase in at a later date, any organic material(s) which the Contractor has indicated an ability to collect but which the City has determined not to add to the collection program, or to phase in any material(s) that the Contractor may not presently offer but will be able to offer sometime during the term of the Agreement. 39. AMNESTY DAY 39.1 The Contractor shall provide for a spring and fall curbside collection of additional refuse, yard-waste and bulk items as defined herein, on a date(s) that is mutually agreed upon between the Contractor and the City. In addition,the Contractor will collect White Goods and up to 4 automobile tires during the scheduled Amnesty Day. All rims must be removed from the tires prior to collection. There shall be no additional charge to the residents for the clean up and additional Bulk Items and White Goods that will be accepted during the designated clean-up week and stickers will not be required. 40 COLLECTION FROM MUNICIPAL FACILITIES 40.1 At no additional cost, the Contractor shall collect, transport, and dispose of all refuse, yard-waste and recyclables from all municipal-owned facilities as set forth in Exhibit B. The Contractor shall furnish, at no additional cost to the City, at each municipal building served, containers for refuse, yard-waste and recyclables as requested by the municipality's Designated Representative, with the size to be agreed upon. The City reserves the right to request such containers, in addition to, or increase the size of normal containers, on a permanent or temporary basis. If requested by the City,any and all containers furnished by the Contractor shall be equipped with non-removable hinged covers or lids. Collection and disposal services by the Contractor will be as often as necessary each week,as set forth in Exhibit B. 19IPaLIe 41 STICKER DESIGN AND DISTRIBUTION 41.1 The City, individually,have the sole authority to approve or disapprove the design and construction of the Contractor's stickers. Stickers must be of an approved color,which should be clearly visible at dawn or at dusk by drivers, and which said color should be changed periodically to prevent counterfeiting. The paper used shall be biodegradable and shall contain glue backing that will adhere in sub-zero temperatures as well as in extreme heat. The stickers shall contain the Contractor's name and telephone number, state the name of the municipality and be consecutively numbered for record keeping and balancing purposes.The Contractor will deliver stickers to retail outlets and the City upon request. The sticker price has been set at $2.00 per sticker. 41.2 The Contractor shall be responsible for the printing, distribution, and sale of an ample and always available supply of waste stickers. The Contractor shall arrange for local retail outlets to aid in the sale of the stickers. The City also may act as a disposal sticker retailer for the Contractor. 42. [Section purposefully omitted] 43. BILLING PROCEDURES 43.1 The Contractor shall bill the City individually for all serviced UNITS within the respective municipality. The City shall provide the contractor with the number of occupied UNITS within the municipality on a monthly basis. 44. MONTHLY REPORTING 44.1 The Contractor shall prepare and submit to the City a monthly refuse, yard-waste, recycling material,electronic material and organic material report,due by the 25th of the following month. The report shall include the following information for all residential scavenger service in each municipality covered under this Agreement: 44.2 Refuse - Total weight in tons and total volume in compacted cubic yards of refuse land-filled each month;Number of white goods collected each month; Tipping fee charge per ton at the landfill site; Name and location of the landfill facility and/or transfer station used by the Contractor; and, Copy of all complaints filed by the City customers during the month. 44.3 Yard-waste - Total volume, in compacted cubic yards, of yard-waste collected; Tipping fee charge per compacted cubic yard at the compost facility; Name and location of the compost facility used by the Contractor; and, Copy of all complaints filed by the City customers during the month. 44.4 Recyclable Material-Weekly set-out rate;Monthly participation rate(total number of set-outs divided by the number of homes/dwelling units included in the collection service);Total weight, in pounds, of recyclable materials collected; Revenue received by the Contractor for the sale of recyclables; Tipping fee savings (total weight of recyclable materials collected in tons multiplied by the tipping fee charge per ton at the landfill site); Name and location of processing facility used by the Contractor; and, Copy of all complaints filed by the City customers during the month. 44.5 Electronic Waste—Total weight in pounds and total volume of materials collected. Number of goods collected every month. Name and location of processing facility used by the Contractor; and, Copy of all complaints filed by the City customers during the month. 20IPa c 44.6 Organics Material—Weekly set-out rate in months April-November and bi-weekly set out rate in months December-March; monthly participation rate (total number of set-outs divided by the number of homes/dwelling units included in the collection service); Total weight, in pounds, of organic materials collected; Name and location of the compost facility used by the Contractor; and Copy,of all complaints filed by the City customers during the month. 45. CONSUMER EDUCATION 45.1 Upon request,the Contractor agrees to provide City residents with such educational materials as the City, individually, deems necessary. Educational materials may include notices to be left at resident's property as well as literature describing in detail the refuse, recycling, e- recycling, organics, household hazardous waste and yard-waste collection programs. There shall be no cost to the City or its residents for the printing and distribution of any consumer education materials. 