Loading...
Public Works Committee Packet - 7/20/2015 CITY OF MUSKEGO PUBLIC WORKS COMMITTEE AGENDA July 20, 2015 6:00 PM Aldermen’s Room – Upper Level of City Hall, W182 S8200 Racine Avenue CALL TO ORDER PLEDGE OF ALLEGIANCE ROLL CALL STATEMENT OF PUBLIC NOTICE APPROVAL OF MINUTES HELD JUNE 15, 2015 STATUS OF PROJECTS Discussion update. No formal action may be taken on any of the following: 1. Woods Road Bridge 2. 2015 Road Improvement Program/Penn Lane Construction 3. Jensen Park Lift Station Upgrade 4. Moorland Road Reconstruction 5. Bay Lane Alternatives Analysis UNFINISHED BUSINESS Discussion update and possible action may be taken on any or all of the following: 1. Review Refuse and Recycling collection Request for Proposals for 2016-2020 NEW BUSINESS Discussion update and possible action may be taken on any or all of the following: 1. Review request from Bryon Hrin to consider allowing driveway access to Parker Drive from parcels identified by Tax Keys 2280-999-010 and 2280-999-011. 2. Review and potential approval of the 2014 Compliance Maintenance Annual Report 3. Review Bay Lane Public Information Meeting comments and discuss alternatives NEW BUSINESS PLACED ON FILE (The following items have been placed on file for staff review. Upon completion of review, staff will submit a supplement detailing options and possible course of action to committee members.) COMMUNICATIONS AND MISCELLANEOUS BUSINESS AS AUTHORIZED BY LAW ADJOURNMENT NOTICE IT IS POSSIBLE THAT MEMBERS OF AND POSSIBLY A QUORUM OF MEMBERS OF OTHER GOVERNMENTAL BODIES OF THE MUNICIPALITY MAY BE IN ATTENDANCE AT THE ABOVE-STATED MEETING TO GATHER INFORMATION; NO ACTION WILL BE TAKEN BY ANY GOVERNMENTAL BODY AT THE ABOVE-STATED MEETING OTHER THAN THE GOVERNMENTAL BODY SPECIFICALLY REFERRED TO ABOVE IN THIS NOTICE. ALSO, UPON REASONABLE NOTICE, EFFORTS WILL BE MADE TO ACCOMMODATE THE NEEDS OF DISABLED INDIVIDUALS THROUGH APPROPRIATE AIDS AND SERVICES. FOR ADDITIONAL INFORMATION OR TO REQUEST THIS SERVICE, CONTACT MUSKEGO COMMUNITY DEVELOPMENT DEPARTMENT, (262) 679-4136. Unapproved CITY OF MUSKEGO PUBLIC WORKS COMMITTEE MINUTES June 15, 2015 6:00 PM Aldermen’s Room – Upper Level of City Hall, W182 S8200 Racine Avenue CALL TO ORDER Ald. Bob Hammel called the meeting to order at 6:00 PM. PLEDGE OF ALLEGIANCE Those present recited the Pledge of Allegiance. ROLL CALL Present: Ald. Hammel, Ald. Borgman, and Ald. Kupasta. Also present: Public Works Director David Simpson. STATEMENT OF PUBLIC NOTICE The meeting was noticed in accordance with the open meeting laws. APPROVAL OF MINUTES FROM THE MAY 18, 2015 MEETING. Alderman Borgman made a motion to approve the minutes of the May 18, 2015 meeting. Alderman Kapusta seconded. Motion Passed 3 in favor. STATUS OF PROJECTS Discussion update. No formal action may be taken on any of the following: Woods Road Bridge 2015 Road Improvement Program/Penn Lane Construction Jensen Park Lift Station Upgrade Moorland Road Reconstruction Bay Lane Alternatives Analysis UNFINISHED BUSINESS Discussion update and possible action may be taken on any or all of the following: Review Refuse and Recycling collection contract options for 2016-2020 NEW BUSINESS Discussion update and possible action may be taken on any or all of the following: Review request from Inpro Corporation to allow a monument sign within the vision corner at Mercury Drive and Janesville Road. Alderman Borgman made a motion to approve the request from Inpro Corporation to allow a monument sign within the vision corner at Mercury Drive and Janesville Road. Alderman Kapusta seconded. Motion Passed 3 in favor. NEW BUSINESS PLACED ON FILE (The following items have been placed on file for staff review. Upon completion of review, staff will submit a supplement detailing options and possible course of action to committee members.) COMMUNICATIONS AND MISCELLANEOUS BUSINESS AS AUTHORIZED BY LAW ADJOURNMENT Alderman Borgman made a motion to adjourn at 6:37 PM. Alderman Kapusta seconded. Motion Passed 3 in favor. CITY OF MUSKEGO Staff Report to Public Works Committee To: Public Works Committee From: David Simpson, P.E., Director of Public Works/City Engineer Subject: Refuse-Recycling Pickup and Transportation Contract Date: July 15, 2015 Based on past conversations at the Committee I have edited the attached Request for Proposals to include the following provisions. I would like to make any last changes at the Committee on July 20th so that the final RFP can be release on July 23rd. The RFP is written to include the following:  Asks for prices to collect recyclables and haul to the joint County/Milwaukee recycling facility and for the contractor keeping the recyclables.  Asks for a price for manual collection and automated collection.  Asks for costs to have the carts to be owned by the City if automated collection is chosen. Both a 96 gallon and 64 gallon cart would be available.  Has extended the yard waste drop off site hours to 2:00pm.  States that when a resident has Friday collection they will be allowed to call for Monday collection if needed.  If automated collection is chosen we are asking for a length of drive exemption. I currently have it written as 1,000 feet, which is approximately 112 homes but this can easily be changed per Committee direction. The following other lengths have been calculated as well: 900 feet/138 homes, 800 feet/170 homes, 700 feet/195 homes, 600 feet/245 homes, 500 feet/327 homes, 400 feet/457 homes.  If automated collection is chosen we have it written that resident would be allowed to set out additional bags every week. I would like to issue the RFP on July 23rd with questions due by August 14th so that we can discuss the questions at the August 17th PW Committee meeting if needed so that an amendment can be issued August 20th with a proposal due date of August 27th. Recommendation for Action by Committee: Recommend approval of the attached RFP. Page 1 of 1 City of Muskego REQUEST FOR PROPOSAL FOR CITY OF MUSKEGO REFUSE & RECYCLING COLLECTION CONTACT INFORMATION RFP Coordinator David Simpson E-mail dsimpson@cityofmuskego.org Fax 262-679-5614 Mailing Address W182S8200 Racine Ave., Muskego, WI 53150 SCHEDULE OF EVENTS The following dates are provided for your information and planning purposes. Although every effort will be made to follow this schedule, we reserve the right to modify the dates as necessary. RFP released: July 23, 2015 Questions Due: August 14, 2015 Amendment Issued: August 20, 2015 Proposals Due: August 27, 2015 Proposal Requirements, Page 1 of 3 REQUEST FOR PROPOSAL PREPARATION, SUBMISSION, PROCESS AND AWARD RECOMMENDATION 1. COMMUNICATION The RFP Coordinator assigned to this RFP, along with contact information, is noted on the previous page. The RFP Coordinator is the sole point of contact during this process and no information provided by any other personnel will be considered binding. The City of Muskego prohibits communication initiated by the respondent to any City of Muskego official, employee or representative evaluating or considering the proposals with regards to this RFP or respondent’s proposal, prior to the time an award recommendation has been made. All respondents should use this written document, its attachments, references and amendments as the sole basis for responding. 2. CLARIFICATIONS/AMENDMENTS If you discover any significant ambiguity, error, omission or other deficiency in the RFP, immediately notify the RFP Coordinator in writing. All other questions, clarifications or exceptions regarding the RFP document must be raised prior to the submission of the proposal. Please note the due dates and times noted on Page 1 for final questions. All questions must be submitted to the RFP Coordinator in writing, via fax or email, with the RFP Description clearly identified. If it becomes necessary to clarify or revise any part of this RFP, amendments will be posted to the City’s website; www.cityofmuskego.org, in accordance with the Schedule of Events. It is the responsibility of prospective vendors to check the website for any amendments prior to the opening date. All amendments must be acknowledged on the RFP Signature Page in the area provided. Failure to do so may result in your response being rejected. 3. PRE-PROPOSAL CONFERENCE There will be no pre-proposal conference. 4. CONTENTS OF PROPOSAL All attachments, additional pages, addenda or explanations supplied by the vendor with their proposal will be considered as part of the proposal response. 5. NONCONFORMING TERMS AND CONDITIONS A response that includes contractual terms and conditions that do not conform to the contractual terms and conditions in the RFP document are subject to rejection as nonresponsive. The City of Muskego reserves the right to permit the respondent to withdraw nonconforming terms and conditions from its response or negotiate changes to the contractual requirements prior to making a determination of responsiveness. 6. AMENDMENT/WITHDRAWAL OF PROPOSALS BY VENDOR After receipt by the City of Muskego, vendor proposals may only be amended by submitting a later dated proposal that specifically states that it is amending an earlier proposal. No proposal may be amended after the opening date unless requested by the City of Muskego or as part of the negotiation process. Proposals may be withdrawn only in total, and only by a written request to the City of Muskego prior to the time and date scheduled for opening of proposals. 7. PROPOSAL FORMAT & SUBMISSION Proposal Requirements, Page 2 of 3 a) Format: In order for the City to adequately compare proposals and evaluate them uniformly and objectively, firms must complete only the Proposal Response and Pricing Documents provided by the City of Muskego; i.e. do not submit the Proposal Response Document and a response in another form/format. The Proposal Response document is posted on the City of Muskego website along with this RFP. Failure to use the Proposal Response document may result in your response being rejected. Although additional documents/attachments may be submitted as supplements to the response, they should not be excessively long or in an elaborate format. They are not to be used in place of responding to the questions in the Proposal Response document, i.e. do not respond with “Reference Attachment.” Unnecessary attachments beyond those sufficient to present a complete, comprehensive and effective response should not be included. Proposals will be evaluated based on content, not aesthetics. b) Proposal Response Submission: Respondent must submit via email to dsimpson@cityofmuskego.org no later than 2:00 P.M. CST on August 27th, 2015. You should receive an email confirming receipt of your submission. If you do not receive confirmation of your submission please call 262-679-4145 to make arrangements for alternate submittal options. c) Response Receipt/Opening: Responses received after the due date and time may be rejected. Proposal responses will be opened and the name of the respondents read. However, details of each proposal, including proposed fees, will not be announced at the time of opening. Such information shall be made public after an award recommendation has been made and all negotiations are completed. 8. EVALUATION & AWARD RECOMMENDATIONS Award recommendations will be made to the responsive, responsible, qualified Contractor who complies with the requirements as it pertains to the overall needs of the City of Muskego. The City of Muskego will negotiate with the firm which that the City chooses. 9. OTHER CONSIDERATIONS Factors which include, but are not limited to, quantity involved, time of completion, purpose for which required, competency and financial capacity of vendor, ability to render satisfactory service and past performance will be considered in determining status as a responsible vendor. The City of Muskego reserves the right to request additional information as may reasonably be required to make this determination and to further investigate the qualifications of the respondent as deemed appropriate. 10. RESERVATIONS This RFP does not commit the City of Muskego to pay any costs incurred in the preparation of a response to this request or to procure or contract for services. The City of Muskego reserve the right to accept or reject any or all proposals received as a result of this request, request additional information, waive minor irregularities in the procedure, negotiate with any qualified source, or to cancel this RFP in part or in its entirety. 11. NON-INTEREST OF CITY OF MUSKEGO EMPLOYEES AND OFFICIALS No City of Muskego official, employee or representative on the evaluation committee shall have any financial interest, either direct or indirect, in the proposal or contract or shall exercise any undue influence in the awarding of the contract. 12. RFP TABULATIONS RFP tabulations are available to the public after contract execution. Proposal Requirements, Page 3 of 3 TABLE OF CONTENTS I. INTRODUCTION-------------------------------------------------------------------------------------------------------------------- a. Definitions------------------------------------------------------------------------------------------------------------------- b. Reference Documents----------------------------------------------------------------------------------------------------- 2 2 3 II. BACKGROUND---------------------------------------------------------------------------------------------------------------------- 3 III. OVERVIEW OF CURRENT OPERATIONS---------------------------------------------------------------------------------- 3 IV. GENERAL INFORMATION------------------------------------------------------------------------------------------------------ a. Refuse Collection Service------------------------------------------------------------------------------------------------ b. Single Sort Recycling Collection---------------------------------------------------------------------------------------- c. Provision of Collection Receptacles------------------------------------------------------------------------------------ d. Summary of Contract Terms-------------------------------------------------------------------------------------------- e. City of Muskego Demographics Information: Service Area Growth------------------------------------------ f. Vendor Agreement-------------------------------------------------------------------------------------------------------- 3 3 3 4 4 4 4 4 V. BUSINESS ASPECTS OF PROCUREMENT--------------------------------------------------------------------------------- a. Exclusive Service (No Open Market Competition for Residential Units)----------------------------------------- b. Mandatory Service (Not Subscription)-------------------------------------------------------------------------------- c. Amortization of Equipment--------------------------------------------------------------------------------------------- 4 4 4 4 VI. PROCUREMENT GOALS-------------------------------------------------------------------------------------------------------- 4 VII. VIII. SCOPE OF SERVICES------------------------------------------------------------------------------------------------------------- a. Customer Education------------------------------------------------------------------------------------------------------- b. Commencement of Services---------------------------------------------------------------------------------------------- c. Bulky Item Disposal------------------------------------------------------------------------------------------------------- d. Collection at City of Muskego Buildings and Designated Sites--------------------------------------------------- e. Service Days and Hours--------------------------------------------------------------------------------------------------- f. Routing----------------------------------------------------------------------------------------------------------------------- g. Automated Collection Receptacle Provisions (if this option is chosen)------------------------------------------ h. Special Receptacle Roll Out Service------------------------------------------------------------------------------------ i. Collection at Long Driveways-------------------------------------------------------------------------------------------- j. Special Allowances for Collection in Alleys and Tight Spaces----------------------------------------------------- k. Collection on Underconstructed Roadways--------------------------------------------------------------------------- l. Emergency Services-------------------------------------------------------------------------------------------------------- m. Missed Pickups and Other Complaints-------------------------------------------------------------------------------- n. Service Fees------------------------------------------------------------------------------------------------------------------ o. Refuse Recycling Collection----------------------------------------------------------------------------------------------- p. Refuse Disposal------------------------------------------------------------------------------------------------------------- q. Recyclable Collection and Transportation---------------------------------------------------------------------------- r. Transport of Recyclables------------------------------------------------------------------------------------------------- s. Yard Waste Drop Off Site------------------------------------------------------------------------------------------------ t. Reporting and Record Keeping----------------------------------------------------------------------------------------- u. Vehicles, Drivers and Equipment-------------------------------------------------------------------------------------- 4 4 5 5 5 5 6 7 7 8 8 8 8 9 9 9 10 10 11 11 11 12 IX. CONTRACT TERM----------------------------------------------------------------------------------------------------------------- 13 X. PRICING – ANNUAL SERVICE FEE ADJUSTMENT--------------------------------------------------------------------- 13 XI. OSHA REQUIREMENTS---------------------------------------------------------------------------------------------------------- 14 XII. SAFETY TO THE PUBLIC-------------------------------------------------------------------------------------------------------- 14 XIII. OTHER--------------------------------------------------------------------------------------------------------------------------------- 14 XIV. INSURANCE-------------------------------------------------------------------------------------------------------------------------- 14 XV. PROPOSAL CHECKLIST-------------------------------------------------------------------------------------------------------------- 15 City of Muskego-Refuse/Recycling RFP page 1 of 15 REQUEST FOR PROPOSAL CITY OF MUSKEGO REFUSE & RECYCLING COLLECTION I. INTRODUCTION The purpose of this Request for Proposal (RFP) is to provide Refuse and Recycling Collection for Residential and City of Muskego Sites (Collection Services). a) Definitions Specific to this RFP and Proposal document the following definitions shall apply: Term Definition Automated Receptacles are lifted, emptied and returned by mechanical means. Bulky Item items generated at residential premises and discarded at residential units: furniture, including metal desks, mattresses and storage cabinets, tied rolls of carpeting meeting the following requirements: not larger than 12 inches in diameter and 4 feet in length, sinks, concrete laundry tubs, and cast iron plumbing fixtures, windows and doors, large toys, bicycles, dismantled swing sets, up to 5 securely tied bundles of lumber per Customer each month, meeting the following requirements: not larger than 18 inches in diameter and 4 feet in length that are free of nails or with nails bent over from construction projects, including garages and sheds, lawn mowers and snow blowers with no gas or oil in them, any item (other than lumber) that can be cut or broken down meeting the following requirements: no longer than 6 feet in length. Large appliances including washers, dryers, refrigerators, etc. Christmas Trees. Tires Contractor Awarded Vendor for any or all refuse and recycling collection County Waukesha County Elderly or Handicapped Means any Residential Customer who meets the following criteria: has handicapped status recognized by the Wisconsin Department of Motor Vehicles, or is over 65 years old as evidenced by birth date on driver’s licenses, birth certificates, passports, green cards, or other documentation issued by a regulatory authority, and provides written representation that he or she is functionally unable to roll his or her refuse receptacle to the curb, and that there is no one else residing in that customer’s premises who is functionally able to roll that refuse receptacle to the curb. LUG City of Muskego Proposer/Respondent Vendor responding to this RFP Receptacles Any can, cart, bin, or other container (such as bags) for storing discarded refuse or recyclables. Recyclables Means ferrous metal cans (including steel and bi-metals), aluminum containers, glass, PET and HDPE bottles and containers (grades 1 and 7) , mixed plastics (grades 2, 4, 5), rigid plastics, aseptic and gable top containers, newsprint, phone books, corrugated paper, magazines and catalogs, office paper, junk mail, mixed residential paper (including boxboard), as amended from time to time by statute. Residential Means those in single-family dwelling units, owner occupied multi-family dwelling units and multi-family rental or leased dwelling units with 8 or less dwelling units per building who receive Solid Waste Collection service from the City of Muskego under this Contract. Semi-automated Receptacles are rolled out from set-out location manually and positioned near collection vehicle; lifted, emptied, and set down mechanically, then rolled back to set- out location. Manual Receptacles are manually emptied from set-out site location. Valley MRF Joint Waukesha County and City of Milwaukee recycling facility located at 1401 West Mt. Vernon Ave. Milwaukee, WI (County designated facility) City of Muskego-Refuse/Recycling RFP page 2 of 15 b) Reference Documents The following documents are referenced throughout the RFP and have been posted on the City of Muskego website with this solicitation. Only Appendix A must be returned with the proposal. Appendices Appendix A Waukesha County Recycling Facility Delivery Protocol Appendix B Sample Contract Appendix C Locations of City Facilities Appendix D Locations of School Owned Facilities Appendix E Map of Underconstructed Roadways Exhibit X Excerpt taken from Landfill Contract Technical Proposal Documents and Forms Form 1 Vendor Response Form 2 Signature Page Financial Proposal Forms Form 1A Service Cost Form II. BACKGROUND The City of Muskego has approximately 8,118 single family homes, 372 two family units, and 880 multifamily units (3 units per building or greater) from which refuse and recycling are currently collected curbside. In 2014 approximately 6,500 tons of refuse was collected and 2,140 tons of recyclables were collected. The City is currently contracted with Advanced Disposal for collection and will reach the end of our current contract at the end of 2015. We are looking to potentially convert from manual refuse collection to automated collection and are asking for costs to complete collection both ways and will make the decision based partially on cost. The City currently collects recyclables every other week utilizing semi-automated collection from City owned carts and are looking to continue the same way. The City of Muskego is evaluating the feasibility of consolidating into the County recycling program. To aid in this evaluation, this RFP is requesting separate pricing for collection and delivery of residential recyclables to the County designated facility or the Contractor’s facility. III. OVERVIEW OF CURRENT OPERATIONS • Refuse and Recycling are both collected on the same day every other week. • Current recycling pick up is Single Sort • City of Muskego has manual collection for refuse and semi-automated for recycling. • Recycling containers are owned by the City of Muskego IV. GENERAL INFORMATION a) Refuse Collection Service The City of Muskego is exploring moving to automated curbside refuse collection and is asking for costs for both manual and automated collection. b) Single Sort Recycling Collection The City of Muskego requires a single sort recycling service with all recyclables commingled in one larger container. The City of Muskego is also considering consolidation into the County recycling program therefore; Contractors are required to provide separate pricing for collection and delivery of residential recyclables to the County designated facility or the Contractor’s facility. City of Muskego-Refuse/Recycling RFP page 3 of 15 c) Provision of Collection Receptacles The City of Muskego is requesting separate costs for leasing collection receptacles for refuse to be provided by the Contractor. d) Summary of Contract Terms The term of the contract shall be five (5) years with one (1) two-year renewable option. e) City of Muskego Demographics Information: Service Area Growth The City of Muskego makes no representations or projections about future household growth rates. . f) Vendor Agreement Vendor certifies and agrees that all of the prices, terms, warranties and benefits granted herein are comparable to or better than those offered by Vendor to other State and Local Government customers contracting under the same material terms and conditions. As used herein, material terms and conditions include those terms related to the execution of the resulting contract for services procured under this RFP and any related pricing. V. BUSINESS ASPECTS OF PROCUREMENT a) Exclusive Service (No Open Market Competition for Residential Units) Under the proposed contracts, the City of Muskego agrees that it will not contract with any other hauler for the procured MSW service during the term of the contract. The selected service provider will have exclusive rights to provide the contract service. b) Mandatory Service (Not Subscription) All City of Muskego will pay their MSW contractor’s service fees for contracted monthly service directly. Contractors are compensated for each resident’s basic service regardless of whether the resident uses contractor’s service or self-hauls. The City of Muskego’s combined population is 24,304 with approximately 9,370 households. c) Amortization of Equipment To minimize risk to the proposers, the term of the contract has been adjusted to coincide with standard fleet capital amortization schedules: five-year (5) base contract term with one (1) two-year (2) renewable option. The City of Muskego reserves the right to reduce the term of the contract if the proposals do not meet the expected level of automation or service. VI. PROCUREMENT GOALS The specific goals of this procurement effort include: 1. Improve pricing by securing the lowest rates for the best services 2. Improve City of Muskego recycling rates. 