46. TITLE TO WASTES 46.1 All refuse, yard-waste, and curbside recyclables collected shall belong to the Contractor as soon as the same is placed in the Contractor's vehicle. Notwithstanding the foregoing: (a)Contractor shall have no obligation to collect any material which is or contains,or which Con-tractor reasonably believes to be or contain, radioactive, volatile, corrosive, highly flammable,explosive,biomedical,infectious,biohazardous,toxic or hazardous material as defined by applicable federal, state or local laws or regulations ("Excluded Waste"); (b)if Contractor finds what reasonably appears to be discarded Excluded Waste,Contractor shall promptly notify the City and the producer of the Excluded Waste, if the producer can be readily identified; and (c) title to and liability for any Excluded Waste shall remain with the producer of the Excluded Waste, even if Contractor inadvertently collects or disposes of such Excluded Waste. 47. DISPOSAL 47.1 All refuse and yard-waste collected shall be removed from the City by the Contractor as soon as it has been collected; but in any event, not later than noon of the date following collection, and shall not be disposed of in violation of any state, federal or county laws or regulations. 48. RATES AND SPECIAL RATES 48.1 For any services required to be performed under this Agreement, the charge shall not exceed the rates as fixed by the Agreement and set forth in Appendix 1 attached hereto and made a part hereof. For items not otherwise provided for by the Agreement document, and requiring special handling due to size,weight,type of material or method of placement,the charges are to be negotiated between the Contractor and the resident customer for collection and disposal into a landfill or processing facility. 49. SPECIAL & EMERGENCY COLLECTIONS 49.1 The Contractor shall offer special curbside collection service for large quantities of refuse including, but not limited to, construction and demolition debris, and move-in or move-out clean-up rubbish. Such services shall be an advance arrangement with the Contractor at the resident customer request. The collection cost for such services shall be based upon cubic yards and the resident customer shall make payment directly to the Contractor. The Contractor agrees to provide free dumpsters (sizes 1 yard through 30 yards as requested by the City) for refuse and 21IPagc recycling collection during ALL City managed special events. The Contractor agrees to provide free portable toilets and handwashing sinks during ALL City managed special events. The Contractor agrees to provide free dumpsters (sizes 1 yard through 30 yards as requested by the City) for refuse for street sweeping materials throughout the year, as requested by the City. The Contractor agrees to provide 20,20-yard dumpsters at 651 Prairie Pointe Lane over a several week period in late Summer or early fall 2022. The City and the Contractor may mutually agree to emergency pick-up services for disasters including, but not limited to, flood, wind and snow. For items not otherwise provided for by this Agreement, and requiring special handling due to size, weight, type of material or method of placement, the charges are to be negotiated between the Contractor and the resident customer for collection and disposal into a landfill or processing facility. 50. SCHEDULE AND TIME OF COLLECTIONS 50.1 The City shall be divided into collection areas and a regular weekday collection shall be assigned to each area. A map of the City, designating collection areas shall be made a part of this Agreement and attached hereto as Exhibit A. For the subscriber-based(opt-in)organic materials collection, collection will occur on the regular weekday collection day in the months April-November and every other regular weekday collection day in the months December-March. 50.2 The schedule shall not be changed without first obtaining consent from the City Administrator, and not without giving a minimum of thirty (30) days written notice to all parties affected by the change. The City may, at its discretion, waive the minimum time limits required. This waiver must be in writing and signed by the City designee. The Contractor will be required to publish an advertisement twice per week in two separate weekly issues of the local newspapers, no earlier than 60 days prior to the change, with the last advertisement to be no later than fifteen (15) days prior to the schedule change. Failure of the Contractor to maintain said collection schedule shall be considered a breach and default of the Agreement and grounds for immediate termination of the Agreement. 50.3 In no case shall collection commence prior to 6:00 a.m. or continue past 7:00 p.m. on any day during the term of the Agreement. The collection schedule shall not include Saturday or Sunday as a regular collection day for any area in the City. 51. HOLIDAYS 51.1 Collection normally falling on the following holidays may be rescheduled for the first working day following the legal holiday, or on Saturday, as necessary, for that week only. If the holiday falls on a Sunday, service will not be interrupted, and collection will run on a normal schedule New Year's Day Memorial Day Independence Day Labor Day Thanksgiving Day Christmas Day 51.2 The Contractor agrees to inform the City and its residents of changes in normal collections due to holidays by notification through at least two local media outlets or establish a permanent holiday schedule or plan to be printed within the refuse literature. 52. SCHEDULE ADHERANCE 52.1 If, at any time during the term of this Agreement, the Contractor shall collect any section of the City on a day other than the scheduled day,the Contractor shall immediately notify the respective municipality that he is in violation of the Agreement. If a similar violation should occur more than once within the three-week period following the week of the original violation, 22I1) a .