3. Improve reporting and record keeping. 4. Obtain transparent pricing and simplify annual fee adjustments. 5. Obtain pricing on consolidation VII. SCOPE OF SERVICES a) Customer Education. The Contractor shall cooperate with the City of Muskego to implement the new contract. i. Contractor Transition. Contractor acknowledges that it is of the utmost importance to City of Muskego that the transition from solid waste services provided before the Contract execution date to new Contract services will proceed smoothly to the satisfaction of customers, including the following: City of Muskego-Refuse/Recycling RFP page 4 of 15 a) Timely collection at each customer’s premise, b) accurate billing of customers for customer special service surcharges, c) distributing refuse receptacles, as applicable, d) changing pickup days or times, e) changing the scope of services or program specifications, and f) responding to customer complaints and inquires. ii. Transition Plan Contents. Contractor shall prepare and implement a Contractor transition and customer satisfaction plan satisfactory to the City of Muskego, including, but not limited to: a) Key implementation dates, including the Contract service commencement date, b) identification of any receptacle purchase commitment and delivery schedule, c) City of Muskego outreach and City of Muskego relations plan including customer notice, d) customer service plans, e) plans for billing customer special service surcharges, f) collection routing and schedules, g) delivery of recyclable materials to designated facility h) reporting plans, i) coordination plans, and j) transition staffing and training plans k) costs b) Commencement of Services January 1, 2016. The City of Muskego reserves the right to negotiate a contract transition earlier than expiration of current contract, based on proposal pricing, if there is no change in Contractor for services. c) Bulky Item Disposal The City of Muskego is requiring that bulky items be picked up and the fee to be included with the refuse collection fees. No additional compensation will be given by the City or Residents for this service. Residents will be required to call the Contractor to schedule pick up for all bulky items except for Christmas trees or tires (one tire per week per household) which must be picked up by the Contractor when set out as part of the weekly collection. d) Collection at City of Muskego Buildings and Designated Sites i. Beginning on the service commencement date, Contractor shall collect all refuse and recyclables placed inside receptacles at a set-out site located at City of Muskego buildings or facilities (such as the city hall, the fire station, or police office) in the service area as scheduled through mutual agreement, without charge to the City of Muskego (details provided on Exhibit C). Contractor shall provide City of Muskego with receptacles in sufficient number and capacity to contain refuse and recyclables in a number and minimum size as described in Exhibit C. ii. The recyclables collected from the various City of Muskego service receptacles in each of the City of Muskego facilities would not be required to be delivered to the Valley MRF under recycling program consolidation. However, it is an option to transport these recyclables to the Valley MRF or provide the City of Muskego a rebate on these recyclables. iii. Within the first year of the Contract term, Contractor shall conduct a receptacle audit to assess whether the receptacles are sufficient in capacity to hold the volume of material being discarded. Contractor shall communicate findings of the audit to the City of Muskego representative, and propose appropriately sized receptacles as necessary. e) Service Days and Hours i. Regular Schedule. Contractor shall provide collection on service days during collection hours. ii. Holiday Schedule. City of Muskego-Refuse/Recycling RFP page 5 of 15 Contractor shall provide collection scheduled for a holiday on the weekday or Saturday immediately following the holiday. Following a holiday, Contractor shall provide collection scheduled for the remaining days in the week one day later than scheduled. iii. Changed Schedule. Contractor may not change a regularly scheduled collection day without City of Muskego approval. If approved, the Contractor shall notify each customer of any change in that customer’s regularly scheduled collection day (except for Holiday schedule) or days in writing by first class mail at least 2 weeks prior to the change. Exceptions may apply with severe and/or extreme weather events that prevent the Contractor for performing services. iv. Collection Service Exceptions. Contractor is not obligated to collect solid waste in the event of any service exception, but must complete and leave a non-collection notice securely attached to a receptacle at or near the set-out site. a) Exceptions include solid waste that is not properly placed in receptacle, unpermitted waste (such as hazardous waste), or contamination of recyclable or yard waste not in compliance with collection services and applicable State laws. b) In its next monthly report, Contractor shall inform City of Muskego of each customer to which Contractor gave a non-collection notice. v. Customer Service. Contractor acknowledges the need to provide high quality customer service, relations, and satisfaction. The Contractor shall provide a toll-free number, emergency number and email access with trained customer service representatives to resolve City of Muskego and customer issues. f) Routing i. Route maps and sheets a. Prior to Contract Service Commencement Date No later than 45 days prior to a Contract service commencement date, Contractor shall provide City of Muskego with route maps and sheets for each collection route, including the following information: • Beginning and ending points for each route, with route marked on a map; City of Muskego may provide written comments on proposed route maps and sheets to Contractor no later than 10 business days thereafter. Within 10 days after receipt of any comment from City of Muskego, Contractor shall promptly revise the maps, schedules, and route sheets to reflect the comments and return them to City of Muskego for corroboration and approval. b. Route changes with City of Muskego Consent • Contractor shall submit to City of Muskego, in writing, any proposed change in collection route maps not less than 60 days prior to Contractor’s proposed date of the change. • Upon City of Muskego comments and mutual agreement Contractor shall implement changes following 2 weeks’ notice, sent by Contractor, to affected customers so that no customer is left without collection for more than 6 days. ii. Route Audits City of Muskego may conduct audits of Contractor's collection routes. Contractor shall cooperate with City of Muskego on route audits, including permitting City of Muskego employees or other persons designated by City of Muskego to follow the collection vehicles during the audit. Contractor will have no responsibility or liability for the salary, wages, benefits, or worker's compensation claims of any person designated by City of Muskego to conduct audits. iii. Commingling with Other City of Muskego Refuse and/or Recyclables City of Muskego-Refuse/Recycling RFP page 6 of 15 If Contractor commingles refuse or recyclables (from the service area) with refuse or recyclables (from other jurisdictions) on any collection route, Contractor shall provide City of Muskego with a protocol satisfactory to City of Muskego to accurately account for tonnage (or volume) attributable to the City of Muskego’s jurisdiction and provide accurate reporting to the City. g) Automated Collection Receptacle Provisions (if this option is chosen) Automated collection is being considered and these are basic performance specifications with respect to receptacles: i. Receptacle Specifications At the City of Muskego’s option, contractor must provide new 64/65 gallon wheeled receptacles that are compatible with automated refuse collection and 95/96 gallon wheeled receptacle for automated recycling collection. They must be made from high density plastics containing post- consumer recycled content and be recyclable with recessed wheels and hinged covers. Receptacles must contain prescribed labeling (labeling determined by City of Muskego), including any hazardous waste disposal prohibitions along with the education materials from the County recycling program (only if consolidated). The receptacles shall be from a major U.S. manufacturer, designed for both U.S. industry standard, semi- and fully-automated collection equipment, and carry a 10-year warranty. a. Minimum wall thickness for receptacles must be: 95 gallon receptacle - .175 inches, .185 inches in critical wear areas 65 gallon receptacle - .175 inches, .185 inches in critical wear areas 32 gallon round bin - .120 inches b. Minimum Resin Weight (not assembled): 95 gallon receptacle - 34 pounds 65 gallon receptacle - 27.5 pounds 32 gallon round bin- 9.6 pounds c. If automated services cannot be provided, the Contractor is encouraged to complete a proposal with receptacle specifications and costs for the services that can be provided. The Contractor should also include rationale for inability to provide automated service. d. Contractor shall provide the City of Muskego with a either a copy of Contract service asset documents related to receptacle acquisition and a receptacle inventory as part of Contactor documentation, or alternatively, access to a computerized asset management system. This information shall be provided promptly upon receptacle acquisition and thereafter promptly at City of Muskego request. Contractor shall also update the Contract service asset documents and receptacle inventory in each annual report. ii. Repair or Replacement Repair or replacement of lost or damaged Receptacle(s). Following a customer’s written request for repair of a damaged receptacle, Contractor shall repair the damaged receptacle or exchange it for an operative receptacle, remove and/or deliver a replacement receptacle, or repair a damaged receptacle, to that customer’s set-out site on that customer's next regularly scheduled collection day without charge unless there is proven customer negligence. iii. New Households The Contractor shall also purchase and deliver new refuse and recycling receptacle(s) for new households during the term of the contract and extensions. iv. Ownership The Contractor, within 5 business days of termination or expiration, shall transfer ownership of any or all refuse and/or recycling receptacles to the City of Muskego. h) Special Receptacle Roll Out Service At customer request, Contractor shall provide roll-out service for refuse and recycling receptacles. i. Without surcharge. Contractor shall provide roll-out service without surcharge to the following individuals: City of Muskego-Refuse/Recycling RFP page 7 of 15 • Elderly or handicapped (as defined) • Residential customer directed by the City of Muskego who may not meet the criteria in preceding item, but who demonstrates to the City of Muskego similar physical hardship. ii. With surcharge. Contractor shall provide roll-out service to any customer who does not meet the preceding listed criteria for the customer special service surcharge listed on the Contractor service fee schedule. i) Collection at Long Drives If automated refuse collection is chosen there will be required exemptions for residents with driveways over 1,000 feet in length. These residents will be allowed to place their refuse out for manual type collections. There are currently approximately 130 driveways over 1,000 feet in length. j) Special Allowances for Collection in Alleys and Tight Spaces Contractor must be able to make special allowances for collection of receptacles in alleys and other tight spaces which may not accommodate full-size automated collection vehicles (side loading vehicles). Satellite collection vehicles, such as pickup trucks or scooters may be required to maneuver along these routes. The City of Muskego specification sheets in Appendix B may identify these special areas but it is the responsibility of the Contractor to determine all the City of Muskego needs for its proposal. k) Collection on Underconstructed Roadways Collection of refuse/recycling on underconstructed roadways, alleys, and light vehicle side streets shall be collected with light weight vehicles that will not cause damage or significant wear to the under- constructed roads. These vehicles shall be smaller than or equivalent to the weight of a standard half-ton pickup truck. Contactor shall receive no additional compensation for this requirement. See Appendix E which shows all current roadways for which this section applies. l) Emergency Services i. Nature of Emergency Services. Within 24 hours of receipt of electronic notification by the City of Muskego, followed as soon as practicable by written notice, Contractor shall propose a plan, in writing, to provide emergency services beyond the scope of the Contracted services at the times and the extent agreed by the City of Muskego, including providing drivers, vehicles, and other equipment and personnel to cleanup solid waste and other debris resulting from natural disasters such as earthquakes, storms, tornadoes, floods, riots, and civil disturbances, for which Contractor shall be reimbursed by the City of Muskego. Contractor shall use reasonable business efforts to commence implementing the approved plan as soon as possible, but no later than 72 hours following the oral notice (or longer time as allowed by City of Muskego). ii. Reporting. Contractor shall cooperate with City of Muskego, the State, and Federal officials in filing information related to a regional, state, or federal declared state of emergency or disaster as to which Contractor has provided services under this section. iii. Emergency Backup Service Plan. As of the Contract service commencement date, Contractor shall file with City of Muskego an emergency backup service plan. Contractor shall implement that plan if, due to uncontrollable circumstances or for any reason whatsoever, Contractor fails, refuses, or is unable for a period of 48 hours to collect and/or at any time to transport solid waste or debris, or any portion thereof to a licensed disposal facility, and the City of Muskego determines there is a danger to public health, safety, or welfare. City of Muskego-Refuse/Recycling RFP page 8 of 15 m) Missed Pickups and Other Complaints. i. Corrective action. Absent collection service exceptions, on the next service day following notice to Contractor, Contractor shall collect, without charge, any receptacle and/or the contents therein that the Contractor should have collected, delivered, exchanged, or repaired but did not collect, deliver, exchange, or repair. If Contractor does not provide a Contract service in a timely manner, City of Muskego may provide the Contract service itself or through a third party and Contractor shall reimburse the City of Muskego’s costs thereof. ii. Other Complaints. Contractor shall respond to all customer inquiries and complaints (including any inquiry or complaint left with the telephone answering service) within 24 hours following notice to Contractor and handle complaints substantially as required by the customer complaint and billing dispute protocol attached as Contractor documentation. iii. No referral to City of Muskego. Contractor shall not refer or forward customers to City of Muskego for resolution of complaints or answers to inquiries unless customer insists, in which event Contractor shall refer customers to the City of Muskego representative. iv. Employee Training. Contractor shall train its customer service employees to follow the customer complaint and billing dispute protocol upon starting work and periodically thereafter. v. Records. Contractor shall maintain a daily electronic log of every inquiry and complaint received by Contractor, including: date and time of inquiry or complaint, inquirer’s or complainant’s name and address (if the individual is willing to give this information), description of the inquiry or complaint, date and description of response taken or the reason for non- response, and answer to inquiry or resolution of complaint. vi. Friday Pick-Ups. Residents with Friday pickup shall be allowed to call for a Monday pickup regardless of the circumstances surrounding the request at no additional fee to the City or Resident. n) Service Fees i. Contractor’s compensation (service fees) v. customer charges (City of Muskego-set rates). City of Muskego shall pay contractor the aggregate monthly service fee based on proposed fees, which will be scheduled in the Contract(s). City of Muskego will covenant to charge rates (whether through tax assessments or utility bills), together with other available amounts, sufficient to pay the service fees. The City of Muskego reserves the right to establish a higher level of customer rates, such as rates that include contract administration charges or other surcharges. ii. Additional Services billing and rate collection. The Contractor shall take customers’ orders for special service (request by individual residents for roll-out/up-the-drive service,); bill them, and collect payment. o) Refuse/Recycling Collection i. Mandatory Residential Collection. Beginning on the service commencement date, Contractor shall collect all refuse in the Contract service area weekly, on the regularly scheduled collection day for that set-out site. ii. Manual Curbside Collection Option (weekly) a) Contractor picks up residents set out bags and/or refuse from owner’s containers. b) Roll-out service for elderly or handicapped residents. iii. Curbside Automated Collection Option (weekly) c) Contractor-provided 95/96 gallon receptacle at curb or alley. d) Roll-out service for elderly or handicapped residents. e) Residents with drives longer than 1,000 feet shall be allowed to set out bags only and not utilize a cart. f) All residents will be allowed to set out additional garbage in bags if the receptacle is not large enough. iv. Refuse Collection Receptacles (if selected) City of Muskego-Refuse/Recycling RFP page 9 of 15 a) Prior to the service commencement date, Contractor shall deliver receptacles to residential locations in accordance with its pre-approved Transition Plan. Unless otherwise agreed in the Contract, 95/96 gallon receptacles shall be provided for refuse, and 64/65 gallon receptacles shall be provided for residents only upon request. b) The monthly fee for provision of receptacles must be identified separately from collection fees. v. Inadvertent Collection and Delivery of Unpermitted Waste. If Contractor inadvertently collects and/or delivers unpermitted waste to a solid waste management or recycling facility and Contractor cannot identify or fails to remove it, Contractor shall arrange for its proper handling and disposal as required by Applicable Law and cooperate with the solid waste management and or recycling facility owners or operators with respect to proper handling and disposal. Contractor releases City of Muskego from obligation or liability to Contractor for those costs of disposal. Promptly upon City of Muskego request, Contractor shall reimburse City of Muskego for City of Muskego’s reimbursement costs of handling unpermitted waste if Contractor does not do so. The Contractor shall have an Unpermitted Waste protocol in place. vi. Diversion Program Contractor shall use reasonable business efforts to divert all bulky item materials that it collects to appropriate recycling outlets. Contractor shall transport and deliver bulky items and excess refuse that cannot be diverted to a recycling facility to a licensed disposal facility. vii. Bulky Item and Appliances Collection a) On-call bulky item curbside collection, weekly (set-outs called in by customer or driver). b) No additional compensation will be given for this service. viii. Weekly Bulky Item Collection Route Contractor must pick up any bulky item discarded at residential curbs weekly, on the Customer’s regularly scheduled refuse collection day. Refuse truck drivers must notify the dispatcher of bulky item discard they observe on refuse routes, and Customers (or City of Muskego) can call in advance to advise of a discard. The bulky item truck driver must also pick up any other bulky items discarded at residential curbside set out that he or she observes on the bulky item route. p) Refuse Disposal The City designates that the Contractor is required to dispose of all of refuse material at the Advanced Disposal Emerald Park Landfill located at W124 S10629 124th Street, Muskego, WI 53150. This requirement is pursuant to the landfill expansion agreement settled March 21, 2000, between the Superior Emerald Park Landfill Siting Committee and Superior Emerald Park Landfill, Inc. (now Advanced Disposal Emerald Park Landfill). Under this agreement Advanced Disposal is obligated to accept certain municipal solid waste generated within the City of Muskego generally without charge and generally as set forth in Exhibit X attached hereto and made a part thereof. The specific contract documents are available upon request from the City of Muskego. i. Compliance and Cooperation. Contractor shall comply with all rules in effect at the licensed disposal facility, and if facility(s) is not owned by the Contractor, cooperate with the disposal facility operator, including: following directions to unload collection vehicles in designated areas, comply with all the facility’s operating rules, and complying with unpermitted waste exclusion programs. q) Recyclable Collection and Transportation i. Curbside Semi-Automated Collection (Every Other Week) a) Same day service as refuse collection. b) Set out at curb or alley. c) Roll-out service for elderly or handicapped residents. d) Separate pricing for hauling to County designated MRF or Contractor designated MRF. ii. Collection Receptacles City of Muskego-Refuse/Recycling RFP page 10 of 15 a) 64 gallon wheeled receptacles are previously furnished by the City of Muskego and shall be used. b) Contractor shall supply all new and additional customers a 64- gallon cart similar in fashion to the style previously supplied to the City, as determined by the Superintendent of Public Works. The containers shall be the same style and color as the existing containers and shall read “ The City of Muskego Recycles”. No additional language or advertising will be allowed on the containers without written permission from the City of Muskego. All carts previously provided that become damaged due to normal “wear and tear” shall be replaced at the Contractor’s expense. Compensation will be made on a per household per month and should be provided in Form 1A. iii. Single Stream Collection Contractor must collect Single Stream Recyclables, unless otherwise specified, for delivery to County designated MRF or Contractor designated MRF. ii. Prohibition on Mixing Solid Waste and Recyclables Contactor may not, at any time, mix City of Muskego solid waste and recyclables. r) Transport of Recyclables Contractor shall transport recyclables to either the County designated MRF or Contractor designated MRF as directed by the City of Muskego based on proposal evaluations. Contractor shall not dispose of any recyclables without prior City of Muskego permission. Contractor shall comply with the County delivery protocol for all sites (only under consolidation). s) Yard Waste Drop Off Site Contractor shall furnish a location and staff said site in the City of Muskego for Saturday residential yard waste drop-off. Hours of operation shall be from 7:00am to 2:00pm every Saturday from the first Saturday in March to the second Saturday of December. Contractor shall be allowed to close the yard waste site for three (3) predetermined holidays/occasions per year. These closing must be posted at the site at a minimum of three (3) weeks prior to the closure as well as on their web-site. The site shall be agreed upon by Contractor and City of Muskego and located within one (1) mile of the intersection of Janesville Road and Lannon Drive. Contractor shall furnish the suitable containers to accommodate yard waste so that wait times for drop-off do not exceed 10 minutes from the customer arrives to the time they are able to begin unloading their materials. i. Fees. The fee shall be a yearly cost and shall be invoiced monthly. ii. Accepted Materials. a) Yard Waste such as grass clipping, leaves, yard and garden debris and brush, including woody vegetative material. b) The site operator has the right to reject wastes if the load is contaminated with unacceptable waste materials. The site operator is not required to test the yard waste for hazardous chemicals prior to rejection of a load. The presence of hazardous waste receptacles, or unusual chemicals or colors in the yard waste, may be deemed sufficient justification to reject the load at the discretion of the site manager or operator. The Contractor delivering the rejected load is responsible for all removal and disposal costs. t) Reporting and Record Keeping Contractors must maintain operational and fiscal records and prepare reports as requested by City of Muskego. i. Consistent Reporting. The City of Muskego recognizes that for the sake of efficiency and route optimization, certain collection routes may be split between two or more municipalities. It is expected that in these cases, the hauler’s reports shall reflect a pro-rated allocation of tonnage City of Muskego-Refuse/Recycling RFP page 11 of 15 between the two municipalities. Under consolidation only, the Contractor would be required to provide the same collection and disposal data to the County that is reported to the City of