� e the City will notify the Contractor by certified mail and withhold any further payment that may be due under the Agreement until the Contractor has furnished evidence satisfactory to the City that the Contractor has taken necessary actions and precautions to prevent further violations. The City may determine that this second or subsequent collection violation as a breach of Agreement, and therefore the City reserves the right to terminate the Agreement. Delays that are occasioned by holidays, or by daily(any 24-hour period)precipitation of four(4) inches or more of rain,or eight (8) inches or more of snow, may not be considered as violations. The City Administrator shall be the judge of whether delays constitute a violation, or not. 53. PLACE OF PICK-UP 53.1 The Contractor is responsible for the public streets, or properly wavered private street curbside pick-up of all residential locations as well as designated locations as requested by the City. 54. REPLACEMENT DAMAGE 54.1 The Contractor is responsible for damages resulting from its careless handling of any receptacle. The Contractor at no extra charge to the user shall replace all containers, which suffer damage caused by the Contractor. If the original container was supplied by the Contractor, the containers so supplied shall remain the property of the Contractor. If the original container was supplied by the resident,then the replacement container shall be the property of the resident. 54.2 Notwithstanding anything herein to the contrary, to the extent supplied by Contractor, in the event that a waste container becomes lost, unsightly, unsanitary, broken, or unserviceable because of the acts or omissions of the Customer(excluding normal wear and tear), the Customer will be charged for the resulting repairs or replacement and such amounts will be paid to Contractor upon demand. 54.3 Except in the case of Contractor'negligence or willful misconduct,Contractor shall not be liable for any damages to pavement, curbing, or other driving surface resulting from the weight of its trucks and equipment. 55. COLLECTION VEHICLES 55.1 All vehicles used for collection purposes, except those exempted by other provisions of these specifications, shall have fully enclosed bodies with self-contained mechanisms to load and compress the material collected. These vehicles must be modern, neat, rear, front, or side-loading packer-type motor trucks, have entry for refuse into the vehicle's collecting body.All vehicles shall be kept watertight to prevent leaking,shall be kept closed except during collections along collection route. All equipment used by the Contractor shall be painted with no rust showing on the cab, chassis or body. Vehicles must be kept in clean, sanitary and quiet operating condition. Vehicles must at all times be supplied with brooms and necessary items to provide for immediate clean up of any litter or mess,which may result from leaking, spilling or blowing during collection procedures. Vehicles shall be clearly labeled with the firm's name, address, and telephone number and have a vehicle identification number printed clearly on each and every vehicle. However, if the Contractor desires to use a vehicle of larger capacity, specific written approval of the specific vehicle shall be required from the City's Designated Representative, after an actual demonstration of the vehicle on the streets of the respective municipality. Overweight vehicles are the responsibility of the Contractor. Contractor is required to comply with weight requirements and safety requirements as established by Illinois Law or City Ordinances for vehicles, vehicle operators and specialty equipment. 56. EMPLOYEES 23I1) a e 56.1 The Contractor shall undertake to perform all disposal services rendered 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 or use of illegal drugs or drugs which impair the ability of the employee or agent to safely and adequately perform his or her (drivers and crew members)job while on duty or in the course of performing their duties under this Agreement. The Contractor shall also agree to ensure that each employee driving a vehicle shall at all times carry a valid operator's license for the type vehicle he/she is driving. 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 Designated Representative. 57. ACCIDENT PREVENTION 57.1 Precaution shall be exercised at all times for the citizens,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. 58. COMPLAINT PROCEDURE 58.1 All complaints received by the Contractor shall be given prompt and courteous attention. The City, individually and the Contractor will agree upon a formalized complaint form to be filled out by the Contractor each and every time a customer contacts the Contractor with a complaint. It will be the Contractor's responsibility to have the complaint forms, on NCR (no carbon required)paper,printed and available for use by the Contractor prior to the commencement of this Agreement. The Contractor will supply the City with sufficient NCR forms for logging of complaints by City staff. Any complaint received by the City shall be immediately communicated to the contractor. The Contractor is required to supply the City with copies of all complaint forms within five(5)business days of a complaint being made, indicating thereon the resolution thereof. 58.2 The Contractor shall provide the City with name,phone number,and email address for an individual to serve as point person for purposes of City staff contact with the Contractor. 59. COMPLAINTS 59.1 Where any dispute arises between a resident/customer and the Contractor,as to the manner or placing of containers for collection or preparation of recyclable materials,or the nature of the Agreement or the like, the Contractor agrees that in the specific instance collection will be immediately made even though in its opinion,the customer is in error;and that it will immediately report the same to the City's Designated Representative so that the City and the Contractor may resolve the dispute, if possible,before additional collection becomes necessary. The intent of this paragraph is to avoid disputes/disagreements between the customers and the Contractor's employees, and to permit disputes/disagreements to be handled by mutual discussion between the Contractor and the City. If a missed pick up is reported by the City or a customer to the Contractor, the Contractor shall collect the refuse, recyclable material or yard-waste from such customer within on (1) business day of notification. All complaints other than missed pickups shall be resolved to the satisfaction of the City within two (2) business days. As noted above, the Contractor shall supply to the City a NCR copy of the complaint form for each and every complaint and on which the nature of the complaint and the disposition is clearly noted. The Contractor shall cooperate with the City in minimizing complaints from customers. Continued unreasonable complaint levels, as determined by the City, or failure of the Contractor to carry out any of its contractual obligations such as, but not limited to, rude treatment, messy pickups, damage to 24IPagc persons or property and early start-up may be due cause for the City to terminate this Agreement after notice and an opportunity to be heard. 