Muskego. ii. Timely Communication. The Contractor must communicate changes in all routes, to the affected City of Muskego on a timely basis to assure that the appropriate changes in record keeping can be made and tracked. It is assumed that the Contractors will use some form of automated route planning. Providing the City of Muskego with all issued routing assignment sheets would suffice to meet the timely communication requirement. iii. Reporting Requirements. The City of Muskego is the authorized Responsible Unit (RU) for recycling under Section 287.09 Wisconsin Statutes, and as such receives state grant funding. Per this statutory authorization, the City of Muskego must comply with the requirements of Wis. Administrative Codes NR502.06 (4) (g) and NR544.16 (1) (f), pertaining to record keeping and reporting. The RU requires the hauler to complete reporting forms annually to expedite compliance with the applicable state regulations. The Proposers shall make the appropriate allowances in their proposal to provide these reports on a monthly and annual basis. The RU reserves the right to change or modify the forms as required to comply with the State regulations and applicable audit standards. For the purposes of this RFP, these specific provisions are included in as part of the Contractors obligation to comply with Applicable Law. iv. Record Keeping. The Contractor shall maintain copies of all hauling recording relevant to this Contract, either in paper or electronic format, according to the City of Muskego records retention policy or at least two (2) years beyond the expiration of the Contract, or any longer period required by applicable law. If at any time, these records are lost, damaged or otherwise compromised, the Contractor shall provide immediate notice to the City of Muskego. u) Vehicles, Drivers and Equipment i. Vehicles used must comply with all Wisconsin Department of Transportation and City of Muskego requirements (such as to properly contain materials). ii. Specifications. Contractor shall acquire collection vehicles of the manufacturer, model, type, and description detailed on the inventory list attached as Contractor documentation, meeting the following specifications: a) The bodies of any vehicle used in collection pick-ups or transportation of solid waste must have watertight beds of metal or impervious material that can be cleaned. b) Vehicles used in collection pick-ups must be packer-type, completely enclosed vehicles unless other type of vehicles are required by terrain or type of solid waste to be hauled, except for manual services, which may be smaller vehicles without compaction or enclosure. iii. Noise. The noise level generated by collection vehicles using compaction mechanisms during the stationary compaction process shall not exceed 75 decibels at a distance of 25 feet from the vehicle measured at an elevation of 5 feet above ground level using the “A” scale of a standard sound level meter at slow response, or Applicable Law, whichever is more stringent. iv. Vehicle Identification. On the left, right, and rear of each vehicle, in letters and numbers not less than 3 inches high and colors that contrast with the color of the body of the vehicle, Contractor shall display the following information; company name, toll-free telephone number, and vehicle number. v. Vehicle Repair and Maintenance. a) Safety. Contractor shall maintain all vehicles in good repair so that they operate properly and safely. City of Muskego may inspect vehicles during Contractor office hours. b) Appearance. Contractor acknowledges that it is important to City of Muskego that Contractor presents a professional and pleasing image. vi. Spare Vehicles. Contractor shall maintain in readiness at least one spare collection vehicle, fueled, and ready to dispatch and replace any collection vehicle which breaks down on route within City of Muskego-Refuse/Recycling RFP page 12 of 15 reasonable time of a break down. Customers on that route shall receive Contract service before 8:00 p.m. that same day. vii. Driver training. Contractor shall provide operational and safety training for all of its personnel, including those who drive collection vehicles or operate other collection equipment, such training shall include live, on-the-job-training by supervisors. Contractor shall train its drivers to identify unpermitted waste and comply with the unpermitted waste screening protocol. viii. Route/Field Supervisor. During collection, Contractor shall maintain on duty a site supervisor of field operations responsible for ensuring compliance with this Contract, including; observing collection operations, identifying and correcting non-compliance with performance specifications and responding to and resolving customer complaints. Contractor shall equip supervisor with a vehicle and equip that vehicle and each Collection Vehicle with 2-way radio or cell phones. ix. Non-standard equipment. Proposers must identify all equipment proposed to service these contracts and identify the equipment that is customized or non-standard. Any special costs associated with the use of non-standard equipment must also be identified in the proposal, along with a justification for the use of non-standard equipment. VIII. CONTRACT TERM The term of the contract shall be for five (5) years and one (1) two (2) year renewable option. a) Renegotiation The contract, or any part thereof, may be renegotiated or amended in the event of: • changes required by law, regulations, or court action, or • changes in fiscal funding available affecting the substance of the contract/service. • The contract, or any part thereof, may only be renegotiated or amended in the unexpected event of material increases or decreases in volume of services. IX. PRICING - ANNUAL SERVICE FEE ADJUSTMENT a) Effective Date of Price Adjustment Pricing must be firm for the first 12 months of the contract. Beginning on January 1, 2017 the Contractor’s service fees may be adjusted annually based on changes to the Consumer Price Index (CPI) and/or published fuel price indices based on percentages provided in proposals. b) Applicable Cost Components. Each proposal must include a minimum and maximum annual rate adjustment. Please understand that the maximum annual rate adjustment may be used by the City of Muskego for annual budget planning. In addition, for the purposes of the proposal evaluation, the maximum rate increase will be used to project the life-of-contract costs associated with each proposal. The annual service fee adjustment will apply only to that portion of the total fee associated with collection, transportation, and disposal of materials. The annual service fee adjustment will not apply to monthly charges related to the provision of receptacles. c) Annual Rate Adjustment. The actual annual rate adjustment will be calculated as described below, but shall not exceed the maximum annual rate adjustment as provided by the Contract’s proposal. d) Calculation of Annual Rate Increase. At the end of the first year of the original term (December 31, 2016) and at the end of each calendar year thereafter, the amount for items described in Form 1A, Schedule A and E will be adjusted annually. The Annual Rate Increase adjustment for any one year shall be a minimum percentage as shown on Form 1A, Schedule C1 but no greater than the percentage as shown on Form 1A, Schedule C2 well as any increases in federal, state and/or local fees affecting the collection of any refuse/recycling material. City of Muskego-Refuse/Recycling RFP page 13 of 15 Subject to the foregoing, the ARI adjustment shall be determined in accordance with the change in the Consumer Price Index” using the National CPI-U Index published by the Bureau of Labor Statistics Consumer Price Index (August to August) using the August Index published on or about September 15, 2015, as the base date and comparing it with the “Consumer Price Index” (National CPI-U Index) published in September of subsequent years. In each case annually, at the end of each calendar year, the amount payable shall be adjusted in accordance with the foregoing only once for each annual period. Said changes, based on the CPI-U Index shall be reflected in the monthly payments commencing with January, 2017. e) Diesel Fuel Surcharge. Rates are subject to a diesel fuel surcharge regardless of the vehicle’s engine type being used for collection. This surcharge establishes a base fuel price of $4.00 per gallon. For each $.10 per gallon increase above the base fuel price the monthly rate will increase the percentage as shown on Form 1A Schedule C3. This adjustment will be made on a monthly basis. The average diesel fuel price will be taken from the Energy Information Administration of the United States Department of Energy (DOE) Midwest Region http://tonto.eia.doe.gov/oog/info/wohdp/diesel.asp on or about the 15th of each month (for that month’s invoice). The fuel surcharge will be reviewed monthly, and if applicable, be billed as a separate line item on the invoice. If mutually agreed by the parties, a different source may be used to determine the average diesel fuel price. X. OSHA REQUIREMENTS All services shall satisfactorily comply with applicable OSHA regulations in effect at the time the service is performed. XI. SAFETY OF THE PUBLIC The Contractor shall be responsible at all times for the safety of the general public and for the protection of persons who may for any reason enter within the limits of their work and shall comply with all the laws of the State of Wisconsin and the United States and with all valid rules and regulations now in force or hereafter adopted pursuant thereto. XII. OTHER a) A proposal may include subcontracting arrangements; however all partners or subcontractors must be identified in the proposal response. If partners or subcontractors are used, the City of Muskego will consider the proposing vendor to be the Prime Contractor and to be solely responsible in all contractual matters, including payment of any and all charges resulting from such subcontractor arrangements. b) The Prime Contractor shall be fully responsible for the acts, errors, and omissions of the Sub-Contractor. The Contractor shall cause appropriate provisions of its proposal to be inserted in all subcontracts ensuing to ensure fulfillment of all contractual provisions by subcontractors. c) Contractor shall establish and maintain procedures and controls for the purpose of assuring that no information in its records or records obtained from the City of Muskego or from others in carrying out its functions under the contract shall be improperly used or disclosed by it. If information and/or records are requested of the successful Contractor(s) by anyone other than the City of Muskego personnel, the City of Muskego shall be notified immediately. The City of Muskego will address all requests and reserve the right to review such procedures to ensure acceptability. XIII. INSURANCE The successful contractor shall agree that it will, at all times during the term of the agreement, keep in force and effect insurance policies required by the contract as noted below. Such insurance shall be primary. Prior to execution of the written contract, the successful Contractor shall furnish the City of Muskego with a Certificate of Insurance issued by a company or companies authorized to do business in the State of Wisconsin and that are satisfactory to the City of Muskego and upon request, certified copies of the required insurance policies. The City of Muskego shall be named as additional insured City of Muskego-Refuse/Recycling RFP page 14 of 15 with respect to general liability coverage. The Certificate shall reference the contract and provide for thirty (30) days advance notice of cancellation or non-renewal during the term of the agreement. Failure to submit or maintain the insurance requirements can make the contract void at the City of Muskego’s discretion. Minimum requirements are as follows: a) Worker’s Compensation and Employer’ Liability Insurance – Statutory worker’s compensation benefits and employers’ liability insurance with a limit of liability not less than $100,000 each accident. Contractor shall require subcontractors not protected under its insurance to take out and maintain such insurance. b) Commercial General Liability Insurance – Policy shall provide coverage for premises and operations, products and completed operations, personal injury and blanket contractual coverage. Limits of liability are not less than $1,000,000 per occurrence and aggregate. The City of Muskego, its boards, commissions, agencies, officers, employees and representatives must be named as additional insured with respects to the General Liability and so stated on the certificate of insurance. c) Automobile Liability Insurance – Business automobile policy covering all owned, hired and non- owned private passenger autos and commercial vehicles. Limit of liability not less than $500,000 combined single limit. d) Umbrella Liability Insurance – Coverage to be in excess of employers’ liability, commercial general liability and automobile liability insurance required above. Limits of liability not less than $5,000,000 each occurrence, $5,000,000 aggregate. XIV. PROPOSAL CHECKLIST FINANCIAL FORM – MUST BE SUBMITTED ELECTRONICALLY FORM 1A- SERVICE COST PROPOSAL TECHNICAL FORMS – MUST BE SUBMITTED ELECTRONICALLY FORM 1 - VENDOR RESPONSE FORM 2 - SIGNATURE PAGE City of Muskego-Refuse/Recycling RFP page 15 of 15 SCHEDULE A - BASIC RESIDENTIAL CONTRACT SERVICES 9,370 Co s t I t e m A.1 A.2 A.2.a. SCHEDULE B - ADDITIONAL RESIDENTIAL SERVICE CHARGES B.2 SCHEDULE C - ANNUAL RATE ADJUSTMENT & FUEL SURCHARGES C.1 Minimum Annual Rate Increase (ARI) % C.2 Maximum Annual Rate Increase (ARI)% C.3 Diesel Fuel Surcharge- For each $0.10 above $4.00 per gallon, the monthly charge will increase by this %% Note: Rate Increases & Fuel Surcharges applies to schedule A & E ONLY SCHEDULE D - PROVISION OF RECEPTACLES AND RELATED SERVICES* D.1 D.2 SCHEDULE E - COLLECTION OF MUSKEGO/NORWAY SCHOOL DISTRICT E.1 Total Households/Units: Contract Service Description Option for Manual Curbside Service Fee Per Unit Per Month Option for Automated Curbside Service Fee Per Unit Per Month- (Every Other Week for Recycling) Weekly Refuse Collection (not including receptacle fee)$$ Single Stream Recyclables Collection & Delivery to Contractor Designated MRF (Every Other Week)N/A $ Single Stream Recyclables Collection & Delivery to Waukesha County Designated MRF (Every Other Week)N/A $ 96 gallon (Including Maintenance Cost) Yard Waste Drop Off Site Co s t I t e m Receptacle (Recycling and Refuse) *Assume a 60 month contract period. Lease to own receptacles will require City Approved lettering Refuse Receptacle $ Annual Cost Refuse & Recycling Collection at School Sites Idendified in Exhibit C Service Cost Proposal Form 1A City of Muskego $ N/A City's Existing Carts Maintenance/ Replacement/ New Home Supply Fee ($/HH/Month) Lease-to-own new carts $/HH/Month (City to Own Carts) $ $ Annual Cost $ Recycling Receptacle 64 gallon (Including Maintenance Cost) FORM 1 CITY OF MUSKEGO REFUSE AND RECYCLING COLLECTION PROPOSAL DOCUMENT Name of Respondent: ___________________________________________________ Electronic Reponses: The vendor response areas below are expandable as your response is typed in. Vendors may add additional documents, through the upload method on our website. These additional documents may include PDF product literature, company information, etc. However, they should not be used in place of responding to the questions herein; i.e. do not say “See attached” unless it is to further elaborate. For example, if in addition to providing references, you want to attach your entire client list as well, that would be acceptable. Do not include any cost information within this response document. All cost information will be included in the Pricing Document (Form 1A). 1. Describe your understanding and approach to providing Collection Services as requested in this RFP. VENDOR RESPONSE: 2. Indicate who will be the Respondent’s authorized representative; give name, title, address, e-mail address, phone and fax. The person identified shall be authorized to make binding commitments on behalf of the Respondent. VENDOR RESPONSE: 3. Provide names and titles of the principles and officers of the company; identify the individual(s) in your firm that are responsible for managing/overseeing the operations to assure due diligence has been exercised and compliance with all rules and regulations (state and local) are met. VENDOR RESPONSE: I. Company Qualifications 4. Complete the information below in its entirety. If you have multiple offices, provide specific information on the office that will be servicing the City of Muskego’s account. VENDOR RESPONSE: Company Name: How long have you had the same business name? List previous business name(s), if applicable: Contact Person: Telephone: Fax: Email Address: Physical Address: Mailing Address: Company Legal Status: Is the company a sole proprietorship? If corporation provide State and year of incorporation: Is this an LLC? Number of Years of operation: Licenses, permits and/or certificates (as applicable): Page 1 of 4 5. Describe your experience providing similar services for public sector entities. VENDOR RESPONSE: 6. Provide a comprehensive description of references (preferably at least one government agency) per the following criteria and in the format provided below for which you have provided similar services: in implementing automated collection services in comparable sized service area in the Upper Midwest. NOTE: Discovered references not listed may be contacted. VENDOR RESPONSE: Reference #1 a. Firm Name: b. Contact Name: c. Contact Title: d. Address: e. Telephone Number: f. E-Mail Address: g. Provide an overview of the scope work that was performed (be as specific as possible): h. Dates and duration of the contract: Reference #2 a. Firm Name: b. Contact Name: c. Contact Title: d. Address: e. Telephone Number: f. E-Mail Address: g. Provide an overview of the scope work that was performed (be as specific as possible): h. Dates and duration of the contract: Reference #3 a. Firm Name: b. Contact Name: c. Contact Title: d. Address: e. Telephone Number: f. E-Mail Address: g. Provide an overview of the scope work that was performed (be as specific as possible): h. Dates and duration of the project: Page 2 of 4 7. Has your firm ever filed for Bankruptcy? If yes, please indicate state, date, court jurisdiction and docket number. VENDOR RESPONSE: 8. If applicable, please describe any pending litigation against your firm. VENDOR RESPONSE: 9. Is/has your firm been barred from doing business with either the State of Wisconsin or the Federal Government, or is any such action pending? If yes, please indicate the reason(s) for the debarment and the date(s) your firm was debarred. VENDOR RESPONSE: II. Staff Qualifications 10. Using the format below, provide the names of key personnel that will be assigned to this contract. List the name, title, experience and qualifications of all applicable personnel that would be assigned to this LUGity as contact personnel. Indicate if they are an employee of the firm or a subcontractor. In addition, indicate the individual(s) role on similar contracts and in what capacity they would serve on this contract. The format of individual resumes for key personnel should be as follows: a. Name b. Title c. Number of years with your company/firm d. Current office location e. Number of years in current office location f. Experience/number of years providing technical, operational and managerial experience in handling the proposed services g. Other areas of experience h. Role if awarded this contract VENDOR RESPONSE: III. Proposed Program Implementation Plan and Services 11. Transition Plan: Provide a detailed implementation schedule / timeline that demonstrates your ability to effectively locate and use necessary resources for successful program implementation, including the following: Key implementation dates (the service commencement dates) Identification of any truck purchase commitment and delivery schedule Identification of any receptacle purchase commitment and delivery schedule LUGity outreach and LUGity relations plan - education Customer service plans Special services/billing services plans Materials processing and disposal plans, reporting plans LUG coordination plans, Transition staffing and training plans Any collection of old containers and distribution of new ones VENDOR RESPONSE: 12. Commencement of Services: Do you have the ability to fully implement programs and services NO LATER THAN JANUARY 1, 2016. Are you able to accommodate earlier commencement dates based on this proposal? VENDOR RESPONSE: Page 3 of 4 13. Commencement of Services Collection at City Buildings and Designated Sites: Does your firm agree to pick up at designated sites without additional charge to City and conduct a receptacle audit within the first year of contracted services? VENDOR RESPONSE: 14. Container Provisions: Explain how your firm will comply with the required acquisition, delivery, maintenance, repair and additional receptacle specifications listed if the City chooses Automated Collection. Please describe plan for provision of refuse and recycling receptacles. VENDOR RESPONSE: 15. Special Allowances for Collection in Alleys and Tight Spaces: describe how pick up for geographically challenging areas that will not accommodate full-sized automated vehicles will be handled. VENDOR RESPONSE: 16. Emergencies and Backup Service Plan: Describe plans in the event of labor disturbances or fleet lose incidents and other circumstances. Along with providing collections for emergencies and natural disasters. VENDOR RESPONSE: 17. Customer Service and Communications Program Commitments Including: • Protocol for resolving public complaints such as missed pickups, answering customer questions, tagging improper garbage and recycling setouts • Availability to public during office hours, • Availability to Muskego residents during office hours and in emergencies, • Protocol for communications between dispatchers and drivers • Protocol for communicating weather delays or pick-up cancellations • Record of complaints and resolution • Location of administrative offices, local customer service office, and • Locations for customer payment of bills VENDOR RESPONSE: Page 4 of 4 ENGINEERING DIVISION W182 S8200 Racine Avenue, PO Box 749 Muskego, Wisconsin 53150-0749 (262) 679-4145 FAX (262) 679-5614 FORM 2 - RFP SIGNATURE PAGE All RFP's must be signed to be considered Description: RFP FOR CITY OF MUSKEGO REFUSE & RECYCLING COLLECTION OFFER AND ACCEPTANCE The proper submission of this form by the contractor will be considered as the contractor's offer to enter into a contract in accordance with the provisions herein set forth. The submission of a proposal shall be considered as a representation that the contractor has carefully investigated all conditions, has full knowledge of the scope, nature and quality of work required, and is familiar with all applicable State, Federal and Local regulations that affect, or may at some future date affect the performance of the contract. All quoted conditions and prices submitted shall remain firm for ninety (90) calendar days from opening date. If your proposal is accepted and a contract issued, then this Request for Proposal inclusive of its Terms and Conditions, and all documents attached hereto including any amendments, the Contractor's Technical response and Fee Schedule and any other written offers/clarifications made by the contractor and accepted by the LUG, will be incorporated into the entire contract between the City of Muskego and your firm, and it shall contain all the terms and conditions agreed on by the parties hereto, and no other agreement regarding the subject matter of this proposal shall be deemed to exist or bind any of the parties hereto. Acceptance will take place only upon award and execution of this document by the proper City of Muskego officials, and delivery of the fully executed contract to the Contractor. Acceptance may be revoked at any time prior to delivery of the fully executed contract to the successful Contractor. The contract may be amended only by written agreement by the Contractor and the City of Muskego. Complete all boxed areas, including Amendment number(s) and manually sign the document prior to scanning and submitting. By signing below we agree to furnish all items listed in the above referenced RFP inclusive of applicable specifications, amendments and the RFP's Terms and Conditions. I have reviewed the “Request for Proposal” identified above and Amendment No/s. all other contract documents, plans, and specifications and have carefully examined the same in detail before submitting this proposal. FEIN: Firm: Address, City, State, Zip: Telephone No: Fax No: E-Mail: TO BE SIGNED & SUBMITTED BY THE PERSON AUTHORIZED TO LEGALLY BIND YOUR FIRM TO THIS CONTRACT Submitted By: (Manual Signature Required) (Printed Name Required) Title: Date: Appendix A Waukesha County Protocol for Delivery of Recyclables to the Joint City of Milwaukee (City)/Waukesha County Material Recovery Facility (Joint MRF) (3/9/2015) 1. All delivery vehicles shall enter and exit the Joint MRF site from Mt Vernon Ave at the west gate (see attached “Joint MRF Traffic Flow Map”). 2. All inbound vehicles shall proceed to the south truck scale. 3. The truck scale system will record truck gross and tare weight, type of material and source (hauling company, community, and route #), vehicle ID#, date and time. 4. All vehicles shall obey posted directional signs and speed limit of 15 MPH at all times on site. 5. Delivery vehicles will be directed to the appropriate receiving door (designated by number). Six receiving doors are located on the west side of the building and one receiving door principally used for single commodity (i.e. pre-sorted OCC) loads is located on the east side of the building. 6. Drivers should queue if the designated delivery door is currently occupied by another vehicle. 7. Delivery vehicles should back in through the delivery door at the direction of the payloader operator or designated tip floor attendant. 8. Drivers will discharge their loads as directed and exit the building through the same door they entered. 