60. CUSTOMER VIOLATIONS OF MUNICIPAL CODE 60.1 The Contractor shall have the right to notify any customer of noncompliance with the applicable Yorkville code provisions concerning the handling or disposal of solid waste as those same may apply to such customers. The Contractor shall report any continuance of any such noncompliance to the respective City. 61. NEW CUSTOMERS 61.1 The Contractor agrees to provide service immediately to all new customers,even if the new customer neglected to first notify or request collection services. The City agrees to make every effort possible to alert the new customer to the collection procedure for refuse,recycling and yard-waste. 62. EXCLUSIVE GRANT/INTENT 62.1 The City agrees that in consideration of the faithful performance of the obligations herein undertaken by the Contractor, the City does, by execution of this Agreement pursuant to City Code, give and grant to the respective Contractor, for the term of this Agreement only, the sole and exclusive Class A License to collect and dispose of all residential solid wastes. The Agreement shall include all residences (attached single-family and detached single-family as defined herein)and municipal facilities as required within the corporate boundaries of the City of Yorkville. This grant expressly includes the right and duty to service any land annexed to the City where new residences or municipal buildings have been constructed during the term of this Agreement. Service will be provided on the same terms as set forth herein. The City shall communicate any changes to the corporate boundaries or service area resulting from annexations, zoning actions, site plan approvals, construction, etc., to the Contractor. It is the intent of this Agreement to obtain, throughout its term, clean, courteous, well scheduled, and well-executed collection and disposal or processing of refuse, recycling and yard-waste from properties in the City of Yorkville. While the City recognizes that any collection service involves minor customer operating problems,the intent of this Agreement is to ensure that any such operating problems are minimized to the extent possible and corrected as soon as possible. 63. QUALIFICATIONS/REFERENCES 63.1 The Contractor shall provide at least five (5) references of"like" public agencies with current contacts in accordance with Appendix 4 and shall indicate if appropriate, which municipality has implemented a volume-based program. Contractor shall complete the attached Appendix 6 listing its qualifications. 64. PROPOSAL SECURITY 64.1 Each proposal shall be accompanied by proposal security, which shall be in the form of a certified check or a bank cashier's check in the amount of five thousand dollars($5,000), made payable to the City of Yorkville. Proposals submitted without the required security shall be rejected. After formal written notification by the City that a Agreement award decision has been made,the proposal security of the successful Contractor shall be forfeited to the City in the event that the Contractor shall withdraw its proposal, or neglect or refuse to enter into a Agreement and required bond, and the Contractor shall be liable for any damages the City may thereby suffer. 64.2 Proposal securities shall be released as follows: (1) The successful Contractor's security shall be retained until the required performance bond ($500,000.00) has been furnished; (2)Proposal securities of the proposing Contractors shall be held until the successful Contractor's 25If' age performance bond has been furnished, at which time the checks will be promptly returned to the unsuccessful Contractors 65. TERM OF AGREEMENT 65.1 The term of the Agreement will be Five (5) years, and shall commence at 12:01 a.m. on May 1,2022 and shall remain in full force and effect through termination at 11:59 p.m. on April 30, 2027. Upon request, the City may exercise an option to extend the Agreement term for an additional one (1) year period ending at 11:59 p.m. on April 30, 2028. The Contractor may negotiate in good faith, on request of the City, for an extension to the Agreement, provided that the Agreement extension is approved by the City Council no later than one hundred twenty (120) days before the termination of the existing Agreement. 66. STICKER REFUND 66.1 At the end of the Agreement term, should the City select a different scavenger service, the Contractor agrees to refund to all customers, retailers and the City, the full purchase price of all refuse/yard-waste stickers returned to the Contractor within one hundred twenty (120) days after the end of such term. 65. PERFORMANCE BOND 65.1 The Contractor shall provide a performance bond issued by a surety in an amount of$500,000 to the City. 66. EMERGENCIES 66.1 The Contractor agrees that should any emergency arise by reason of storm, tornadoes, or other act of God which require additional hauling equipment by the City, the Contractor's equipment shall be placed at the disposal of the City 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. 67 LOCAL IMPROVEMENTS 67.1 The City of Yorkville reserves the right to construct any improvement or to permit any construction in any street, which may have the effect for a time of preventing the Contractor from traveling his accustomed route or routes for collection. The Contractor shall, however, by an acceptable method,continue to collect the refuse,yard-waste and recyclables to the same extent as though no interference existed upon the streets formerly traveled. This shall be done without extra cost to the City of Yorkville. 