9. Drivers should remain in their vehicle and may exit only as permitted by the payloader operator. 10. Personal Protective Equipment (PPE) is required when outside their vehicle. 11. Material should only be discharged inside the building and not on the parking lot or driveways, including cleaning of the delivery vehicles. 12. During periods of peak traffic from 2:00 pm until 4:00 pm, preference shall be granted to City delivery vehicles. Non City vehicles will queue in the right hand lane exiting the scale, and City vehicles will queue in the left hand lane and shall be given preference by the payloader operator in directing into the tipping area. As may be necessary, the same queuing and yield to City vehicles will also apply while entering the scale. 13. All delivery vehicles shall pass through the outbound (north) truck scale before exiting the site, unless prior approval has been granted for use of stored tare weights. Hours of Operation Receiving hours of operation for the Joint MRF will be 7:00 a.m. to 4:00 p.m., Monday through Friday except for Entity recognized holidays as follows, or as may be designated from time to time by the Entity: • New Year’s Day • Memorial Day • Independence Day • Labor Day • Thanksgiving Day • Christmas Day Note: The contact number for the Joint MRF scale house is 414-286-3282. APPENDIX B SOLID WASTE SERVICES CONTRACT For the City of Muskego (“City”) City Representative David Simpson Director of Public Works/City Engineer W182 S8200 Racine Ave. Muskego, WI 53150 262-679-5686 [Insert Name of Contractor] (“Contractor”) Contractor Representative [Insert name, address, phone #] Contract Effective Date: [Insert date] TABLE OF CONTENTS PART 1 – GENERAL TERMS AND CONDITIONS ....................................................... 3 ARTICLE 1 – DEFINITIONS AND INTERPRETATION ................................................... 4 ARTICLE 2 – EXCLUSIVE CONTRACT ......................................................................... 9 ARTICLE 3 – SERVICES PROVIDED .......................................................................... 10 ARTICLE 4 – CONTRACTOR SERVICE FEE .............................................................. 18 ARTICLE 5 – COMPLIANCE WITH APPLICABLE LAW ............................................... 21 ARTICLE 6 – RECORDS, REPORTING AND AUDITS ................................................ 22 ARTICLE 7 – INDEMNITIES, INSURANCE, SURETY .................................................. 26 ARTICLE 8 – BREACHES, DEFAULTS AND REMEDIES ............................................ 31 ARTICLE 9 – SUSPENSION OR TERMINATION ......................................................... 39 ARTICLE 10 – TRANSFER OR ASSIGNMENT OF CONTRACT ................................. 43 ARTICLE 11 – INTERPRETATION OF CONTRACT .................................................... 44 ARTICLE 12 – THE PARTIES ....................................................................................... 45 ARTICLE 13 – TERM OF CONTRACT ......................................................................... 47 ARTICLE 14 – CHANGE IN SCOPE OF SERVICE ...................................................... 48 ARTICLE 15 - AMENDMENTS ..................................................................................... 49 ARTICLE 16 – NOTICES, CONSENTS, APPROVALS, ETC. ....................................... 50 ARTICLE 17 – EXECUTION OF CONTRACT .............................................................. 51 SCHEDULES ............................................................................................................... 52 SCHEDULE 1 – CONTRACT SERVICES AND COST SUMMARY .............................. 53 SCHEDULE 2 – COLLECTION CONTRACT COMPLIANCE ITEMS RELATED TO RECYCLING CONTAINERS AND DELIVERY OF RECYCLABLES TO A DESIGNATED MRF ........................................................................ 56 SCHEDULE 3 – CONTRACTOR FINANCIAL ASSURANCE ........................................ 57 Page 1 6/2015 - WC SCHEDULE 4 – CONTRACTOR EVIDENCE OF INSURANCE ................................... 58 SCHEDULE 5 – CONTRACTOR AFFIDAVIT CERTIFYING ACCESS TO SUFFICIENT LANDFILL CAPACity ........................................................................ 59 SCHEDULE 6 – ANNUAL RATE ADJUSTMENT (CPI AND FUEL) .............................. 60 SCHEDULE 7 – SAMPLE MONTHLY INVOICE ........................................................... 64 SCHEDULE 8 – BULKY ITEM DIVERSION PROGRAM .............................................. 65 SCHEDULE 9 – EMERGENCY BACK-UP COLLECTION SERVICE PLAN ................. 66 SCHEDULE 10 – CUSTOMER COMPLAINT & BILLING DISPUTE RESOLUTION ..... 68 SCHEDULE 11 – UNPERMITTED WASTE SCREENING PROTOCOL ....................... 69 SCHEDULE 12 – CONTRACTOR TRANSITION & CUSTOMER EDUCATION PLAN . 70 SCHEDULE 13 – ROUTE MAPS, SHEETS, AND CHANGE REQUESTS ................... 71 SCHEDULE 14 – RECYCLING RECEPTACLES INVENTORY .................................... 72 SCHEDULE 15 – MONTHLY & ANNUAL REPORTS (SAMPLES) ............................... 73 SCHEDULE 16 – PROTOCOL FOR DELIVERY OF RECYCLABLES TO THE DESIGNATED MRF .......................................................................... 75 SCHEDULE 17 – VEHICLES, DRIVERS AND EQUIPMENT ....................................... 77 Page 2 6/2015 - WC THIS CONTRACT (“Contract”) is made and entered into this ____ day of _________, 2014, by and between the City of Muskego (hereinafter “City”) and [Insert name of Contractor here] (hereinafter “Contractor”). PART 1. GENERAL TERMS AND CONDITIONS RECITALS: WHEREAS, the City recognizes that it is desirable that provisions be made for the regular and efficient Collection and Disposal of Solid Waste (including Refuse and Recyclables) within the legal boundary limits of the City; and WHEREAS, the City desires that an independent Contractor be utilized to perform said Collection and Disposal services for properties within the legal boundary limits of the City and desires to enter into a Contract granting the Contractor the exclusive right to Collect the weekly generated Solid Waste materials from all single family and eligible multi-family Residential Customers within the City limits; and WHEREAS, the City desires to reduce costs by minimizing the amount of Solid Waste being disposed in landfills, and increasing the amount of recyclable materials recovered within the City limits; and WHEREAS, the City is the Responsible Unit for Recycling under Wisconsin Statutes § 287.09, must implement an “effective Recycling program” under Wisconsin Statutes § 287.11 for the benefit of it’s citizens, and has executed a public procurement process to obtain the services herein described; and NOW, THEREFORE, in consideration of the premises set forth herein, and for other good and valuable consideration, the receipt whereof is hereby acknowledged, the parties agree as follows. Page 3 6/2015 - WC ARTICLE 1. DEFINITIONS AND INTERPETATION 1.01 INTERPRETATION A. Plurality. Words importing the singular number mean and include the plural number, and vice versa, unless the context demands otherwise. B. Headings, Font. Any caption or heading after the ATTACHMENT, EXHIBIT, ARTICLE, Section, lettered subsection, Arabic-numbered subsection or Roman- numbered subsection and numbered lists preceding the operative text of this Contract is for convenience of reference on and does in any way control or affect the scope, intent, meaning, construction, interpretation, or effect of this Contract. C. Examples. Examples are for purpose of illustration only. If any example is ambiguous or conflicts with the text that it illustrates, the text governs. 1.02 DEFINITIONS Affiliate means a person that, directly or indirectly, through one or more intermediaries, controls, or is controlled by, or is under common control with, Contractor. For the purpose of this definition, “control” has the meaning provided in Rule 144 of the Securities Act of 1993. Bulky Items means the following items generated at residential premises and discarded at residential Set-out Sites, with no one item exceeding 50 pounds in weight: • furniture, including metal desks, mattresses and storage cabinets, • tied rolls of carpeting meeting the following requirements: − not larger than 12 inches in diameter − no longer than 4 feet in length • sinks, concrete laundry tubs, and cast iron plumbing fixtures, • windows and doors, • large toys, • bicycles, • dismantled swing sets, • up to 5 securely tied bundles of lumber per Customer each month, meeting the following requirements: − not larger than 18 inches in diameter − no longer than 4 feet in length − free of nails or with nails bent over − from construction projects, including garages and sheds. • lawn mowers and snow blowers with no gas or oil in them, • any item (other than lumber) that can be cut or broken down meeting the following requirements: not longer than 6 feet in length. • appliances such as stoves, refrigerators, washers, dryers, etc. • Christmas Trees • Tires Page 4 6/2015 - WC Bulky Items does not mean any item weighing in excess of 50 pounds or any of the following: • material generated at non-residential premises, including commercial business operations, • Yard Waste and branches, • sod, soil and stone, • broken concrete and asphalt, • brick, block, and stone, • railroad ties or similar type of retaining wall timbers, • remodeling debris, including shingles, • animal waste, • liquids, including paint, • Hazardous Waste, • fuel oil tanks, • any automotive parts including vehicle batteries other than one tire per week/unit. Collect, Collection, Collecting or other form thereof means any or all Solid Waste pickup(s) made by Contractor as required by this Contract. Contract Service Area means the land within the political boundaries of the City. Contract Service Assets means all property, both tangible and intangible (such as facility leases or equipment installment purchase agreements), used directly or indirectly in performing Contract services, including vehicles, Receptacles, operation / maintenance equipment and facilities, and administrative/office equipment (such as computer hardware and software, telephones/telefax) and offices. Contractor Documentation means all documents, papers or other which the Contractor is obligated to provide to the City. Contractor Payment Obligations means amounts due and payable by Contractor to City, including liquidated damages, compensatory damages, as provided in this Contract. Contractor Representative means the person named by Contractor and identified on the Contract Cover page and Section 16.01 to fulfill the requirements of Section 12.07(B). Contractor’s Related Parties means Contractor’s employees, partners, officers, agents, subcontractors, attorneys, consultants, licensees, invitees, and Affiliates. Contractor’s Related Parties are third party beneficiaries of provisions that reference them. County means the County of Waukesha, WI. Customer or Customers means a person for whom the City is arranging for Solid Waste Collection services from Contractor. Page 5 6/2015 - WC Designated MRF means the Material Recovery Facility located at [insert address here] where all collected recyclable material is delivered for processing and marketing if this option is chosen. Disposal or Dispose or other form thereof means final deposition or destruction of materials in accordance with this Contract. Diversion or Divert means activities that reduce or eliminate the amount of Solid Waste from land Disposal. Goods or services means Contract Service Assets used to provide Contract services, including labor, leases and subleases, equipment, supplies, capital, insurance, bonds or other credit support if the provider is an Affiliate or under control of Contractor or any Affiliate; and legal, risk management, general and administrative services. Hazardous Waste means any material or substance which, as of the Contract Date, and for the duration of this Contract (adopting any future changes in the statutory definitions of the following statutes or regulations or any newly promulgated statutes or regulations), and by reason of its composition or characteristics is (a) Hazardous Waste, substance or material as defined in the Solid Waste Disposal Act, 42 USC §6901 et seq., as amended, replaced or superseded, and the regulations implementing same; (b) material the Disposal of which is regulated by the Toxic Substances Control Act, 15 USC §2601, et seq., as amended, replaced or superseded, and the regulations implementing same; (c) special nuclear or by-products material within the meaning of the Atomic Energy Act of 1954; (d) Hazardous Waste substance or material as defined in the Comprehensive Environmental Response, Compensation and Liability Act of 1980, 42 USC §6901 et seq. as amended, replaced or superseded, and the regulations implementing same; or (e) treated as Hazardous Waste or substance or material under applicable federal, state, or local law. Holidays means the following days: • New Year’s Day, • Memorial Day, • Independence Day, • Labor Day, • Thanksgiving Day, and • Christmas Day. City means City of Muskego and for purpose of Indemnities, City’s Related Parties. City Business Day means any day on which City administration office is open to do business with the public. City Governing Body means the Common Council of the City. City Representative means the person named by City as required by Section 16.01 and identified on the front page of this Contract. Page 6 6/2015 - WC City’s Related Parties means City’s officers, employees, agents, representatives, servants, assigns, volunteers and each and every one of them, which are third party beneficiaries of provisions in this Contract that reference them. Own, Owner, or Ownership or other variation thereof has the meaning provided in the constructive ownership provisions of Section 318(a) of the Internal Revenue Code of 1986, as in effect on the Contract Execution Date, except that A. 10% is substituted for 50% in Section 318(a)(2)(C) and in Section 318(a)(3)(C) thereof; B. Section 318(a)(5)(C) is disregarded, and C. ownership interest of less than 10 percent is disregarded and percentage interests is determined on the basis of the percentage of voting interest or value which the ownership interest represents, whichever is greater. Performance Obligations means each and every obligation and liability of Contractor under this Contract. Receptacle means any can, cart, bin, or other container (such as bags) for storing discarded Refuse or Recyclables. Records means information relating to Contract services and other Performance Obligations, including documentation enumerated in Article 6, ledgers, books of account, invoices, vouchers, canceled checks, logs, correspondence, computations, files, plans, correspondence, reports, data, and photographs, and all information required by Wisconsin Administrative Codes NR § 502.06 (4)(g) and NR § 544.07. Recyclables means ferrous metal cans (including steel and bi-metals), aluminum containers, glass, PET and HDPE bottles and containers (grades 1 and 7) , mixed plastics (grades 2, 4, 5), rigid plastics, aseptic and gable top containers, newsprint, phone books, corrugated paper, magazines and catalogs, office paper, junk mail, mixed residential paper (including boxboard), as amended from time to time by statute. Recycle, Recycling, or recyclable means the process of Collecting, sorting, cleansing, treating, and reconstituting materials (including Recyclables) that would otherwise be Disposed of as Refuse and returning them to the economic mainstream in the form of raw material for new, reused, or reconstituted products that meet the quality standards necessary to be used in the market place. Refuse means Solid Waste comprised of rubbish, trash, and garbage, excluding Recyclables, Yard Waste, and Bulky Items that are Diverted for reuse or Recycling. Residential Customers means those in single-family dwelling units, owner occupied multi- family dwelling units and multi-family rental or leased dwelling units with 4 or less dwelling units per building who receive Solid Waste Collection service from the City under this Contract. Page 7 6/2015 - WC RFP means Request for Proposal, and all subsequent amendments, for Residential and Municipal Refuse, Recycling and Yard Waste Collection, released on July 23, 2015 by the City. Set-out Site means the location where Customer must place Receptacles and Bulky Items for Collection, generally located near the back of the residence, near the garage, near other out buildings or for Bulky Items at the curb adjacent to the road edge. Solid Waste means those items Collected by Contractor under this Contract in the Contract Service area, including: A. Refuse, B. Recyclables, and C. Bulky Items, D. and excluding Unpermitted Waste. Solid Waste Management Facility means the following facilities, individual and together, as the context demands: A. Designated MRF, B. Refuse Disposal facility, and C. any transfer facility. State means the State of Wisconsin. State Tip Fee (also known as the Wisconsin Landfill Disposal Surcharge Fee) means the fee imposed on all Solid Waste disposed in Wisconsin landfills as defined in Wisconsin Statute § 287.645, and as of the date of the execution of this agreement is $12.997 per ton. Ton (or Tonnage) means 2,000 pounds. Uncontrollable Circumstance(s) means any of the following events: A. any natural disaster such as landslide, lightning, earthquake, fire, flood, (other than reasonably anticipated weather conditions for the geographic area of City); B. sabotage, explosion; C. insurrection, riot or civil disturbance, war or other emergency affecting City declared by the President of the United Sates or Congress of the United States, the Governor of Wisconsin or the City Governing Body; D. failure of public agency or private utility to provide and maintain water, power, or service Page 8 6/2015 - WC at Contractor’s operations and maintenance yard or administrative offices; E. other catastrophic events beyond the reasonable control of that Party and not the result of willful or negligent action or inaction of that party (other than the contesting in good faith or the failure in good faith to contest that action or inaction), which materially and adversely affects the ability of either party to perform any obligation under this Contract despite that party’s exercise of due diligence. Unpermitted Waste means materials that cannot be Disposed of in landfill under applicable law of the state, including Hazardous Waste, Yard Waste, and major appliances. Major appliances means items banned from landfill Disposal under Wisconsin Statute § 287.07, including air conditioners, clothes washers and dryers, dishwashers, refrigerators, freezers, stoves, ovens, dehumidifiers, furnaces, boilers, water heaters, and microwave ovens (unless the capacitor has been removed). Yard Waste means “Yard Waste” as defined in Wisconsin Statute 287.01 (17), which as of the Contract execution date means leaves, grass clippings, yard and garden trimmings, and brush, including clean woody vegetative material, stumps, roots, or shrubs with intact root balls. ARTICLE 2. EXCLUSIVE CONTRACT 2.01 Exclusive Right and Privilege. The City hereby grants to Contractor the exclusive right and privilege, and Contractor hereby accepts the obligation to provide Recycling Receptacles and to Collect, transport, and Dispose all Solid Waste generated by Residential Customers within the legal boundary limits of the City as its legal limits may be modified from time to time by annexation during the term of this Contract. Customers can, however, contract with any licensed hauler for the collection, transportation, and disposal of materials not covered by this Contract. Contractor shall comply with the requirements of Schedule 2 in providing Recycling services. 2.02 Disposal Requirements. A. Recyclables. Contractor shall transport Recyclables to the Designated MRF for processing and marketing of material. Contractor shall not Dispose of any Recyclables anywhere else without prior City permission. Contractor shall comply with the Designated MRF delivery protocol. B. Refuse. Contractor shall Dispose of Refuse in a licensed facility. Proof that Contractor has access to a facility with sufficient capacity shall be attached as Schedule 5. 2.03 Comingling prohibited. Contractor shall not comingle Solid Waste from the City with Solid Waste from other municipalities. 2.04 Natural/Man-Made Disaster Collection Service A. Nature of Emergency services. Contractor shall have the first opportunity to provide emergency services beyond the scope of the contracted services, including providing drivers, vehicles, and other equipment and personnel to cleanup Solid Waste and other Page 9 6/2015 - WC debris resulting from natural disasters such as earthquakes, storms, tornadoes, floods, riots, and civil disturbances, for which Contractor shall be reimbursed by the City separately from this Contract. Within 24 hours of receipt of electronic notification from the City, followed as soon as practicable by written notice, Contractor shall propose a plan, including cost in writing. Should City accept Contractor’s plan, Contractor shall commence implementing the approved plan as established under the accepted plan. B. Reporting. Should City accept Contractor’s plan, Contractor shall cooperate with City, the State, and Federal officials in filing information related to a regional, state, or federal declared state of emergency or disaster as to which Contractor has provided services under this section. ARTICLE 3. SERVICES PROVIDED 3.01 General. A. Collection. Contractor shall Collect Solid Waste from all Residential Customers within the City for Disposal or Recycling as appropriate and required by law and this Contract. Service provided shall be automated or manual curbside pickup, as described in the RFP. Any service required by Residential Customers beyond what is provided in this Contract shall be arranged by the Residential Customer and the Contractor directly at the Residential Customer’s sole cost. B. Contractor Supplied Receptacles. The Contractor shall provide one Receptacle for Refuse to each Residential Customers, including new Customers during the term of the Contract, as specified herein on a lease basis. The cost of the Receptacle shall be charged to the City as a monthly fee on a per Receptacle basis. The Contractor shall deliver a new Refuse and Recycling Receptacle to new households during the term of the Contract upon notice from the City. C. Emergency Backup Service Plan. Contractor shall have an emergency backup service plan which Contractor shall implement if, due to Uncontrollable Circumstances or for any reason whatsoever, Contractor fails, refuses, or is unable for a period of 48 hours to Collect and/or at any time to transport Solid Waste or debris, or any portion thereof to a licensed Disposal facility, and the City determines there is a danger to public health, safety, or welfare. The Emergency Backup Service Plan is located at Schedule 9. D. Bulky Item Diversion. Contractor shall Divert all Bulky Item materials that it Collects to appropriate Recycling outlets. Contractor shall transport and deliver Bulky Items and excess Refuse that cannot be Diverted to a Recycling facility to a licensed Disposal facility. 3.02 Solid Waste Collection Page 10 6/2015 - WC A. Mandatory Residential Collection. Beginning on the service commencement date, Contractor shall Collect all Refuse and Recyclables placed inside Receptacles at a Residential Set-out Site on the regularly scheduled Collection day for that Set-out Site. 1. Bulky Items. Contractor shall Collect Bulky Items curbside weekly on the Resident’s regularly scheduled Collection day. Pick-up shall be initiated by Residential Customer or driver call in. Drivers must notify the dispatcher of Bulky Item discard they observe on routes. The Bulky Item truck driver must also pick up any other Bulky Items discarded at residential curbside set out that he or she observes on the Bulky Item route. 2. Missed Pickups. Absent Collection Service Exceptions, on the next service day following notice to Contractor, Contractor shall Collect, without charge, any Receptacle, and/or the contents therein or Bulky Items that the Contractor should have Collected, delivered, exchanged, or repaired but did not Collect, deliver, exchange, or repair. If Contractor does not provide a Contract service in a timely manner, the City may provide the Contract service itself or through a third party and Contractor shall reimburse the City’s incremental costs thereof. 3. Collection Service Exceptions. Contractor is not obligated to Collect Solid Waste in the event of any Service Exception, but must complete and leave a non-Collection notice securely attached to a Receptacle at or near the Set-out Site. i. In its next monthly report, Contractor shall inform City of each Customer to which Contractor gave a non-Collection notice. ii. Collection Service Exceptions means the following: 1. Solid Waste Not Properly Placed in Receptacles: other than any Bulky Item. 2. Receptacles in Excess of Weight Limits: a Receptacle or bag (Collected manually) that weighs more than 50 pounds. 3. Receptacle or Bulky Items Not Placed at Proper Set-out Site: a Receptacle not positioned at the Set-out Site, or a Bulky Item or excess Refuse is not discarded at the Set-out Site. 4. Unsafe Condition: the Set-out Site is not safely accessible to vehicles or Contractor’s employees. 5. Unpermitted Waste or Unsafe Materials: Contractor observes Unpermitted Waste in a Receptacle or at the Set-out Site. 6. Contamination of Recyclables: Contractor observes the following materials: Refuse or Yard Waste in a Recyclables Receptacle in amounts that, in the judgment of Contractor, will prevent processing or Diversion of Recyclables. Page 11 6/2015 - WC 4. Call Back Collection. In the event a resident fails to set out Solid Waste or Bulky Items by 7:00 a.m. or fails to place them in an allowable location, the Residential Customer may request special Collection from the Contractor rather than wait for the next scheduled Collection. The Contractor shall bill this service directly to the Residential Customer and the Residential Customer shall remit payment for such service directly to the Contractor. B. Service Days and Hours & Regular Schedule. 1. Contractor shall provide Collection to Residential Customers on the same day each week, except for Holidays. Contractor shall provide Collection scheduled for a Holiday on the weekday or Saturday immediately following the Holiday and all remaining Collection days in the week one day later than scheduled. 2. Contractor may not change a regularly scheduled Collection day without City approval except for severe and/or extreme weather events that prevent the Contractor from performing services, in which case any change in Collection days shall be approved by the City Representative. Approval for a permanent change shall be requested not less than 60 days prior to Contractor’s proposed date of change. Approval may be given by the City’s Representative. If approved, the Contractor shall notify each Customer of the change in that Customer’s regularly scheduled Collection day in writing by first class mail at least 2 weeks prior to the change. Contractor is responsible for notifying Designated MRF of any route changes approved by the City. 3. Contractor shall not begin actual Collection before 7:00 a.m. nor continue after 6:00 p.m., unless authorized by the City Representative. 3.03 Customer Service. A. The Contractor shall provide a toll-free number, emergency number, answering service for after-hours emergencies and email access with trained Customer service representatives to resolve Customer issues. Contractor office hours for Customer service shall be 7:00 a.m. to 4:00 p.m., local time, Monday through Friday, Holidays excepted, and 8:00 a.m. to 12:00 noon, local time on those Saturdays when service is provided. B. Complaints. Contractor shall respond to all Customer inquiries and complaints, including any inquiry or complaint left with the telephone answering service, within 1 City Business Day following notice to Contractor and handle complaints substantially as required by the Customer complaint and billing dispute protocol attached Schedule 10. C. No referral to City. Contractor shall not refer or forward Customers to City for resolution of complaints or answers to inquiries unless Customer insists, in which event Contractor shall refer Customers to the City’s Representative. Page 12 6/2015 - WC D. Employee Training. Contractor shall train its Customer service employees to follow the Customer complaint and billing dispute protocol upon starting work and periodically thereafter. E. Records. Contractor shall maintain a daily electronic log of every inquiry and complaint received by Contractor, including: date and time of inquiry or complaint, inquirer’s or complainant’s name and address (if the individual is willing to give this information), description of the inquiry or complaint, date and description of response taken or the reason for non-response, and answer to inquiry or resolution of complaint. 3.04 Collection at Municipal Buildings and Designated Sites A. Beginning on the service commencement date, Contractor shall Collect all Refuse and Recyclables placed inside Receptacles at a Set-out Site located at municipal buildings or facilities in the service area as scheduled without charge to the City as found on Appendix D. Contractor shall provide City with Receptacles in sufficient number and capacity to contain Refuse and Recyclables as described in Appendix D. Recyclables Collected from the various municipal service Receptacles are not required to be transported to the Designated MRF. B. Within the first year of the Contract term, Contractor shall conduct a Receptacle audit to assess whether the Receptacles are sufficient in the City to hold the volume of material being discarded. Contractor shall communicate findings of the audit to the City Representative, and propose appropriately sized Receptacles as necessary. 3.05 Receptacle Standards. A. Size. The standard size Receptacle for curbside pickup shall be 64-gallon containers for recycling and 96-gallon containers for refuse. B. Warranty. The Receptacle will be from a major U.S. manufacturer and shall carry a 10- year warranty from manufacturer defects. They must be made from high density plastics containing post-consumer recycled content and be recyclable. Minimum wall thickness for Receptacles must be .175 inches and Minimum Resin Weight (not assembled) 9.6 pounds. C. Contractor contact information and Disposal prohibitions. Contractor will affix to each Receptacle, by decal, stencil, or other means approved by the City, the following text: - Hazardous Waste Disposal prohibitions on the inside of the Receptacle lid in substantially the following form: “State law prohibits Disposal of grass, leaves, and hazardous materials (such as batteries, paint, and motor oil) in your trash or Recycling. If these items are identified in, your Receptacles they will be tagged and not Collected. For safe and lawful Disposal options, call XXX.” Page 13 6/2015 - WC - any Discard weight limitations. Contractor may combine the text of these items in one or more decals placed inside the lid of the Receptacle or hot stamped on the Receptacle. Contractor will document any hot stamps in purchase orders to Receptacle manufacturers and provide those purchase orders in Contractor Documentation. 3.06 Maintenance and Delivery of Receptacles. The Contractor shall be responsible for the maintenance, repair, asset tracking, and delivery/retrieval of Receptacles to the Residential Customers by the date specified in the Transition Plan at Schedule 12. The Contractor shall repair or replace the Receptacle, upon receiving notice from the City’s Representative, or Customer, of the need for repair, or if the Receptacle is identified as being unserviceable by the Contractor by the Customer’s next regularly scheduled Collection day, without charge, unless there is proven Customer negligence. 3.07 Retrieval of Receptacles. Not Applicable. 3.08 Contract Service Standards: A. General. Contractor will perform all Contract services in a prompt, thorough, comprehensive, reliable, courteous, and professional manner so that Customers receive high-quality Contract service at all times. Contractor must perform Contract services regardless of weather conditions except as noted and regardless of difficulty of Collection, subject to Collection Service Exceptions and Uncontrollable Circumstances. B. Inadvertent Collection and Delivery of Unpermitted Waste. Contractor shall have an Unpermitted Waste Protocol, a copy of which shall be located at Schedule 11. If the Contractor Collects and delivers Unpermitted Waste in violation of the Unpermitted Waste Protocol, then Contractor shall be responsible for and shall pay the costs to identify and remove the Unpermitted Waste for proper disposal. C. Litter and Leaks. 1. Set-out Sites. Contractor will clean up litter in the following places: a) anywhere, if done by Contractor's employees (for example when Collecting Receptacles at a Set-out Site, and b) Contractor will Notify Customer of all instances of repeated litter by that Customer and document each instance. 2. Transportation a) Litter. Contractor will transport Solid Waste only in covered Collection vehicles. Contractor will prevent Solid Waste from escaping, dropping, spilling, blowing, or scattering from vehicles during Collection and transportation. Contractor will not transfer loads from one vehicle to another on any public street, unless Page 14 6/2015 - WC necessitated by mechanical failure or accidental damage. Contractor will immediately clean up any Solid Waste that it spills or scatters, including Solid Waste tracked onto any alley, street, or public place when transporting Solid Waste. b) Leaks. i. Contractor will prevent oil, hydraulic fluid, paint, or other liquid from leaking out of vehicles. Contractor will train its employees to, and its employees shall, immediately cover leaked fluids with absorbent materials, remove those materials from the ground, and apply cleaning agent to cleanse the soiled spot. ii. Contractor will keep a log of spills that indicate the material spilled, quantity, and remedial actions taken. Contractor will immediately report any spills entering or endangering any waterway or storm drain. 3. City Reimbursement Costs. If Contractor fails to clean up Solid Waste or liquids within 2 hours after receiving notice from the City of the spill or leak, City may clean up the spill or leak. Upon the City’s request, Contractor will reimburse City for City’s reasonable costs of cleaning up the spill or leak. 4. Vehicle equipment. Contractor will equip each Collection vehicle with the following items for cleaning up litter and leaks: a) broom, b) rake, c) shovel, d) petroleum absorbent materials, and e) cleaning agents. D. Respect for Property 1. Private Property. Contractor will use due care collecting solid wastes under this contract, avoiding damage to private property. Within 2 City Business Days, upon receiving notice of any damage to Customer's property by phone or other medium, Contractor will determine whether or not the damage to Customer's property was caused by the inattention, carelessness, or negligence of Contractor's employees. If Contractor determines that it was responsible for damage, within 5 City Business Days of making its determination, Contractor will reimburse Customer the Customer’s reasonable and direct costs of repair or replacement of damaged property to the extent damaged by the Contractor. If Contractor determines that it was not Page 15 6/2015 - WC responsible for damage, within 5 City business days of making its determination, Contractor will provide the Customer and City with reasons for its determination and documentation supporting that determination. If Contractor and Customer are unable to agree on the determination of responsibility for damages, the City may resolve the dispute at City’s discretion. 2. Receptacles. Contractor will handle Receptacles with due care. Contractor will not throw or drop Receptacles from trucks or roughly handle, damage, or break them. Contractor will return Receptacles to within 5 feet of the location from where they were picked up by Contractor's employees, upright, with lid closed, without obstructing any passable driveway, sidewalk, or street. 3. Pavement. Contractor is responsible for damage to driving surfaces or other pavement (including curbs), other than ordinary wear and tear, if City or Customer can demonstrate the following to satisfaction of City: a) that the damage is the result of Collection vehicles exceeding the legal maximum weight limits allowed under applicable law, or b) Contractor negligently operated vehicles or moved Receptacles. However, Contractor may secure a waiver of damage liability and/or Indemnity in a form satisfactory to City if Customer specifically directs Contractor to drive on private driveways or pavement in the course of providing Collection. 4. Utilities. Contractor is responsible for damage to public and private utilities and pavement, whether located on public streets or property or private property, when City or Customer can demonstrate to satisfaction of City that the damages are the result of the inattention, carelessness, or negligence of Contractor. City or Customer, as the case may be, may direct Contractor to as soon as practicable based on the nature of the damage, repair or replace the damaged pavement or utilities to satisfaction of Customer or City, as the case may be, or repair and replace them itself or through a third party. In that event, Contractor will reimburse Customer the Customer’s reasonable and direct costs of repair or replacement and City its reimbursement costs of repair or replacement, as the case may be. E. Vehicles and Drivers. Contractor’s vehicles and Drivers shall comply with the requirements found at Schedule 18. 3.09 Title to Solid Waste. This Contract does not purport to grant Contractor ownership over Solid Waste. The right to possession or ownership of Solid Waste discarded at the Set-out Site for Collection, including Recyclables, will be determined as required by applicable law and not as a result of this Contract. 3.10 Personnel. Page 16 6/2015 - WC A. Identification, Appearance, Conduct. Contractor will train and require each of its personnel to: 1. present a neat, tidy and orderly appearance with uniforms preferred. 2. conduct his or her self in a courteous manner. 3. refrain from using loud or profane language. 4. perform Collection as quietly as possible. B. No Gratuities. Contractor will not permit its personnel to demand or solicit, directly or indirectly, any additional compensation or gratuity from Customers or any members of the public. 3.11 Responsiveness to City. A. Phone calls. Contractor will return telephone calls from City to the individual who made that call no later than the next City business day. B. Meetings. Within one week of oral or written direction by City, Contractor will meet with the City during City office hours at the offices directed by that City. 1. E-mails. Contractor will respond to all e-mails from City within 48 hours of receipt except on weekends and Holidays. 2. Written correspondence. Contractor will respond to written correspondence from City within one week of receipt or other time specified by City. 3.12 Cooperation with Waste Studies. Contractor will cooperate with City on all waste composition studies conducted no more frequently than once each Contract year, at no cost to City, including modification of routes, separate Collection of an individual Customer's Solid Waste, and delivering targeted loads of Solid Waste to a location or locations designated by the City. 3.13 Disposal of Solid Waste from Multi-family Properties Served by Dumpsters. Contractor shall Collect and Dispose of Solid Waste from multifamily properties served by dumpsters instead of containers at the rate established in Schedule 1 for each location. Contractor is encouraged to take Recyclables from these locations to the Designated MRF. ARTICLE 4. CONTRACTOR SERVICE FEE 4.01 Contractor Service Fee. The City will compensate Contractor the Contractor service fee for providing Contract services in compliance with all Performance Obligations. The City shall pay Contractor as provided on Schedule 1, Items A.1, A.2 or A.2.a. B.2, C.1-C.3, D.1, D.2 and E.1. The monthly total charged for Collection and Receptacles shall reflect changes Page 17 6/2015 - WC to the number of Residential Customers. The rate shall be adjusted annually as provided in this Article. 4.02 Inclusiveness. Contractor service fee includes all Contractor's direct costs, indirect costs, plus profit or return of investment for providing Contract services, including: A. labor (including wages and fringe benefits), including drivers, Customer service personnel, supervisors, and administrators, B. acquisition, repair, and maintenance of Contract Service Assets (including but not limited to vehicles, equipment, buildings and grounds, and Receptacles), C. tools and supplies, D. fuel and utilities, E. insurance premiums and fees for the letter of credit, performance bond or any further assurance of performance, F. taxes, G. securing and maintaining permits and complying with applicable law, H. fines and penalties for violation of permits or applicable law, I. following all Contractor established protocols, J. Contractor’s negligence or misconduct, K. fees imposed by regulatory agencies, which are included in the Contract fee, L. fees charged by Solid Waste Management Facilities, such as State Tip Fee, also known as the Wisconsin Landfill Disposal Surcharge Fee, which is the fee imposed on all Solid Waste Disposed in Wisconsin landfills as defined in Wisconsin Statute § 287.645, and as of the date of the execution of this agreement is $12.997 per Ton, and M. any other cost of providing Contract services not explicitly compensated by surcharge to Residential Customer or charge to the City. Reference in this Contract to providing Contract services “without surcharge” or similar language does not infer that absence of such reference elsewhere in this Contract means Contractor is entitled to compensation in addition to the Contractor service fee listed on the Contractor service fee schedule or explicit reference to reimbursement of direct costs or Contractor’s reimbursement costs. Page 18 6/2015 - WC 4.03 Annual Rate Adjustment. The actual annual rate adjustment will be calculated as described in § 4.04 below, but shall not exceed the maximum annual rate adjustment of [X percent (%)] as provided by the Contractor’s proposal. 4.04 Calculation of Annual Rate Adjustment. At the end of the first year of the original term (December 31, 2016) and at the end of each calendar year thereafter, the amount for items described in Form 1A, Schedule A and E will be adjusted annually. The Annual Rate Increase adjustment for any one year shall be a minimum percentage as shown on Form 1A, Schedule C1 but no greater than the percentage as shown on Form 1A, Schedule C2 well as any increases in federal, state and/or local fees affecting the collection of any refuse/recycling material. Subject to the foregoing, the ARI adjustment shall be determined in accordance with the change in the Consumer Price Index” using the National CPI- U Index published by the Bureau of Labor Statistics Consumer Price Index (August to August) using the August Index published on or about September 15, 2015, as the base date and comparing it with the “Consumer Price Index” (National CPI-U Index) published in September of subsequent years. In each case annually, at the end of each calendar year, the amount payable shall be adjusted in accordance with the foregoing only once for each annual period. Said changes, based on the CPI-U Index shall be reflected in the monthly payments commencing with January, 2017. B. Diesel Fuel Surcharge. Rates are subject to a diesel fuel surcharge regardless of the vehicle’s engine type being used for collection. This surcharge establishes a base fuel price of $4.00 per gallon. For each $.10 per gallon increase above the base fuel price the monthly rate will increase the percentage as shown on Form 1A Schedule C3. This adjustment will be made on a monthly basis. The average diesel fuel price will be taken from the Energy Information Administration of the United States Department of Energy (DOE) Midwest Region http://tonto.eia.doe.gov/oog/info/wohdp/diesel.asp on or about the 15th of each month (for that month’s invoice). The fuel surcharge will be reviewed monthly, and if applicable, be billed as a separate line item on the invoice. If mutually agreed by the parties, a different source may be used to determine the average diesel fuel price. C. Rounding. 1. Calculations. Calculations must be rounded up or down to the nearest 1/100th decimal place (for example, 17.674 is rounded to 17.67; 17.678 is rounded to 17.68). 5 must be rounded down (for example, 101.965 to 101.96). 2. Dollars. Adjustment in Contractor service fee must be rounded to nearest penny. D. Submission of Annual Rate Adjustment. Contractor will prepare a statement setting forth Contractor’s detailed calculation of Contractor’s requested annual rate Page 19 6/2015 - WC adjustment in Contractor service fee using a format prescribed by City and submit the same no later than December 15th. E. Applicable Cost Components. The annual rate adjustment will apply only to that portion of the total fee associated with Collection, transportation, and Disposal of materials. The annual rate adjustment will not apply to the Yard Waste Drop Off Site or monthly charges related to the provision of Receptacles. 4.05 Invoices. A. Invoices shall be submitted by the Contractor for Service provided through the end of the month, on a form to be specified by the City. The application for payment shall identify any changes to the scope of services, such as number of households, during the month. B. The City’s Representative will review invoices for payment and contact Contractor regarding discrepancies or errors. City will pay invoice 30 days from receipt except for any unresolved discrepancies or errors. City shall not pay invoice with a credit card and if so chooses, shall reimburse Contractor all transaction fees associated with transaction. C. The City’s Representative’s approval of any invoice, shall constitute a representation to the City’s Governing Body that the conditions precedent to the Contractor being entitled to payment as set forth herein have been fulfilled. The City may refuse to approve, in whole, or in part, a payment application, if, in his/her opinion, he/she is unable to make the representation to the City’s Governing Body that all conditions precedent to the Contractor being entitled to payment have been satisfied. The City’s Representative may also refuse to approve any such payments, or, because of subsequently discovered evidence or the results of subsequent inspections or tests, nullify any previous approval of such payment, to such extent as may be necessary in his/her opinion to protect the City from loss because: - the work is defective, - claims have been filed or there is reasonable evidence indicating the possible filing thereof; or - the Contract fee has been reduced because of a change, or modification, of the Performance Obligation. D. Any reimbursement due to the City, other than Liquidated or Compensatory Damages, shall be subtracted from the amount owed to Contractor when paying the invoice. The reason or purpose for the reimbursement shall be explained in writing by the City along with the City’s payment. ARTICLE 5. COMPLIANCE WITH APPLICABLE LAW Page 20 6/2015 - WC 5.01 Compliance. Contractor shall comply with all applicable laws, including securing and maintaining all permits. No Performance Obligation may be construed to relieve Contractor of any obligations imposed by applicable law. Contractor will apply and pay for any permits at Contractor’s sole cost. Contractor will show proof of permits and will demonstrate compliance with the terms and conditions of permits promptly at the request of City. 5.02 References. References in this Contract to particular provisions or requirements of applicable law may not be construed to limit Contractor’s obligation to comply with all provisions of applicable law. Those references are intended to facilitate Contractor’s satisfaction of its Performance Obligations and City’s administration and specific enforcement of this Contract and may not be construed to constitute lack of obligation to comply with other provisions or requirements of applicable law not specifically referred to or cited in this Contract. If any provision of this Contract is more stringent than applicable law, Contractor will comply with that provision, unless preempted by that law. 5.03 Fines and Penalties. Contractor is solely liable for all fines and penalties that are imposed on Contractor or due to Contractor’s actions, including fines and penalties that are the result of Contractor’s violation of applicable law (including permits). Contractor will not seek reimbursement from City or any Customer for any fines or penalties. 5.04 City's Protection of Public Safety, Health, and Welfare. Contractor warrants and represents that it is fully acquainted with the provisions of the City Code. No provision in this Contract may be deemed to limit City’s police power to take any action that City deems necessary or appropriate in its sole discretion to protect the public's safety, health, and welfare. ARTICLE 6. RECORDS, REPORTING AND AUDITS Contractor acknowledges City’s right to review Records and receive reports, for the purposes of enforcing Customers’ rights, evaluating Contractor's performance under and compliance with this Contract, exercising City’s rights to perform, or cause a third person to perform, Contractor’s Performance Obligations in certain events, such as defaults and Uncontrollable Circumstances; and determining and corroborating the amount of any Contractor Payment Obligation. 6.01 Records A. Maintenance. Contractor will keep accurate and complete Records. Contractor will grant access to those Records to any person duly authorized by City. B. Preservation and Retention. Contractor shall accurately preserve and retain Records for 7 years in accord with 19.21, Wis. Stats. Any Record which is still required to be retained at the termination of this Contract or any extension thereof, shall be turned over to the City at that time. C. Response to Open Records Request. Page 21 6/2015 - WC 1. Pursuant to the requirements of §19.36 (3), Stats., that the City shall make available for inspection and copying under §19.35 (1), Stats., any record produced or collected under a Contract entered into by the authority with a person other than an authority to the same extent as if the record were maintained by the authority except for the inspection or copying of a record under § 19.35 (1) (am), Stat., the Contractor shall provide to City within 7 City Business Days any Record it requests so that the City can comply with an Open Records request. 2. Indemnification. In addition to, and not to the prejudice or exclusion of anything under this Agreement or any documents incorporated by reference in this Agreement, Contractor will indemnify and save City harmless from, accept tender of defense of City, and pay to City, all liabilities and losses asserted against or imposed on the City or City Related Parties based on any of the following: a. Contractor failing to provide City with requested Records upon City request, or b. City failing to timely respond to a Records request due to Contractor’s failure to timely provide Records under this Article. D. City Custody. If the City has reason to believe that records may be lost, discarded or destroyed for any reason, the City may require that Contractor give City custody of any or all Records related to this Contract. E. City Inspection and Audit. 1. Location. Upon 3 City Business Days advance telephonic or written request by City, Contractor will provide copies of Records to City and its designees for inspection, review, or audit at the City’s offices. If Contractor cannot provide the City with copies of Records within 3 City Business Days, Contractor will make those Records available to the City or its designees for inspection, review, or audit at Contractor’s office during Contractor’s office hours. 