68. TAXES,LICENSES & PERMITS 68.1 The Contractor shall pay all sales, use, property, income, and other taxes that are lawfully assessed against the City or the Contractor in connection with the Contractor's facilities and the work included in this Agreement, and shall obtain and pay for all licenses, permits, certificates of authority,and inspections required for the work. The Contractor shall furnish to the City satisfactory evidence that it has all permits, licenses, and certificates of authority required to operate for the term of this Agreement. 68.2 Notwithstanding anything to the contrary,the Contractor may pass through and the City shall pay any cost incurred by the Contractor as the result of any new state law, federal law or local ordinance which shall apply to all providers of scavenger services in the State of Illinois. 69. DEFAULT 26I1' age 69.1 If the Contractor fails to observe the established schedule for more than two (2) consecutive working days, and in the opinion of the City's Designated Representative, there has not been sufficient cause to justify such lack of observance, the City , respectively, shall serve notice, either personally or by affixing such notice to the local premises of the Contractor, that this Agreement shall be in default if the Contractor does not take action to re-establish the schedule within twenty-four(24) hours of said notice. If at the end of the twenty-four(24) hour period, the Contractor has not made the necessary corrections, the City shall take such steps as are necessary,to provide services according to the collection schedule submitted by the Contractor. The Contractor will be liable for any costs of such steps from the date of the notice of default. If deemed necessary by the City's Designated Representative, the City shall have the right to take over ail equipment and facilities of the Contractor for a period of up to one-hundred-twenty (120) days from the date of notice of default. 70. STRIKES/FORCE MAJEURE 70.1 The Contractor shall be required to file proof with the City Administrator, or their designee that it has a "no strike" provision for the duration of all collective bargaining agreements with its workers. Upon execution of any new agreement, the Contractor shall forward to the City Administrator within thirty (30) days thereafter, proof that said agreement also contains a "no strike" clause. 70.2 In the event that the Contractor shall fail to collect, remove and properly dispose of the waste in accordance with the terms of this Agreement,for a period of five(5)business days or more, the City, may, at its option, cause such waste to be collected and disposed of by any reasonable means available to the City, and the cost thereof may be charged against the Contractor and the performance bond furnished by the Contractor. The foregoing option shall not be available to the City, if the Contractor's failure so to collect and remove waste for the period was due to unusual weather conditions, or some other "act of God," which rendered such collection and removal impossible to perform. The Contractor shall not be liable for the failure to perform its duties if such failure was caused by a catastrophe, riot, war, government order or regulation, fire, accident or any similar contingency beyond the reasonable control of the Contractor. "Act of God" does not include any strike, sympathy strike, slowdown, sit-down, stoppage of work, refusal to perform overtime, mass absenteeism, refusal to cross a picket line or any other similar concerted action or intentional interruption or disruption of the operations of the Contractor by Contractor's own employees (the foregoing collectively referred to as "labor dispute"), provided, however, that in the event that the City exercises its option under this Article to collect and dispose of waste by other reasonable means because of the Contractor's failure to perform due to a labor dispute, the total amount charged against the Contractor by the City can only be an amount which is in excess of the total amount that the City would have otherwise paid to the Contractor for collection over the duration of the labor dispute. The Contractor shall promptly notify the City in writing of any event covered by this Section and the date, nature and cause thereof. Such notice shall indicate the anticipated extent of such delay and the obligations under this Agreement to be affected thereby. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement as of the day and year first above written: 27IPac, e OWNER:EJNfEl)CITY ORKVII.1_i' By' Muyor esi: , CONTRACTOR. ity CI c By: ...---- Si��airerr Aaom tAe.ri ¢r►. or/re,., U P. ,�',�. ► Print Name and Title j-j1-a�. r AWN _ k 11 42 yiness Mun-dGirp& Cv+�, e tT ll 28IPaure Appendix 1 Plan Description May 1,2022 to May 1,2023 to May 1,2024 to May 1,2025 to May 1.2026 to April 30.2023 April 30,2024 April 30,2025 April 30,2026 April 30,2027 35GallonTote S 17.81 S 18.52 519.26 $ 20.03 S20.83 (Senior Only) Refuse Collection 65 Gallon Tote S 18.79 S 19.54 S20.32 $ 21.13 $21.98 96 Gallon Tote S 18.99 S 19.75 $20.54 $ 21.36 522.21 Total S N/A S N/A S N/A S N/A 5 N/A Plan Description May 1,2022 to May 1,2023 to May 1,2024 to May 1,2025 to May 1,2026 to April 30,2023 April 30,2024 April 30,2025 April 30,2026 April 30,2027 35 Gallon Tote $ NO BID S NO BID S NO BID $ NO BID S NO BID Refuse Collection& 65 Gallon Tote S NO BID S NO BID $ NO BID $ NO BID S NO BID Household Hazardous 96 Gallon Tote S NO BID S NO BID S NO BID $ NO BID S NO BID Waste Total S NO BID S NO BID $ NO BID $ NO BID $NO BID 29II' au. c United City of Yorkville APPENDIX 2 REQUIRED RECYCLABLES TO BE COLLECTED The City requires that the Contractor shall collect the following recyclable material for the entire term of the contract. Additionally, the Contractor is encouraged to identify additional items they will be collecting, not on the current list. Required Recyclable Materials • brown paper bags • corrugated cardboard • boxes and cartons • chipboard/paperboard (to include brown or gray box board or paperboard, cereal boxes, shoe boxes, &paper towel cores) • magazines