2. Scope of inspection or audit. City may do any or all of the following: a.) inspect and review Records at any time following notice under subdivision (1) above, or b.) audit Records once each Contract year, including verification of any of the following: a.) any Contract fees, b.) Solid Waste Tonnage Collected, processed, Diverted, or Disposed, Page 22 6/2015 - WC c.) Customer complaint logs, and d.) other Records that confirm compliance with Performance Obligations. Upon request, Contractor will provide City or its designees with any additional information (such as primary Records supporting reports) relevant to this Contract within 5 City Business Days. 3. City’s Audit Reimbursement Costs. The Contractor will reimburse the City the costs it incurs for conducting an audit in the following instances. For purposes of this paragraph, “discrepancy” means the difference between Records and the following: a) any amounts Contractor paid to the City or b) Tonnage or amounts of Solid Waste (by type) that Contractor reported to the City for a Contract year. • Discrepancy 3% or more. If the discrepancy is 3% or more, Contractor will pay City’s reimbursement costs for the audit. • Discrepancy less than 3% but more than 1%. If the discrepancy is less than 3% but more than 1%, Contractor will pay ½ of City’s reimbursement costs for the audit. • Discrepancy 1% or less. If the discrepancy is 1% or less, Contractor is not obligated to reimburse City’s costs for the audit. c) In the case of a discrepancy, the City shall share the results of its audit with Contractor and the parties shall refund or reimburse the other for over/under charges in the next monthly invoice after the audit is complete and given to the Contractor. F. Updated Inventory. Within 10 Days of City request, Contractor will update all or a portion of its inventory of Contract Service Assets included in Contractor Documentation to reflect acquisition or replacement of Contract Service Assets. 6.02 Service Materials Use by City. City may use without restriction the work product, whether computerized, written, printed, or photographic, that Contractor develops in connection with Contract services, including route plans, reports, and public education / community relations materials. 6.03 Reporting. A. Monthly. Contractor will deliver a complete monthly report to the City [and the County] in a single submission and in a form prescribed by the City no later than the 20th day of the following month, including, but not limited to the information required by Wisconsin Administrative Codes NR 502.06(4)(g) and NR 544.10(2)(d), utilizing the forms found at Schedule 15. Page 23 6/2015 - WC B. Annual. Contractor will submit a complete Annual Report to the City [and the County] in a single submission and in form prescribed by the City no later than 45 days after the end of each year, including the information required by Wisconsin Administrative Code NR 544.10(2)(d), for the preceding Contract year utilizing the forms found at Schedule 15. C. Additional Information. Contractor will incorporate into future reports additional information as requested by the City. D. City Reports. Each month the City shall provide the Contractor the address for each new Residential Customer so that Contractor can deliver Recycling Receptacle to Customer by next Collection day. The City shall also notify the Contractor if there is a decrease in Residential Customers due to the termination of residential use. 6.04 Financial Records and Reports. A. Maintenance of Records. 1. Content. Contractor will maintain accurate and complete financial Records of the following: a.) payments to City including Contractor Payment Obligations b.) costs and expenses associated with providing Contract services, whether by Contractor or an Affiliate. Contractor may maintain financial Records associated with Goods or services provided by an Affiliate in the office of the Affiliate but will provide City with a copy of those Records within 10 City Business Days of City request. 2. Form. Contractor will maintain its financial Records on an accrual basis and as required by generally accepted accounting principles. B. Contractor’s audited financial statements. 1. Contractor’s annual submission. Together with the annual report, Contractor will deliver to City 1 copy of Contractor's most recent audited financial statements, including the following: a.) any accompanying statement or opinion by the accountant who prepared them respecting that accountant’s audit, b.) representation and warranty of a knowledgeable financial officer of Contractor that the information is accurate and complete and does not contain any material misstatements or omissions, and Page 24 6/2015 - WC c.) representation and warranty of a knowledgeable officer of Contractor that there is no then existing breach other than any disclosed breaches. C. Review and meet. City and its designees may review the accountant’s audit plan and work papers. Contractor and its accountant(s) will meet with City and its designees, to answer questions or discuss differences of opinion within two (2) weeks of City's request. 6.05. RIGHT TO INSPECT AND AUDIT OPERATIONS The City reserves the right to inspect and/or audit all Contractors operations, vehicles, equipment and routes related to the performance of this Contract. Such inspections shall only be undertaken by City to assure that the Contractor is complying with the terms of the Contract, applicable law, and applying best efforts to attain the goals of this Contract as stated in the Request for Proposal. For any inspection of the Contractors’ facilities, the City will provide five (5) City Business Days notice. 6.06 Customers' Privacy. A. Protection of Customer privacy. 1. Non-Disclosure. Contractor will not disclose to any person other than the City or its designee any information identifying the following: a) an individual Customer, or b) the composition or contents of a Customer's Solid Waste, unless a) upon the authority of a law or order or request of a regulatory or government entity, or b) pursuant to written authorization of the Customer or the City. 2. No marketing. Contractor will not market or distribute mailing lists with the name or address of Customers. B. Cooperation with City. Subsection (1) may not be construed to preclude Contractor from doing any of the following: 1. preparing, participating in, or assisting in the preparation of waste characterization studies or waste stream analyses that may be required by the City or applicable law, 2. assisting City to meet the requirements of the recycling program and applicable law, Page 25 6/2015 - WC 3. keeping Records, 4. providing the City with a copy of Records or discussing those Records with the City, 5. allowing the City to review or audit Records, or 6. making reports. ARTICLE 7. INDEMNITIES, INSURANCE, SURETY 7.01 Insurance A. Coverage Requirements. Without limiting its Indemnities, Contractor will secure and maintain insurance coverage meeting the requirements in this section. The City, its boards, commissions, agencies, officers, employees and representatives must be named as additional insured with respects to the coverage and so stated on the certificate of insurance for all policies. i. Worker’s Compensation and Employer’ Liability insurance – Statutory worker’s compensation benefits and employers’ liability insurance with a limit of liability not less than $100,000 each accident. Contractor shall require subcontractors not protected under its insurance to take out and maintain such insurance. ii. Commercial General Liability insurance– Policy shall provide coverage for premises and operations, products and completed operations, personal injury and blanket Contractual coverage. Limits of liability are not less than $1,000,000 per occurrence and aggregate. No claims-made polices will be accepted. iii. Automobile Liability insurance – Business automobile policy covering all owned, hired and non-owned private passenger autos and commercial vehicles. Limit of liability not less than $1,000,000 combined single limit. Policy shall be issued with a Symbol 1. iv. Umbrella Liability insurance – Coverage to be in excess of employers’ liability, commercial general liability and automobile liability insurance required above. Limits of liability not less than $5,000,000 each occurrence, $5,000,000 aggregate. B. Insurer qualifications. Contractor will secure insurance provided by an insurer meeting the following qualifications: 1. is acceptable to the City, 2. is an admitted company in Wisconsin, Page 26 6/2015 - WC 3. has a size category of VII or larger by A.M. Best Company, Inc., and 4. has a rating of A or better by A.M. Best Company, Inc. C. Insurance Coverage Requirements for Subcontractors. Contractor will ensure each subcontractor performing Collection by providing evidence that either: 1. Contractor is maintaining insurance required by this section covering the activities of the subcontractor, or 2. the subcontractor is maintaining that insurance itself. D. Evidence of Coverage. Contractor will provide endorsements, schedules, and other evidence of coverage as listed below with respect to Contractor and any subcontractor requested by and acceptable to the City, at the following times: a. on or before the Contract execution date, b. within two weeks upon renewal of policies, and c. within 10 City Business Days of the City’s request. a) Certificates of insurance. Contractor will provide certificates (or other evidence of coverage) containing at a minimum, the following information with respect to Contractor and any subcontractor: (1) Contract name: explicitly identifying this Contract (for example, UNDER DESCRIPTION OF OPERATIONS), and if necessary to secure Contractual liability coverage as an “insured Contract” or otherwise, including a schedule or endorsement that specifically identifies this Contract; (2) Types, policy numbers, policy effective / expiration dates and limits: explicitly reference each type and corresponding limit of coverage required under this Contract, together with the following: • policy numbers, • effective / expiration dates, and • The certificate of insurance must specifically reference the required type of coverage (such as “pollution liability” under TYPE OF INSURANCE – OTHER) together with a summary description of its coverage (such as “pollution conditions caused by transported cargo” under SPECIAL PROVISIONS); Page 27 6/2015 - WC (3) 30 days’ cancellation or non-renewal notice: containing the express condition that City must be given written notice by mail at least 30 days in advance of cancellation or non-renewal for all policies evidenced on the certificate of insurance. Certificate of insurance cannot contain mere "best effort" modifiers or relieve the insurer from its responsibility to give that notice and the CANCELLATION information on the certificate of insurance must delete language such as “failure to do so shall impose no obligation or liability of any kind upon the insurer, its agents, or representatives”. (4) Deductibles and self-insured retentions: identifying any deductible and self- insured retention. Upon City request, Contractor will reduce any self-insured retention as it applies to any City or provide a letter of credit, certificate of deposit, or other financial assurance acceptable to City guaranteeing payment of all retained losses and related costs and expenses related to investigations, claims administrations, and legal defense. The letter of credit or certificate of deposit must be provided by a bank satisfactory to City; and b) Endorsements: Contractor must provide copies of the following endorsements applicable to all policies except workers compensation and employer’s liability with respect to Contractor and any subcontractor satisfactory to the City: (1) additional insured endorsement to each liability policy, explicitly adding City’s Related Parties as additional insured; (2) waiver of subrogation; (3) insurance is primary and not contributory with any other insurance or self- insurance programs maintained by City and its officers and employees; (4) providing dedicated limits under a liability policy in favor of City. c) Schedules: Contractor must provide schedules or other evidence that liability policies of Contractor and any subcontractor provide Contractual liability coverage for indemnities, such as listing this Contract as an “insured Contract.” d) Signature verification. At City’s request, Contractor must provide documentation verifying that the individual signing or countersigning the certificates, policies, endorsements, or other evidence of coverage of Contractor and any subcontractor is authorized to do so and identifies his or her company affiliation and title. The City may require complete, certified copies of Contractor's insurance policies at any time. C. Notice of claims. If any Person makes a claim against Contractor or any subcontractor relating to the provision of services under this Contract exceeding the amount of any deductibles or self-insured retentions, Contractor will notify the City of the claim within 5 City Business Days. Page 28 6/2015 - WC 7.02 Contractor Indemnity, Defense, and Release A. Liabilities and Losses means liabilities; lawsuits; claims; complaints; causes of action; citations; investigations; demands; clean-up orders; damages (including actual, special, consequential, and punitive) whether in Contract or in tort, such as natural resource, property, and personal injury damages; costs and expenses, including (1) all costs and expenses of litigation, mediation or arbitration, attorney’s fees (whether City’s or Contractor’s staff attorneys or outside attorneys), expert witness fees, accountant’s fees, engineer’s fees, consultant’s fees, and court costs, and (2) response remediation and removal costs; losses; debts; liens; mediation, arbitration, legal, or administrative proceedings; interest; fines, charges, and penalties; and other detriments of every nature and description, whether under state or federal law. B. General. To the extent allowable under applicable law, Contractor shall indemnify, defend with counsel approved by the City, release, and hold harmless City and City’s Related Parties from and against all liabilities and losses paid, incurred, or suffered by, or asserted against, City or City’s Related Parties, but only to the extent that those liabilities and losses are caused by the following: 1. Contractor Negligence or Misconduct. The wrongful, willful, or negligent act, error or omission, or the misconduct of Contractor; 2. Non-Customer Materials. The Collection, transporting, delivery, Recycling, processing, composting, Disposal, or other handling by Contractor of Solid Waste and Unpermitted Waste that Contractor Collects outside the Contract Service Area or from persons other than Customers; 3. Failure to Comply with Unpermitted Waste Screening Protocol. The failure of Contractor to train its employees as required by applicable law and the Unpermitted Waste screening protocol; d. Contractor-identified Unpermitted Waste. The improper or negligent Collection, handling, delivery, processing, Recycling, composting, or Disposal by Contractor of Unpermitted Waste that Contractor inadvertently Collects but that Contractor identifies as Unpermitted Waste before its delivery, processing, Recycling, composting, or Disposal. City acknowledges that the mere presence of Hazardous Waste in Solid Waste will not constitute negligence or in and of itself create any liability on the part of Contractor absent any of the circumstances described in items (1) through (4) of this subsection. C. City Negligence Excluded. Contractor is not required to reimburse or indemnify City to the extent any liabilities or losses are due to the negligence of City with respect to Contract services. Page 29 6/2015 - WC D. Indemnity During Term Only. Contractor’s Indemnity is limited to liabilities and losses resulting from Contract services provided by Contractor from the Contract execution date through the termination date. However, CONTRACTOR’S OBLIGATIONS UNDER THIS SECTION WILL SURVIVE THE EXPIRATION OR TERMINATION OF THIS CONTRACT E. Statutory Agreement. Contractor’s Indemnity described under this section is intended to operate as an agreement under 42 U.S.C. Section 9607(e) and any corresponding applicable law provisions of Wisconsin, to insure, release, protect, hold harmless, and indemnify City from liabilities and losses as required by this section. (for example, a driver accepting a Customer bribe and illegally disposing of Unpermitted Waste that upon identification thereof, must be segregated and transported as required by applicable law). F. Reimbursement of Enforcement Costs. If Contractor fails to pay any indemnities and that failure results in any costs to City, within 15 City Business Days of City request, Contractor will reimburse the City for those costs. 7.03 Surety Instrument. Contractor will provide for either a) the issuance of an irrevocable standby Letter of Credit by a bank approved by the City in its sole discretion, for the benefit of City, or b) a performance bond (Bond) from an insurance company licensed to transact business in the State of Wisconsin. The surety instrument must authorize the beneficiary City to draw, in one or more drawings, not less than 12 months of the estimated service costs of the City. City may draw on the surety as evidenced to the satisfaction of the City when there is a default as in §8.02. The surety instrument must expire on the date on which the Bank or insurance receives a certificate from the City saying that: A. this Contract has expired, or B. this Contract has been terminated for a period of 180 days or other preference period provided under applicable law with respect to bankruptcy or insolvency, or C. Contractor has substituted an alternative letter of credit, performance bond, or other security document acceptable to the City in the City’s sole discretion, and D. Contractor does not owe City any money. THIS SECTION WILL SURVIVE THE TERMINATION OF THIS CONTRACT. The surety instrument must be transferable to any successor or assigns of the City. 7.04 Assurance of Performance. In its sole discretion and in addition to all other remedies it may have, City may demand from Contractor reasonable assurances of full satisfaction of Performance Obligations by a specified date, in any or all of the following events: Page 30 6/2015 - WC A. Labor unrest: Contractor is the subject of any labor unrest (including work stoppage or slowdown, sick-out, picketing, lock-out, or other concerted job action) in excess of 6 days; B. Monetary judgments: Contractor is the subject of fines, penalties, or civil or criminal judgment or order entered by a regulatory authority, which judgment is in excess of the past 12 months’ Contractor service fees or requires estimated expenditure by Contractor in excess of those 12 months’ Contractor service fees. ARTICLE 8. BREACHES, DEFAULTS AND REMEDIES Contractor acknowledges that City may enforce this Contract and exercise its remedies under this Contract in its sole discretion. 8.01 Certain Breaches, Liquidated Damages, and Specific Compensatory Damages A. Notice. If City determines that Contractor is in breach, City may assess compensatory damages or liquidated damages after giving notice to Contractor identifying and describing the breach. Contractor will pay damages within 20 days of receiving the notice of assessment. B. Dispute. Contractor may dispute the assessment of compensatory damages or liquidated damages by notice to City within 20 days of receiving the notice of assessment, but will pay assessed compensatory damages or liquidated damages pending resolution of its dispute. In that notice of dispute, Contractor must describe the basis for its dispute and include relevant documentation. The chief administrative officer of City or his or her designee will review the notice of dispute and make a determination as soon as practicable. His or her determination will be final. If he or she determines that the City should not have assessed all or a portion of the compensatory damages or liquidated damages, the City will return all or a portion of the compensatory damages or liquidated damages to Contractor. Contractor acknowledges that compensatory damages and liquidated damages do not constitute fines and penalties imposed by City as a governmental or regulatory entity, but as a Contracting party. 8.02 Defaults. Each of the following acts or omissions described in this Section constitutes a default under this Contract: A. Contract Service Defaults: 1. Uncured Breach: Contractor breaches this Contract; and a) the City notifies Contractor that an identified breach has occurred; and b) Contractor does not correct that breach within 20 days of receiving the City’s notice. Page 31 6/2015 - WC If Contractor believes that it cannot cure the breach within 20 days, Contractor a) may notify the City within 5 days of receiving the City’s notice, explaining why Contractor believes it needs additional time to effectuate a cure and proposing schedule for cure, and b) will diligently proceed to cure the breach within that schedule. The City, in its sole discretion, may take any of the following acts: a) accept Contractor's proposed schedule of cure, or b) make a written demand that Contractor cure the breach within an alternative time period set by the City, or c) exercise any remedies under this Contract, including terminating this Contract at the end of the 20 day period. 2. Repeated Breach. Contractor repeatedly or habitually breaches this Contract, as determined in the sole discretion of the City. 3. Contract Service Failures a) Contractor fails to Collect the following percent of pickups (regularly scheduled or by appointment) at Customers’ Set-out Sites (subject to Collection Service Exceptions): (1) 10% or more for more than 7 consecutive days, (2) 5% or more during a 12-month period; City does not have to wait until the end of the 12-month period to declare this Default, or 4. Failure to Comply With Law: a) Violation (1) Contractor does not cure any violation of applicable law to the satisfaction of the City or applicable regulatory authority within 30 days of the notice, assessment, or determination of that violation of applicable law; or (2) Repeated. Contractor repeatedly, in judgment of City, receives a notice, assessment, or determination of the same or different violation of applicable law. b) Contests. If Contractor is entitled to contest, and in good faith does contest a notice, assessment, or determination of violation of applicable law, no default will be deemed to have occurred until a final decision adverse to Contractor is entered. Page 32 6/2015 - WC 5. Criminal Activity: Contractor fails to effectuate cures or to timely terminate and/or replace any Contractor Representative under Section 8.02. 6. Failure to Timely Pay Contractor Payment Obligation: Contractor fails to pay any Contractor Payment Obligation within 15 days of the date it is due and payable. 7. Failure to Allow City to Perform Contract Service: Contractor fails to timely allow City to exercise any of City’s rights in connection with performing Contract services under § 8.09. B. Performance Assurance Defaults 1. Failure to Provide Performance Assurance: Contractor fails to provide any performance assurance. 2. Seizure, Attachment: Any Contract Service Asset is seized, attached, or levied upon (other than a pre-judgment attachment) so as to substantially impair Contractor's ability to timely and fully perform Contract services, and which cannot be released, bonded, or otherwise lifted within 48 hours, excepting weekends and holidays. 3. Insolvency, Bankruptcy, Liquidation: a) Contractor: (1) files a voluntary claim for debt relief under any applicable bankruptcy, insolvency, debtor relief, or other similar law now or hereafter in effect, unless Contractor retains full control of Contract Service Assets throughout the pendency of that claim, or (2) consents to the appointment of or taking of possession by a receiver, liquidator, assignee (other than as a part of a transfer of Contract Service Assets no longer used to provide Contract services), trustee (other than as security of an obligation under a deed of trust), custodian, sequestration, administrator (or similar official) of Contractor for any part of Contractor's operating assets, or any substantial part of Contractor's property, or (3) makes any general assignment for the benefit of Contractor's creditors, or (4) fails general to pay Contractor's debts as they become due, or (5) takes any action in furtherance of any of the foregoing. b) Court Ordered: Page 33 6/2015 - WC (1) a court having jurisdiction enters a decree or order for relief in respect of this Contract, in any involuntary case brought under any bankruptcy, insolvency, debtor relief, or similar law now or hereafter in effect, or (2) Contractor consents to or fails to oppose any similar proceeding, or 5. (3) any court having jurisdiction enters a decree or order appointing a receiver, liquidator, assignee, custodian, trustee, sequestrator, administrator (or similar official) of Contractor or for any part of Contractor's operating equipment or assets, or orders the winding up or liquidation of the affairs of Contractor. Transfer: Contractor makes a Transfer without City consent required by § 10.02. 6. Subcontract: Contractor engages a subcontractor or enters into a subcontract without City knowledge and consent and does not terminate that subcontract within 15 City business days of City notice. C. False Representations; Breach of Warranties. 1. Under this Contract. a) Contractor makes a representation or certification in or under this Contract, which Contractor knows, or in the course of diligently conducting business and providing Contract services should have known, is untrue on the date Contractor made it. b) Contractor breaches a warranty under this Contract. 2. As inducement to enter into this Contract. Contractor makes a representation or fails to make a disclosure, whether within this Contract or otherwise, to City in connection with or as a material inducement to entering into this Contract or any future amendment to this Contract, which representation or failed disclosure is false or misleading in any material respect when made. 8.03 Breaches and Defaults Excused A. Uncontrollable Circumstance/prevention and mitigation. To the extent that the default is due to an Uncontrollable Circumstance, Contractor will not be deemed in default for breach of its Performance Obligations under the following sections: 1. Section 8.02(A)(1) and (2) (uncured breach; repeated breach), except to the extent that a breach constitutes a default otherwise itemized in Section 8.02, or 2. Section 8.02(A)(3) (contract service failures) if Contractor exerted the following best efforts: Page 34 6/2015 - WC 1. to prevent the breach, and 2. to mitigate the effects of the Uncontrollable Circumstance. For example, if Contractor breaches the Contract by failing to provide insurance, which breach constitutes a specific default under Section 8.02B, that breach is not excused by an Uncontrollable Circumstance. B. Contractor notice of Uncontrollable Circumstance. Contractor will give immediate notice of an Uncontrollable Circumstance to the City, including: 1. Describing the breach for which Contractor seeks to be excused; 2. the expected duration of the Uncontrollable Circumstance; 3. the extent to which Contractor may curtail Contract services; 4. any requests or suggestions to mitigate the adverse effects of the Uncontrollable Circumstance. C. City’s Rights. 1. Perform Contract services. Notwithstanding that a breach due to Uncontrollable Circumstances does not constitute a default, after the continuance of the breach for 48 hours City may nevertheless, in its sole discretion, perform Contract services in the Contract Service Area itself as allowed by § 8.09. 2. Exercise other remedies. After the continuance of any breach for 30 days, City may, in its sole discretion, exercise any other remedy under this Contract, including suspending or terminating this Contract as provided in § 9.01. 8.04 Remedies A. As provided by law. Either party may exercise any and all remedies available under law or equity for the other party’s breach of this Contract. A party’s exercise of any one remedy, including City’s assessing liquidated damages, is not an election of remedies but is cumulative with any other available remedies. B. City’s additional remedies. In addition to exercising any remedy available under law or equity, upon occurrence of a default, City, in its sole discretion, may exercise any or all of the following additional remedies: 1. Terminate this Contract or any portion of Performance Obligations as authorized by § 9.01(A); Page 35 6/2015 - WC 2. Suspend this Contract or any portion of Performance Obligations as authorized by § 9.01(B); 3. Perform Contract services as allowed by § 8.09; 4. Injunctive Relief / Damages seek to obtain injunctive relief and/or damages; 5. Damages: assess liquidated damages, compensatory damages and any other damages under law, and 6. Financial Assurances: drawing on the Letter of Credit or Bond, demanding payment under indemnities, or submitting claims under insurance. D. Contractor Payment Obligations. City may Collect Contractor Payment Obligations due and owing by Contractor to City by any or all of the following means: 1. demanding payment from Contractor, 2. drawing on the Letter of Credit or Bond if Contractor fails to pay an undisputed Payment Obligations within 15 days after notice from the City, 3. submitting claims as an additional insured under insurance policies or under Contractual liability provisions of insurance policies, and E. Dispute Resolution. The Parties available legal remedies notwithstanding, the Parties agree to participate in good faith to resolve any dispute, claim or controversy arising out of or relating to this Contract. If the dispute, claim or controversy is not resolved by negotiation, the Parties may agree to participate in mediation in good faith prior to exercising legal remedies. The Parties shall share equally in the cost of mediation. 8.05 Additional Compensatory Damages. Without limiting the City’s rights to seek compensatory damages under § 8.01 or law, City may seek the following compensatory damages: A. Amounts equal to any Contractor Payment Obligations or other amounts that Contractor has previously paid to City but are subsequently recovered from that City by a trustee in bankruptcy as preferential payments or otherwise; B. If City terminates this Contract for default, that City’s reimbursement costs to provide or re-procure services in lieu of Contract services; and C. If City terminates this Contract for default, City’s projected direct costs of replacing services in excess of Contractor service compensation for the balance of the term remaining if this Contract had not been terminated, as based on service fees under replacement agreements for those services. Page 36 6/2015 - WC THIS SECTION WILL SURVIVE THE TERMINATION OF THIS CONTRACT FOR 180 DAYS OR OTHER PREFERENCE PERIOD PROVIDED UNDER APPLICABLE LAW WITH RESPECT TO BANKRUPTCY OR INSOLVENCY. City may draw upon the Letter of Credit, Bond, or any other available performance assurance to pay compensatory damages. 8.06 Waivers A. Waiver of Breach. No waiver of any breach or default constitutes a waiver of any other breach or default. Failure of City to enforce any provision of this Contract may not be construed as a waiver of City’s enforcement rights. City’s subsequent acceptance of any damages or other money paid by Contractor may not be deemed to be a waiver by City of any pre-existing or concurrent breach or default. 8.07 Jurisdiction; Venue, Costs A. Jurisdiction. Parties will bring any lawsuit arising out of this Contract in Wisconsin State courts, which will have exclusive jurisdiction over those lawsuits. B. Venue. Venue is made in and will be performed in courts sitting in Waukesha, WI, to the extent permitted by Applicable law. 8.08 Enforcement Costs. Contractor will reimburse City upon request for either or both of the following City’s reimbursement costs: A. investigating any alleged breach, when such investigation concludes that Contractor was in breach, when appropriate in City’s judgment, or B. incurred by City as a consequence of a breach. 8.09 City Right to Perform A. Events. City may perform, or provide for the performance of, any or all Performance Obligations such as Collection, transportation, and delivery of Solid Waste to the Disposal facility upon the occurrence of either of the following events determined by the City in its sole discretion: 1. Failure to Collect for 48 hours: Contractor, due to Uncontrollable Circumstances or for any reason whatsoever, fails, refuses, or is unable to Collect any Solid Waste and transport it to the Disposal facility or the designated Recyclables drop-off site, for a period of 48 hours after the Collection was required under this Contract, and the City determines in its sole discretion that there is a danger to the public health, safety, or welfare; or 2. Suspension or termination of Contract: City suspends or terminates all or a portion of this Contract. Page 37 6/2015 - WC B. Continuation. City has no obligation to continue performing or providing for the performance of any or all Performance Obligations and may at any time, in its sole discretion, cease to provide any or all Performance Obligation. However, City’s right to perform or provide for the performance of any or all Performance Obligations will continue until either of the following: 1. Resumption of Service: Contractor can demonstrate to the City’s satisfaction that Contractor is ready, willing, and able to resume timely and full performance of all Performance Obligations, or 2. Alternative service arrangements: City can make alternative arrangements for providing services, in its judgment comparable to Contract services in scope and price, which may include Contracting with another service provider. C. notice. The City may give Contractor 24 hour oral notice that City is exercising any or all of City’s rights under this Section. The oral notice will be effective immediately, but within another 24 hours, City must confirm that oral notice with written notice. E. Records. At the City request, Contractor will immediately provide the City or its designees with immediate access to Contractor’s office at any time City it is exercising its rights under this section with respect to those Records related to routing and Customers’ frequency and level of Contract Service. 8.10 Liquidated Damages: Acknowledgement, Agreement and Confirmation. Termination of this Contract for default and other remedies provided in this Contract are, at best, a means of future correction and not remedies that make City whole for past breaches therefore, the following liquated damages are available to the City. Performance Standard Monetary Penalty 1 Failure to respond to Customers’ complaint(s) within the specified time frame $25 per occurrence per day 2 Reporting unresolved complaints as resolved $100 per occurrence 3 Chronic service failures - three (3) or more instances of the same or similar problem at the same service address within any ninety (90) day period. $150 upon the 3rd occurrence; $50 per occurrence thereafter Page 38 6/2015 - WC 4 Commingling of Refuse, program Recyclables, Yard Waste, or any other materials, unless approved by the City’s Representative $1,000 per occurrence. City also reserves the right to recover excess State Tipping Fee if a chronic pattern of commingling is established. 5 Failure to deliver any Recycling Collected to the Designated MRF $1,000 per occurrence; repeat occurrences may also result in termination of agreement. 6 Failure to clean spillage or leakage (oil, hydraulic fluid, Solid Waste, Recyclables, etc.) immediately or within 2 hours of City notification. $250 per occurrence in addition to reimbursement §3.08.C. 7 Failure to repair or replace a Recycling Receptacle within three (3) days of notification of disrepair $100 per occurrence 8 Failure to provide a Recycling Receptacle to a new account within 5 City Business Days of notification $100 per occurrence 9 Failure to submit reports within required timeframes $100 per day 8.11 Compensatory Damages. If Contractor fails to deliver Recyclables to the Designated MRF as required by §2.02, then in addition to assessing liquidated damages, City may in its sole discretion assess the following compensatory damages, and Contractor will pay City the following compensatory damages: A. City’s reimbursement cost of enforcing or securing specific performance of Contractor’s delivery obligation. B. City’s reimbursement cost of State Tipping Fee. ARTICLE 9. SUSPENSION OR TERMINATION 9.01 City Right to Suspend or Terminate A. Termination Events. City may, in its sole discretion, terminate this Contract in whole or in part, in the following termination events: 1. Default: the occurrence of a default; 2. Uncontrollable Circumstances: the occurrence and continuance of an Uncontrollable Circumstance under § 8.03(C); B. Suspension Events. City may in its sole discretion suspend this Contract, in whole in or in part, upon the occurrence of any Termination Event for no longer than 30 days. During the suspension period Contractor will have the opportunity to demonstrate to the satisfaction of City that Contractor can once again fully perform Contract services. If Contractor so demonstrates to satisfaction of City in its sole discretion, City’s right to Page 39 6/2015 - WC suspend or terminate this Contract will cease and Contractor may resume providing Contract services. If Contractor does not so demonstrate, City may terminate this Contract and exercise its additional rights and remedies. C. Notice. City will give Contractor a notice of termination or suspension effective at the following times: 1. immediately or upon other period stated by City with respect to the following defaults described in Section 7.02: a) insurance), and b) insolvency, bankruptcy, liquidation, to the extent permitted by applicable law (insolvency, bankruptcy, liquidation), or 2. upon Contractor’s receipt of notice with respect to any of the following all other defaults, unless City specifies an alternative date in the notice; 3. a date City specifies in the notice. D. Suspension, Termination of a Portion of Performance Obligations: Reduction in Fee. If City suspends a portion of this Contract or terminates some but not all Performance Obligations, Contractor will continue to fully perform its obligations under the remaining portions of this Contract which are not suspended or terminated, and the parties will mutually agree upon an adjustment to the Contractor service fee to reflect actual reductions in Performance Obligations. 9.015 Contractor’s Right to Suspend or Terminate. Contractor may, in its sole discretion, terminate this Contract in whole or in part, if the City fails to provide payment for services under Article 4 for 3 or more consecutive months. 9.0155 General Suspension or Termination Events. Either party may request termination or suspension if the parties fail to agree on adjustments to Contractor service fee due to changes in law as provided in § 14.02 (D). 9.02 Criminal Activity A. In this section the following terms are defined as follows: Criminal Activity means any of the following: A. fraud or criminal felony offenses in connection with obtaining, attempting to obtain, procuring. or performing a public or private agreement related to Recyclables, Yard Waste, Refuse, construction and demolition debris, garbage, Refuse or any other Solid Waste, or MSW management services of any kind (including Collection, hauling, transfer, processing, composting, or Disposal), including this Contract ; Page 40 6/2015 - WC B. bribery or attempting to bribe a public officer or employee of a regulatory authority; or C. embezzlement, extortion, racketeering, false claims, false statements, forgery, falsification or destruction of Records, obstruction of justice, knowingly receiving stolen property, theft, or misprision (failure to disclose) of a felony; or D. unlawful Disposal of hazardous, designated, or other waste; or E. violation of the following: 1. securities or antitrust laws (such as laws relating to price-fixing, bid-rigging, and sales and market allocation), and 2. unfair and anti-competitive trade practice laws, including with respect to inflation of waste Collection, hauling, or Disposal fees. Position of Influence means a position of authority or responsibility to directly or indirectly administer, manage, direct, supervise, or oversee Contract services or this Contract, including the following: A. supplying Goods or services, B serving as a member of the governing body of directors of Contractor or an Affiliate, C. serving as an officer of Contractor or an Affiliate, D. reviewing or negotiating Contractor’s Contracts (including this Contract), E. providing in-house legal services, F. providing captive insurance or other performance assurance or security, and G. providing Collection, Recycling, processing or Refuse Disposal, but excluding the following: A. monitoring Contractor’s performance, B. supervising Contractor’s finance and capital budget decisions, and C. articulating general policies and procedures not related to Criminal Activity. B. Notice. Contractor will immediately give notice to the City of either of the following with respect to Contractor or any Contractor Representative: 1. conviction of a Criminal Activity or Page 41 6/2015 - WC 2. plea of “guilty”, nolo contendere” or “no contest” to a Criminal Activity. Contractor will promptly notify the City of any of those convictions or pleas with respect to a Contractor Representative in a position of influence. C. Cure. Upon the occurrence of any conviction or plea, Contractor immediately will do or cause to be done both of the following: 1. terminate from present employment or remove from present office the offending Contractor Representative who is an individual, or, with respect to a Contractor Representative that is Contractor or an Affiliate, the individual or individuals responsible for the Criminal Activity, unless otherwise directed or ordered by a court or regulatory authority of competent jurisdiction and/or authority, and unless termination would subject Contractor, an Affiliate or any of its Contractor Representatives to substantial liability for breach of any labor agreement entered into before this Contract execution date, and 2. refrain from employing or appointing that Contractor Representative who is an individual or, with respect to a Contractor Representative that is Contractor or Affiliates, the individual or individuals responsible for the Criminal Activity, from any other position of influence. D. City remedies. Upon the occurrence of either of the following events: 1. Contractor or any Affiliate fails to effectuate the cure described in § 9.02(C), or 2. the Criminal Activity is related to this Contract or occurs within the boundaries of City (incorporated or unincorporated), City may take any or all of the following actions: a) suspend or terminate this Contract, or b) impose other sanctions (which may include financial sanctions and any other condition the City deems appropriate, short of suspension or termination) as it deems proper. E. Limitations on Contractor Representative. No Contractor Representative may have previously: 1. been convicted of a Criminal Activity, or 2. plead “guilty”, “nolo contendere” or “no contest” to a Criminal Activity. ARTICLE 10. TRANSFER OR ASSIGNMENT OF CONTRACT Page 42 6/2015 - WC 10.01 City Transfer. City may transfer this Contract to any of the following persons without Contractor’s consent to a sanitation district, other joint power authority or other public entity succeeding to the major portion of City’s Solid Waste management rights and obligations. 10.02 Contractor Transfer. A. In this subsection, the term Transfer means any of the following: 1. selling, exchanging, or otherwise transferring ownership or control of Contractor (through sale, exchange, or other transfer of outstanding stock, partnership shares, equity interest, or otherwise) except to an Affiliate; 2. issuing new stock or selling, exchanging, or otherwise transferring 20% or more of the then outstanding common stock of, or partnership shares or equity interest in, Contractor, except to an Affiliate; 3. any dissolution, reorganization, consolidation, merger, re-capitalization, stock issuance or re-issuance, voting trust, pooling agreement, escrow arrangement, liquidation, buy-out, or other transaction which results in a change of ownership or control of Contractor except to an Affiliate if pursuant to an internal corporate reorganization; 4. insolvency or bankruptcy, making assignment for the benefit of creditors, writ of attachment of an execution, being levied against Contractor, appointment of a receiver taking possession of any of Contractor’s tangible or intangible property; 5. any sale or other transfer of 50% or more of the value of assets of Contractor except for sales or transfers to, an Affiliate, parents, grandparents, siblings, children, and grandchildren of persons having a shareholder, partnership or other equity interest in Contractor on the Contract execution date ("Immediate Family") or trust created primarily to benefit members of the immediate family; 6. assumption of any of Contractor's rights under this Contract, or assumption by, delegation to, or takeover of any Performance Obligations or any other Contractor's duties or responsibilities under this Contract by any person other than Contractor (except to an Affiliate), whether by subcontract (unless approved by City under § 10.01) or any other mechanism. B. Contractor acknowledges that Contractor submitted evidence to City with respect to Contractor’s experience, expertise, and qualifications to provide Contract services, and that Contractor’s experience, expertise, and qualifications were material considerations of City in entering into this Contract with Contractor. Therefore, Contractor shall not without City consent, given in City’s sole discretion, Transfer in whole or in part, voluntarily or involuntarily, any of the following: a) this Contract, Page 43 6/2015 - WC b) any rights or duties in this Contract or under the Contract, Contractor may not circumvent City’s consent rights by securing goods or Contract services from a subcontractor. C. Contractor request. Without obligating City to give consent, Contractor will demonstrate to City’s satisfaction that the proposed transferee has the operational and financial ability to satisfy Performance Obligations. City is not obligated to consider any proposed Transfer by Contractor if Contractor is in breach at any time during City’s consideration. D. Novation. If City consents to Transfer of this Contract, it will execute a novation under which the person which is the transferee Contractor assumes all of the rights and Performance Obligations of the transferor Contractor. ARTICLE 11. INTERPRETATION OF CONTRACT 11.01 Specifics no limitation on generalities. The mention of any specific duty or liability imposed upon Contractor may not be construed as a limitation or restriction of any general liability or duty imposed upon Contractor by this Contract or applicable law. 11.02 Integration. This Contract contains the entire agreement between the parties with respect to their rights and obligations under this Contract except as provided below, there are no Contracts or understandings between these Parties other than those written or specified in this Contract. The entire agreement of the Parties with respect to the transactions contemplated herein is contained in the documents listed below. The documents listed below are incorporated into and together comprise all terms of this Contract: (a) This Contract and all Schedules attached; (b) The Request for Proposal (RFP) including amendments thereto. In the event of any conflict in any of the terms of the foregoing, the order of priority of such terms shall be in descending order of the above list. 11.03 Governing Law. This Contract is governed by, and construed and enforced as required by, the applicable laws of the State of Wisconsin. 11.04 Severability. If any clause, sentence, provision, subsection, section, or article of this Contract or exhibit or attachment to this Contract is ruled unconstitutional, illegal, invalid, non- binding, or unenforceable by any court of competent jurisdiction, then the parties will take the following actions: A. promptly meet and negotiate a substitute for the Contract provision and any related amendments, deletions, or additions to other provisions of this Contract which together effect the parties’ original intent to the greatest extent allowable under applicable law; and Page 44 6/2015 - WC B. if necessary or desirable to accomplish preceding item (1), apply to the court that declared said invalidity for a judicial construction of the substituted Contract provision and any amendments, deletions, or additions to this Contract. The unconstitutionality, illegality, invalidity, non-binding nature, or unenforceability of any Contract provision will not affect any of the remaining provisions of this Contract. This Contract will be construed and enforced as if the Contract provision did not exist to the extent possible. However, if any Contract provision with respect to City’s direction to deliver Recyclables to the Designated MRF site is ruled unconstitutional, illegal, invalid, non-binding, or unenforceable by any court of competent jurisdiction, then City in its sole discretion may either sever that Contract provision and construe and enforce this Contract as required by this section or Terminate all or a portion of this Contract. Contractor agrees that it will not challenge the constitutionality, legality, validity, enforceability or binding nature of Contractor’s obligation to deliver Recyclables to the Designated MRF. 11.05 Interpretation. This Contract must be interpreted and construed reasonably and neither for nor against either Party, regardless of the degree to which either party participated in its drafting. Contractor acknowledges that it determined to provide Contract services in City and execute this Contract upon its own choice and initiative and that it had the opportunity to submit comments, recommend changes, and take exception to the proposed provisions of this Contract during the procurement process. Each party represents and warrants that it has reviewed this Contract and has either commented upon this Contract or had the opportunity to do so, with advice of its attorneys. No provision in this Contract may be construed against City solely because the County assisted the City in preparing the form of this Contract. ARTICLE 12. THE PARTIES 12.01. The Parties agree and the Contractor acknowledges as follows: A. Contractor will have the exclusive control over the manner and means of performing Contract Service and over all persons performing Contract Service, except for City’s right to change the scope of Contract service as described in Article 14. B. Contractor is solely responsible for the acts and omissions of its officers, employees, Contractors, subcontractors, and agents, none of whom is deemed to be an officer, agent, servant, or employee of City. C. Nothing in this Contract may be construed as creating an arrangement for handling Unpermitted Waste. D. Contractor bears the sole responsibility and liability for furnishing workers' compensation and all other benefits required by law to any individual for injuries arising from or connected with Contract services performed on behalf of Contractor under this Contract. E. Contractor’s actions and Performance Obligations include reference to any Page 45 6/2015 - WC subcontractor’s actions under this Contract, as applicable, without specifying in each instance that Contractor must directly take those actions itself, or cause its subcontractors to take those actions on Contractor’s behalf. 12.02 Parties in Interest – City. Nothing in this Contract, whether express or implied, is intended to confer any rights on anyone other than the parties and the parties’ respective representatives, successors, and permitted assigns. City’s Related Parties are third party beneficiaries of provisions in this Contract that reference them. 12.03 Binding on Successors. The provisions of this Contract will inure to the benefit of and be binding on the successors and permitted assigns of the parties. 12.04 Further Assurances. Each party agrees to execute and deliver any instruments and to perform any acts as may be necessary or reasonably requested by the other to give full effect to this Contract, including Contractor Documentation. 