and catalogues • mixed paper, glossy & non-glossy (to include stationary, notebook paper, post-it notes, computer paper, typing paper, flyers, greeting cards, file folders and all envelopes,with and without windows) • newspaper(including all supplements) • telephone books • wet strength carrier stock(to include paper board used for refrigerated and frozen items) • frozen food packages • aerosol cans • aluminum cans and foil • formed aluminum containers and wraps • aseptic packaging and gable top containers • formed steel containers • glass bottles and jars(brown, green, and clear) • plastic containers (colored or cloudy white HDPE milk,juice and/or water bottles, jars and jugs) • all plastic containers#1 through#5 and plastic containers#7 • LDPE and HDPE soft plastic six(6)and twelve (12)pack rings • steel cans • steel paint cans and lids • household batteries Other Recyclable Materials Proposed by Contractor ❑ Please see "Deviations & Exceptions" tab. 40 United City of Yorkville Please see "Deviations & Exceptions" tab. APPENDIX 3 SCHEDULE OF ALTERNATIVES AND DEVIATIONS Please list any proposed alternative or deviation to the minimum standards outlined in the specifications section of this document. (Please attach additional sheets if necessary.) Section Paragraph Explanation of Alternative/Deviation 41 GROOT groot.com DEVIATIONS & EXCEPTIONS or its subcontractors, and the Proposer, its employees, or its subcontractors, and the Proposer shall at its own expense, appear, defend and pay all reasonable charges of attorneys and all costs and other expenses arising therefrom or incurred in connection therewith, and, if any judgment shall be rendered against the City in any such action, the Proposer shall, at its own expense, satisfy and discharge the same. This Agreement shall not be construed as requiring the Proposer to indemnify the City for its own negligence or that of third parties. The Proposer shall indemnify, keep and save harmless the City only to the extent a loss was caused by the negligent, willful or reckless acts or omissions of the Proposer, its employees, or its Subcontractors." (3) Contractor objects to the phrase "Applicable on a per project basis" in Section 15.1 and requires it be deleted. (4) Contractor objects to the phrase "additional insured" in Section 15.6 and requires it be deleted and replaced with "additional insured to the extent such obligations are assumed hereunder by Contractor". (5) Contractor objects to the last sentence of Section 15.8 and requires it be deleted in its entirety. (6) Contractor takes exception to Section 19.1 to the extent it would require written consent of the City Administrator in the event of an assignment or subcontract to a subsidiary or an affiliated entity of Contractor. (7) Contractor objects to Section 21.1 and requires a reasonable period of time to cure the alleged breach or default prior to City exercising its remedies pursuant to the agreement. (8) Contractor takes exception to Section 53.1 and requires the following concept be incorporated into the final contract between the parties: Notwithstanding anything herein to the contrary: (a) Contractor shall have no obligation to collect any material which is or contains, or which Con- tractor reasonably believes to be or contain, radioactive, volatile, corrosive, highly flammable, explosive, biomedical, infectious, biohazardous, toxic or hazardous material as defined by appli- cable federal, state or local laws or regulations ("Excluded Waste"); (b) if Contractor finds what reasonably appears to be discarded Excluded Waste, Contractor shall promptly notify the City groot corn GROOT DEVIATIONS & FXCEPTIONS Groot, Inc. ("Contractor" or "Proposer") offers the following items to be incorporated into the resulting contract and as exceptions to the Request for Yorkville Solid Waste Collection Services (the "RFP") is- sued by the United City of Yorkville (the "City"). Contractor's proposal is subject to and contingent up- on these exceptions. These items are intended to identify areas of concern and remain negotiable. Along with the exceptions is some explanation to provide the City with Contractor's thoughts behind such ex- ceptions. Contractor's bid submission is contingent upon and subject to the exceptions and objections contained herein. Specifically, Contractor objects, and does not agree, to any provision of the RFP to the extent such would require a penalty, fine, fee or forfeiture of a bond in the event that the parties are una- ble to agree on, and ultimately enter into a contract, the terms of this RFP after good faith negotiations, including the objections and exceptions contained herein. We appreciate your consideration and welcome the opportunity to work with you on reaching agreeable terms. Unless defined herein, capitalized terms shall have the meanings set forth in the RFP. (1) Contractor takes a general exception to any requirement of the RFP requiring confidential, propri- etary or otherwise privileged information, including financials, of the Contractor. Contractor is a subsidiary of Waste Connections, Inc. ("WCN"). WCN is a publicly traded company whose shares trade on the New York Stock Exchange. Periodic and annual financial information is re- ported to the U.S. Securities and Exchange Commission ("SEC"). Audited financial information is provided in WCN's annual Form 10-K and quarterly Form 10-Q filings with the SEC. Copies of WCN's periodic and annual filings are available online at www.sec.gov. Separate financial statements are not prepared for Contractor. To the extent that the foregoing financial information does not satisfy the requirements in the RFP, Contractor takes exception to such requirements. (2) Contractor objects to Section 9.1 of the RFP and requires it be deleted in its entirety and replaced with the following or other mutually agreeable language (added language underlined): "To the fullest extent permitted by law,the Proposer shall indemnify, keep and hold harmless the City and its agents, officers, and employees, against all injuries, deaths, losses, damages, claims, suits, liabilities,judgments, costs and expenses, which may arise to the extent directly or indirect- ly from any negligence or from the reckless or willful misconduct of the Proposer, its employees, 11\ GROOT groot.com DEVIATIONS & EXCEPTIONS and the producer of the Excluded Waste, if the producer can be readily identified; and (c) title to and liability for any Excluded Waste shall remain with the producer of the Exclud- ed Waste, even if Contractor inadvertently collects or disposes of such Excluded Waste. (9) In addition to the terms set forth in the RFP, the following concepts need to be incorporated into the final form of the resulting contract: a. Notwithstanding anything herein to the contrary: (a) Contractor shall have no obligation to collect any material which is or contains, or which Contractor reasonably believes to be or contain, radioactive, volatile, corrosive, highly flammable, explosive, biomedical, infec- tious, biohazardous, toxic or hazardous material as defined by applicable federal, state or local laws or regulations ("Excluded Waste"); (b) if Contractor finds what reasonably ap- pears to be discarded Excluded Waste, Contractor shall promptly notify the City and the producer of the Excluded Waste, if the producer can be readily identified; and (c) title to and liability for any Excluded Waste shall remain with the producer of the Excluded Waste, even if Contractor inadvertently collects or disposes of such Excluded Waste. b. The City must comply with any description of and/or procedures with respect to removal of contaminants or preparation of recyclable materials as reasonably provided by Contrac- tor. If the City fails to do so, Contractor may decline to collect such materials without be- ing in breach of the contract. Contractor shall not be responsible for and has not made any representation regarding the ultimate recycling of such recyclable materials by any third party facilities. c. The rights granted to Contractor under the contract shall be exclusive. The City may, in its sole discretion, enforce the exclusivity provisions of the contract against third-party viola- tors, taking into account the cost of doing so and other factors. Contractor may inde- pendently enforce the exclusivity provisions of the contract against third-party violators, including, but not limited to, seeking injunctive relief and/or damages, and the City shall use good-faith efforts to cooperate in such enforcement actions brought by Contractor. The City shall use its best efforts to adopt ordinances, rules or regulations that have the /-1" GROOT groot.com DEVIATIONS & EXCEPTIONS effect of requiring third parties, including, without limitation, customers, to comply with the provisions of the contract, including, without limitation, the exclusive service rights granted to Contractor pursuant to the agreement. d. Except in the case of Contractor' negligence or willful misconduct, Contractor shall not be liable for any damages to pavement, curbing, or other driving surface resulting from the weight of its trucks and equipment. e. Notwithstanding anything herein to the contrary, to the extent supplied by Contractor, in the event that a waste container becomes lost, unsightly, unsanitary, broken, or unservice- able because of the acts or omissions of the City (excluding normal wear and tear), the City will be charged for the resulting repairs or replacement and such amounts will be paid to Contractor upon demand. f. Any equipment furnished hereunder by Contractor shall remain the property of Contrac- tor; however, the customers and the City (as applicable) shall have care, custody and con- trol of the equipment while at the service locations. Customers and the City shall not over- load (by weight or volume), move or alter the equipment, and shall use the equipment on- ly for its proper and intended purpose. Customers and the City must provide unobstructed access to the equipment on the scheduled collection day. The word "equipment" as used herein shall mean all containers used for the storage of non-hazardous solid waste. g. Notwithstanding anything herein to the contrary, Contractor may pass through and the City shall pay to Contractor any documented increases in and newly imposed taxes, fees or other governmental charges assessed against or passed through to Contractor (other than income or real property taxes). h. Except for the payment of amounts owed hereunder, neither party hereto shall be liable for its failure to perform or delay in its performance hereunder due to contingencies be- yond its reasonable control including, but not limited to, strikes, riots, compliance with laws or governmental orders, inability to access a container, fires, inclement weather and acts of God, and such failure shall not constitute a breach under the contract. United City of Yorkville Please see "References" tab. APPENDIX 4 SCHEDULE OF ILLINOIS MUNICIPALITIES SERVED Please list municipal references. (Please attach additional sheets if necessary) Municipality Contact Name& Service Explanation of Collection and Telephone Number Dates Disposal_Program 42 GROOT groot.com REFERENCES Currently,we have exclusive contracts in 81 communities with over 600,000 residences serviced every week. Additional references are available upon request. Community Served Service Provided City of West Chicago Contract Start: 2005 475 Main Street Modified Volume Based Program West Chicago, IL 60185 5,300 units serviced-Providing refuse, recycling& Mr. Michael Guttman, City Administrator yard waste services (630)293-2200 Village of Bellwood Contract Start: 1994 3200 Washington 5,600 units serviced Bellwood, IL 60104 Providing refuse &recycling services Mr. Peter Tsiolis,Economic Dev. Director (708) 547-4045 Village of Brookfield Contract Start: 1964 8820 Brookfield Ave. 5,837 units serviced Brookfield, IL 60513-1688 Providing refuse, recycling& Mr. Tim Wiberg, Village Manager yard waste services (708)485-7344 Village of Oswego Contract Start: 2012 100 Parkers Mill 9,400 units serviced Oswego, IL 60560 Providing refuse,recycling&yard waste Mr. Dan Disanto Village Administrator services (630) 554-3618 City of Aurora Contract Start: 2015 44 E Downer Place Residential Franchise: 46,174 units serviced Aurora, IL 60505 Providing: refuse, recycling&yard waste services Mr. Kelvin Beene, Property Standards Manager (630)256-3771 United City of Yorkville APPENDIX 5 LOCATION OF DISPOSAL FACILITIES Please provide below information concerning the facilities,which are intended to be used for the disposal of refuse,yard waste, organics and recyclable materials collected at the curbside. (Please attach additional sheets if necessary.) REFUSE Name of Facility Facility Address Disposal Limitations Plano Transfer Station 4705 Kendall Farms Rd N/A Plano, IL 60545 1995 Powis Rd N/A Dukane Transfer Station West Chicago, IL 60185 RECYCLING Name of Facility Facility Address Disposal Limitations Groot Plano 710 E South St Transfer Station Plano, IL 60545 N/A 10111 Andersen Ave Resource Management N/A Chicago Ridge, IL 60415 YARD WASTE Name of Facility Facility Address Disposal Limitations 2954 U.S. 52 Compost Supply N/A Sheridan, IL 60551 43 United City of Yorkville ELECTRONIC WASTE Name of Facility Facility Address Disposal Limitations Varies ORGANIC MATERIAL Name of Facility Facility Address Disposal Limitations 2954 U.S . 52 Compost Supply N/A Sheridan, IL 60551 HOUSEHOLD HAZARDOUS WASTE Name of Facility Facility Address Disposal Limitations N/A 44 United City of Yorkville APPENDIX 6 CONTRACTOR QUALIFICATIONS Name of Business: Groot Recycling & Waste Services, Inc . Business Address: Mailing Address: 2500 Landmeier Rd, Elk Grove Village, IL 60007 Business Number: 7 7 3-2 4 2-19 7 7 Emergency Number: 8 4 7-5 3 2-10 4 5 Fax Number: 773-601-8639 Ownership: Individual Partnership Corporation Franchise or Parent Company(if applicable): Waste Connections 3 Waterway Square P1 #110 The Woodlands, TX 77380 List all Partners, Managers, and Corporate Officers: Name Title Residence Phone Please see attached at the end of this section. Days of Operation: Monday - Friday Business Hours: 7 : 0 0 a.m. to 5 : 0 0 p.m. Number of Employees: Supervisors: 25 Drivers: 361 Office Personnel: 146 45 United City of Yorkville Signature: Date: 10/25/2021 Adam Gooderham, Division Vice President Officers: Name Office Ronald J. Mittelstaedt Executive Chairman Worthing F. Jackman President and Chief Executive Officer Mary Anne Whitney Executive Vice President, Chief Financial Officer and Assistant Secretary Darrell W. Chambliss Executive Vice President and Chief Operating Officer and Assistant Secretary David G. Eddie Senior Vice President and Chief Accounting Officer David M. Hall Senior Vice President—Sales and Marketing James M. Little Senior Vice President — Engineering and Disposal Patrick J. Shea Senior Vice President, General Counsel and Secretary Matthew S. Black Senior Vice President and Chief Tax Officer Robert M. Cloninger Vice President, Deputy General Counsel and Assistant Secretary Keith P. Gordon Vice President—Information Systems Eric O. Hansen Vice President—Chief Information Officer Michelle L. Little Vice President—Accounting Shawn W. Mandel Vice President—Safety and Risk Management Susan R.Netherton Vice President — People, Training and Development Scott I. Schreiber Vice President — Equipment and Operations Support Gregory Thibodeaux Vice President—Maintenance and Fleet Management Colin Wittke Vice President—Sales Richard K. Wojahn Vice President—Business Development Jason Craft Regional Vice President—Eastern Region Doug McDonald Regional Controller—Eastern Region Directors: Ronald J. Mittelstaedt Address for all Officers and Directors: 3 Waterway Square PI., Ste. 110, The Woodlands, TX 77380 m MONTGOMERY i l � .40 re 151.illi -- OSWEGO i n OP -4 ion!" 4.1.' lialt )_ .\ I ) . 34 , _. PLANO likopC_:4-2 � tr C'. t �! 0 I; I OSWEGO i i D 17 i I I - L_ 1 i 'ly _ (III lif I i I �►/ _. ' a 11`...... t '(. +:' I-, t,ji, MILLBROOK L — et /Ki I� :___., , , , , , .._ . ,.....„. ... 47 - i I i I I Il LEGEND Q Monday Pick Up - _-. ISTuesday Pick Up Q Wednesday Pkk Up IIM Thursday Pkk Up Friday Pkk Up Eu c,` 2022 GARBAGE PICK UP LOCATIONS&PICK UP DAYS ^� • ADDRESS: 4. UNITED CITY OF YORKVILLEa ,ILLINOIS a $00 Game Farm Road,Yorkville Illinois DATE:January 25,2022 •• 'tie- DATA:All permit data and geographic data are property of the United City of Yorkville LOCATION:(l:t//YCommunity Development/Groot/Garbage Weekly Map United City of Yorkville EXHIBIT B SERVICES FOR MUNICIPAL AND PUBLIC FACILITIES Location Service Type Size Frequency Yorkville Library Refuse 1-1.5 yd lx/wk 902 Game Farm Road Recycling 1-1.5 yd lx/wk Yorkville City Hall and Refuse 1-6 yd 2x/wk Police Department Recycling 1-2 yd cardboard lx/wk 800 Game Farm Road Recycling(paper) 6-96 gallon toters lx/wk Future 651 Prairie Point (approximately 10/22) Yorkville Public Works Recycling 1-2 yd cardboard lx/wk 610 Tower Lane Refuse 1-20 yd open lx/wk Yorkville Administration Refuse 1-20 yd open lx/wk and Recreation Center Recycling 2-96 gallon toter lx/wk Building Recycling 1-1 yd cardboard lx/wk 201 W.Hydraulic Avenue Yorkville Parks Refuse 1-20 yd open lx/wk Maintenance Building Recycling 1-96 toter lx/wk 185 Wolf Street Yak Shack Refuse 1—2 yd lx/wk 102 E.Van Emmon Recycling 1—96 gallon toter lx/wk Ice Cream Shop Refuse 1—2 yd lx/wk _301 E.Hydraulic Recycling 2—96 gallon toters lx/wk Bridge Park Refuse 1—2yd lx/wk 3651 Kennedy Road Recycling 10—96 gallon toters lx/wk Yorkville Beecher Center Refuse 1-4yd refuse lx/wk 908 Game Farm Road Recycle 1-2yd recycle lx/wk All City Rentals When Refuse 96 gal.toters, 33 gal. toters, 18 Required gal.toters 30 yd open dumpster (Exhibit B continued) The location of the facilities,the number of facilities,their bin/tote size, and pickup schedule are subject to change throughout the lift of the contract. The Contractor shall provide,at no cost to the City,the collection and disposal of all refuse, recycling, and yard waste,or more often if requested by the City. A comprehensive recycling program shall also be provided at no cost for the municipal facilities listed above(new or additional facilities may be added at any time during the Contract term). The Contractor shall be responsible for supplying all service equipment associated with totes and containers/dumpsters to said facilities as set forth in the Contract. All special events to have port-a-potties and hand washing stations and 2yd dumpsters. 48