12.05 Actions of City in Its Governmental Capacity. Nothing in this Contract may be interpreted as limiting the rights and obligations of City in its governmental or regulatory capacity. 12.06 Contractor’s Obligations Performed at Its Sole Expense. Contractor will perform Contract services solely for the compensation expressly provided for in this Contract. 12.07 Parties Representatives A. City. The City Representative is identified on the cover page of this Contract and at § 16.01 B. Contractor Representative. Contractor Representative is named on the cover page of this Contract, at § 16.01 and in Contractor Documentation. Contractor Representative must have at least 5 years’ experience in Solid Waste and Recycling Collection services before being named Contractor Representative. Contractor Representative is authorized to act on behalf of Contractor in the satisfaction of all Performance Obligations and exercise of Contractor’s rights and options under this Contract. 12.08 Due Diligence. Contractor acknowledges each of the following: A. services, including Contract Service, are highly regulated under applicable law, B. City may be subject to statutory fines, or withholding of funds, for failure to achieve mandated Diversion levels, and C. waste management is a public health and safety concern. Contractor agrees that it will exercise due diligence in performing Contract Service. 12.09 No Use of City Name. Contractor will not do business as or use a corporate, partnership, Page 46 6/2015 - WC venture, or other formal name, containing the name of City or implying government ownership. 12.10 Subcontractors. A. Goods or services related to Collection, transportation, processing, or Diversion of Solid Waste. Contractor shall not engage any subcontractor without City’s prior approval of the subcontractor. Any subcontract entered into without City’s approval of the subcontractor is a default. An approved subcontractor cannot Contract for the performance of its duties or obligations to the Contractor. Any such sub-subcontracting will be considered a default. B. Contractor responsibility. Contractor is solely responsible for directing the work of subcontractors and paying subcontractors’ compensation. C. Removal. City may require Contractor to remove any approved subcontractor. ARTICLE 13. TERM OF CONTRACT 13.01 Commencement and Expiration. A. Contract execution date and expiration of term. The Term for this Contract commences on January 1, 2016 and expires on December 31, 2020. B. City options to extend term. On or before 60 days prior to the expiration of the original term under subsection (A), City, may extend the term of the Contract for two years with the mutual consent of the Contractor. 13.02 Survival of Certain Provisions. The following provisions of this Contract will survive the term: A. all acknowledgements, representations, and warranties of the parties in this Contract, B. all indemnities, C. Contractor Payment Obligations or claims therefore, D. all Contractor’s Performance Obligations and City’s rights with respect to Records, including the following: 1. giving City a copy of Records, or allowing City to copy, inspect, and audit Records, including: a) information with respect to Refuse Disposal and Solid Waste Management Facilities (such as Disposed Tons of Solid Waste), Page 47 6/2015 - WC b) certificates of insurance or other evidence of insurance coverage, and c) Contract Service Asset inventory and Contract Service Asset documentation. E. All Contractor’s Performance Obligations and City’s rights with respect to reports; including submitting final reports. F. Any other provision of this Contract that expressly states that it survives termination. G. Any right of either party vested and any obligation of either parties accrued before the termination date. After the termination date, Contractor has no other Performance Obligations or rights under this Contract. 13.03 Contractor's Obligations Upon Expiration or Termination: OBLIGATIONS IN THIS SECTION SURVIVE THE EXPIRATION OR TERMINATION OF THIS CONTRACT. If Contractor is not awarded an agreement to continue to provide MSW management services to City after the expiration or termination of this Contract, prior to and after that expiration or termination, Contractor will cooperate fully with City and the succeeding Contractor(s), licensee(s), permittee(s) or other person(s) providing services to assure a smooth, efficient, orderly, timely, and effective transition of and delivery of MSW management services to City’s residential Customers, including providing City with Records as required under Article 6 upon request, in the format specified by City. ARTICLE 14. CHANGE IN SCOPE OF SERVICE 14.01 Change in Performance Obligations A. At City direction. City may direct Contractor to implement a change of Performance Obligations, including Contract service specifications or Contract service standards, in the Contract Service Area following request for, submission of, and review of Contractor’s proposal under Section 14.02. Contractor will submit its proposal within 15 City Business Days of receiving City’s request for proposal (or a longer period that City may designate in light of the complexity or magnitude of the directed change). B. Upon Contractor Proposal. Contractor may propose to City a change in the scope of Contract services under Section 14.02, such as the following: 1. new developments in Collection technologies that would improve Contract Service efficiency and reduce the Contractor service fee, pollution, or environmental impact; 2. a program that would increase Diversion; and 3. changes in operations necessitated by a change in law. Page 48 6/2015 - WC 14.02 Review and Comment A. Proposal contents. In its proposal, Contractor must describe its detailed plan for implementing the requested or proposed change, including the following: 1. a task list and time-line implementation schedule, 2. Goods or services (including any subcontractor) necessary to implement the change, and 3. any change in Contractor service fee and cost substantiation therefore, including Contractor’s changes in direct costs (taking into account both incremental direct costs and savings offsets) such as: a) modifying vehicle(s); b) adding Receptacle(s), vehicle(s) or routes; c) shortening or extending route time; d) laying off or supplementing labor; and e) increasing transportation distance or time to a Solid Waste Management Facility. Contractor will include documentation supporting its proposal satisfactory to the City. B. City may withdraw the request for proposal at any time, for any reason, including receipt of a proposal from Contractor unsatisfactory to the City. C. Offer. Contractor’s proposal will be deemed Contractor's offer to City to implement the requested or proposed change. Contractor’s proposal will remain binding for 60 days from the date submitted to the City. D. Failure to agree. 1. City-directed change. If the parties cannot reach agreement on a proposal directed by the City, the City may implement the change itself or through another Person 2. Contractor-initiated proposal Changes in Law. If the parties cannot reach agreement on a proposal initiated by Contractor the proposal is deemed rejected and this Contract will not be amended except that if parties cannot reach agreement on a proposal initiated by Contractor due to a change in law, then Contractor may request binding dispute resolution.. ARTICLE 15. AMENDMENTS 15.01 Amendments Page 49 6/2015 - WC Any amendments to this Contract must be by written agreement of the Parties. ARTICLE 16. NOTICES, CONSENTS, APPROVALS, ETC. 16.01 Notices, etc. notices must be given to the City at the following addresses: City: David Simpson Director of Public Works/City Engineer W182 S8200 Racine Ave. Muskego, WI 53150 262-679-5686 Contractor: [insert name, address, phone, email, and FAX] The notice may be provided in one or more of the following forms: A. by Email; B. by personal delivery to a Contractor or City representative as the case may be; C. by deposit in the United States mail first class postage prepaid (certified mail, return receipt requested); or, D. by commercial delivery service providing delivery verification. notice by City to Contractor of a missed pick-up or a Customer problem or complaint may be given to Contractor orally by telephone at Contractor's local office with written confirmation sent to Contractor promptly after the oral notification. Parties must notify the other of a change of their address. 16.02 Writing Requirements. All notices, reports, demands, requests, directions, selections, option exercises, orders, proposals, reviews, comments, acknowledgments, approvals, agreements, consents, waivers, certifications, and other communications made under this Contract must be in writing, unless oral communication is explicitly authorized. 16.03 Exercise of Options. Parties will exercise any approval, disapproval, consent, acceptance, option, discretion, election, opinion, or choice under this Contract, make a requirement under this Contract, or interpret this Contract (“Discretionary Action”) reasonably. Recognizing the essential public health and safety protections this Contract serves, where this Contract specifically provides that the exercise of any “Discretionary Action” is in either party's independent, sole, exclusive, or absolute discretion, control, or judgment, the other party will not question or challenge the other party’s exercise thereof. Parties will nevertheless exercise their rights and remedies in good faith as required by applicable law. ARTICLE 17. EXECUTION OF CONTRACT 17.01 Execution in Counterparts. This Contract may be signed in any number of original Page 50 6/2015 - WC counterparts. All counterparts will constitute but one and the same Contract. 17.02 Authority to Execute. A. City. City warrants that its officers listed below have been duly authorized to execute this Contract on its behalf. B. Contractor. Contractor warrants that the individuals listed below have been duly authorized to execute this Contract on its behalf. City of Muskego: Date: __________________________________ _______________________________________ Mayor Kathy Chiaverotti Attest: _______________________________________ Sharon Mueller, Clerk [Name of Contractor]: Date: _____________________________ By: _______________________________ Name:_____________________________ Title: ______________________________ Attest: __________________________________ Name:_____________________________ Title: ______________________________ Page 51 6/2015 - WC SCHEDULES Contract Documentation Checklist. RFP REFERENCE Schedule 1: Contract Services And Cost Summary Form 1A Schedule 2: Collection Contract Compliance Items Related To Recycling Containers and Delivery of Recyclables to the Designated MRF Schedule 3: Contractor Financial Assurance XIII Schedule 4: Contractor Evidence Of Insurance XIV Schedule 5: Contractor Affidavit Certifying Access To Sufficient Landfill Capacity XVI Schedule 6: Annual Rate Adjustment (CPI And Fuel) IX Schedule 7: Sample Monthly Invoice Schedule 8: Bulky Item Diversion Program VII.m.vi. Schedule 9: Emergency Back-Up Collection Service Plan VII.j. Schedule 10: Customer Complaint & Billing Dispute Resolution Protocol VII.k. Schedule 11: Unpermitted Waste Screening Protocol VII.m.v. Schedule 12: Contractor Transition & Customer Education Plan VII.a.i.ii. Schedule 13: Route Maps, Sheets, And Change Requests VII.f. Schedule 14: Recycling Receptacles Inventory VII.a.,g. Schedule 15: Monthly & Annual Reports (Samples) VII.r. Schedule 16: Delivery Protocol For Designated MRF Schedule 17: Vehicles, Drivers And Equipment VII.s. Page 52 6/2015 - WC SCHEDULE 1 CONTRACT SERVICES AND COST SUMMARY (Excel File Provided) [Insert table provided with all final negotiated pricing from Form 1A of the RFP. Include a schedule of costs for on-call bulk items (Schedule 1a), a schedule of emergency service costs (1b), and any other agreed services and pricing.] Page 53 6/2015 - WC SCHEDULE 2 COLLECTION CONTRACT COMPLIANCE ITEMS RELATED TO RECYCLING CONTAINERS AND DELIVERY OF RECYCLABLES TO A DESIGNATED MRF The Contractor shall comply with the provisions below, [these may vary based on the results the RFP, including the Designated MRF]. A. Recycling Container Provisions 1. Recycling Container Standards. All Recycling containers shall be for single sort Recycling and shall meet City standards for in-mold educational labeling, identifying recyclable and non-recyclable/hazardous materials. All containers shall have a 10-year warranty. 2. Distribution and Use of Recycling Containers. Contractor shall, by the dates specified in this Contract, distribute Recycling containers to each household/unit served under this Contract. Contractor shall ensure these containers are only used for Recycling. Contractor shall notify any non-complying household/unit at the time non-compliance is observed, and shall track and report a summary of non-compliance to the City monthly. 3. Distribution of Educational Materials. Contractor shall attach educational materials to the top of each Recycling container upon delivery of the containers, as noted above. The Contractor shall submit to the City in advance for review and all costs for production are the Contractors responsibility. 4. Contractor Report on Containers. Contractor shall provide the City an annual report by February 1 each year on the number and size(s) of Recycling containers used within the City. B. Direct Haul Provisions 1. Direct Haul. Contractor shall deliver all recyclable materials Collected under this Contract to the Designated MRF. 2. Delivery Protocol. Contractor shall comply with the delivery protocol of the Designated MRF and coordinate delivery times to maximize efficiencies at the truck scale and tip floor and minimize traffic back-ups. 3. Record Keeping and Reports. Contractor shall keep Records and provide all requested data and reports to the County as needed to administer recycling grants and maintain compliance with applicable state or local codes, program rules, and the protocol for delivery of Recyclables to the Designated MRF. This includes, but is not limited to, providing up-to-date information on haul routes, Collection days and times, and vehicles used to Collect Recyclables. 4. Alternate Processing. In the event the Designated MRF is unable to accept Recyclables, the Contractor shall deliver recyclable materials to an alternate location for a designated time, as directed by the City. [Note: Any additional transportation and processing costs will be covered by separate Contract.] Page 54 6/2015 - WC SCHEDULE 3 CONTRACTOR FINANCIAL ASSURANCES [Insert Letter of Credit (LOC) or Performance Bond as required in Section 7.03 of this Contract] Page 55 6/2015 - WC SCHEDULE 4 CONTRACTOR EVIDENCE OF INSURANCE [Insert certification as required in Section 7.01 of this Contract] Page 56 6/2015 - WC SCHEDULE 5 CONTRACTOR AFFIDAVIT CERTIFYING ACCESS TO SUFFICIENT LANDFILL CAPACITY NOT APPLICABLE Page 57 6/2015 - WC SCHEDULE 6 ANNUAL RATE ADJUSTMENT Not Applicable Page 58 6/2015 - WC SCHEDULE 7 SAMPLE MONTHLY INVOICE (Excel File Provided) Solid Waste and Recycling Collection Services [Municipality Name here] Invoice #: Service Period:[month/year] Service/Item Service Description / (Fee Units)Cost/Unit Units this Period Fee Amount Refuse Collection Weekly Up-the-Drive / (Households)$5.00 3,500 $17,500.00 Bulky Item Collection Weekly Curbside / (Households)$0.00 500 $0.00 Recycling Collection Including Transportation to Joint MRF / (HH)$3.00 3,500 $10,500.00 Refuse Disposal Landfill Fee excluding State Tip Fee / (Tons)$26.95 100.34 $2,704.16 Refuse Disposal State Tip Fee / (Tons)$12.997 100.34 $1,304.12 Recycling Container Fee 96-Gallon container / (Households)$0.44 3,500 $1,540.00 Dumpsters Municipal locations $0.00 11 $0.00 Dumpsters Multi-family locations $8.48 219 $1,857.12 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 Subtotal Total items: 8 $35,405.40 Sales Tax Rate:5.1%Sales Tax $0.00 Less Deposit Received Invoice Total $35,405.40 Due Date Thank you for your business! Invoice Date: Attention: Remit Payment: If you have any questions concerning this invoice, contact: Sample Monthly Invoice Make all checks payable to: Page 59 6/2015 - WC SCHEDULE 8 BULKY ITEM DIVERSION PROGRAM Insert the Bulky Item Diversion Program which should include, at a minimum, the following: 1) Provide a description of type of vehicles and process for Collection of Bulky Items. 2) Describe any Recycling of Bulky Items such as scrap metal, appliances, tires, wood, and furniture. Page 60 6/2015 - WC SCHEDULE 9 EMERGENCY BACK-UP COLLECTION SERVICE PLAN Insert the Emergency Service Plan which must include, at a minimum, the following: 1) Emergency Backup Service Plan. Contractor shall file with City an emergency backup service plan. Contractor shall implement that plan if, due to Uncontrollable Circumstances or for any reason whatsoever, Contractor fails, refuses, or is unable for a period of 48 hours to Collect and/or at any time to transport Solid Waste or debris, or any portion thereof to a licensed Disposal facility, and the City determines there is a danger to public health, safety, or welfare. 2) Provide planned location of dumpsters, Bins or roll-off Receptacles and costs where Customers may discard Refuse and other putrescible Solid Waste, 3) Provide implementation timeframe in emergency event for commencement of services, 4) Offer Customers the option of self-hauling Refuse and other putrescible Solid Waste to a transfer station or Disposal facility that is permitted in accordance with applicable law, with or without charge, 5) Describe the procedures for handling putrescible Refuse, preventing litter and discouraging vectors (such as keeping Refuse Receptacles in their storage place and not at Set-out Sites, discarding excess Refuse in closed plastic bags and not loose in Refuse Receptacles), 6) Describe any refund policy for missed Collection, and 7) Provide replacements for drivers and other employees who are not providing Collection or performing other Performance Obligations (such as supervisory personnel or management, or employees of Affiliates or other Solid Waste management companies) and security for those drivers and other employees. Page 61 6/2015 - WC SCHEDULE 10 CUSTOMER COMPLAINT AND BILLING DISPUTE RESOLUTION Insert the Customer complaint and billing dispute resolution protocol which must include, at a minimum, the following: 1) Description of how Contractor will fulfill obligations, such as missed pickups, logging complaint, complaint response time, record keeping requirements and prohibition against referrals to City. 2) Description of Customer service employee training program. 3) Maintenance of electronic log for Customer inquiry of complaint. 4) Date and time of inquiry or complaint. 5) Inquirers or complainant’s name and address (if the individual is willing to give this information). 6) Description of the inquiry or complaint. 7) Date and description of response taken or the reason for non-response. 8) Answer to inquiry or resolution of complaint. Page 62 6/2015 - WC SCHEDULE 11 UNPERMITTED WASTE SCREENING PROTOCOL Insert the Unpermitted Waste Screening Protocol which must include, at a minimum, the following: 1) Requirements stated in Section VII. Scope of services in RFP #1427; 2) Mandatory personnel training: a) for all drivers: training including hazard evaluation methods, emergency preparedness, and emergency response plan implementation techniques with the intent that they learn who, what and how to report on the incident; b) for all route supervisors: training including hazard recognition and measurement and covers personal protective equipment and work practices in keeping with the risk level; c) for all drivers and route supervisors, at least 8 hours of refresher training annually; 3) Means of driver inspection, such as visual inspection during tipping of Receptacles into Vehicles; 4) Immediate driver response, such as load segregation and notification procedures, including leaving Non-Collection notices, when safe; 5) Driver notification, such as calling Contractor’s dispatcher or route supervisor; 6) Customer notification, including description of proper means to Dispose of Unpermitted Waste, by phone call and/or written material/tags; 7) Notification of appropriate local agency or department (with contact phone number); 8) Appropriate action, such as segregation and containerization for manifesting and transport for Disposal as required by applicable law or securing services of permitted handling and transport company; 9) Compliance with applicable law, including regulations of the federal Department of Transportation (DOT) (Title 49 CFR) and of the United States Environmental Protection Agency (Title 40 CFR); and 10) Form, content and placement of labels on Receptacles that prohibit discard of Unpermitted Waste. Page 63 6/2015 - WC SCHEDULE 12 CONTRACTOR TRANSITION AND CUSTOMER EDUCATION PLAN Insert the Contractor transition and education plan which must include, at a minimum, the following: 1) Requirements stated in Section VII. Scope of services in RFP #1427: a) Key implementation dates, including the Contract Service commencement date, b) identification of any truck purchase commitment and delivery schedule, c) identification of any Receptacle purchase commitment and delivery schedule, d) community outreach and community relations plan including Customer notice, e) Customer service plans, f) Collection routing and schedules, g) delivery of materials to Designated MRF h) alternate processing of single stream materials (if necessary), i) reporting plans (and sample reports), j) coordination plans, and k) transition staffing and training plans 2) Customer Education Plan a) Distribution of instructions to Customers on how and when to set out Receptacles, what materials (Refuse, Paper Recyclables, Commingled Containers, Yard Waste) can be discarded (including a description and list of the respective materials), what type of service is provided i.e. curb/alley, and Contractor contact information (including toll-free telephone number and e-mail address). b) Distribution to Customers of residential Recycling guide provided by City. c) Distribution to Customers of new and replacement Receptacles. d) Procedure for tagging improper Recycling or trash set-outs. e) Special announcements or promotion to increase Recycling. Page 64 6/2015 - WC SCHEDULE 13 ROUTE MAPS, SHEETS, AND CHANGE REQUESTS Insert Contractor route details which must provide, at a minimum, the following: 1) Requirements stated in Section VII. Scope of services in the RFP: a. Map showing beginning and ending points for each route with route marked on a map. b. Total number of Customers on each route, type and capacity of Collection Vehicle, assigned number of workers for each route, and worker’s shift hours. c. Day and approximate time (morning or afternoon) of pickup. 2) Day and approximate time of delivery to the Designated MRF. 3) Promptly upon City request, the name and address of each Customer. Page 65 6/2015 - WC SCHEDULE 14 RECEPTACLES INVENTORY Haulers are required, at a minimum, to provide the following: 1) Requirements stated in Section VII. Scope of services in the RFP. 2) Insert order information and inventory ID upon delivery. 3) Total number of households served and a quantity of each container size delivered. Page 66 6/2015 - WC SCHEDULE 15 MONTHLY AND ANNUAL REPORTS (SAMPLES) 1) Requirements stated in Section VII. Scope of services in RFP #1427. 2) Monthly Reports Required: A. Recycling, Solid Waste, Bulky Items Tonnage B. Update all or a portion of its inventory of Contract Service Assets. C. Any occurrences affecting the Contractor’s performance; D. Permit compliance status; E. Documentation regarding Unpermitted Waste, if any, rejected, gathered, produced and/or retained at the Disposal Facility F. Discussion operational problems and resolution thereof or planned, and G. Additional information related to Performance Obligations requested by City. 3) Mandatory Annual Reports. A. A collated summary of the information contained in any Monthly Reports, including reconciliation of any adjustments from prior Monthly Reports, and the following information and statements: B. Total Tonnage for Recycling, Solid Waste, Bulky Item and Yard Waste (as applicable). C. Updated Collection route maps as required D. Complete inventory of Receptacles including total households and quantity of each size Receptacle. E. A declaration describing the current status of any criminal or civil litigation pending against: (i) either Contractor or “Contractor Representatives” with respect to Criminal Activities, and (ii) against Contractor with respect to Solid Waste handling, Collection, Recycling or Disposal. F. The name of all subcontractors, the amount of Goods or services that each subcontractor provides to Contractor, and a description of Contractor’s relationships to each subcontractor (including ownership interests). G. An update on remaining estimated capacity of the Contract Disposal Facility. H. A review of any Change in Law that would increase or decrease operational costs of the Contract Disposal Facility i.e. state landfill environmental fees. Page 67 6/2015 - WC SCHEDULE 16 PROTOCOL FOR DELIVERY OF RECYCLABLES TO THE DESIGNATED MRF [INSERT PROTOCOL HERE] Page 68 6/2015 - WC SCHEDULE 17 VEHICLES, DRIVERS AND EQUIPMENT i. Vehicles used must comply with all Wisconsin Department of Transportation and Municipal requirements (such as to properly contain materials). ii. Specifications. Contractor shall acquire Collection vehicles of the manufacturer, model, type, and description detailed on the inventory list attached as Contractor Documentation, meeting the following specifications: a) The bodies of any vehicle used in Collection pick-ups or transportation of Solid Waste must have watertight beds of metal or impervious material that can be cleaned. b) Vehicles used in Collection pick-ups must be packer-type, completely enclosed vehicles unless other type of vehicles are required by terrain or type of Solid Waste to be hauled. iii. Noise. The noise level generated by Collection vehicles using compaction mechanisms during the stationary compaction process shall not exceed 75 decibels at a distance of 25 feet from the vehicle measured at an elevation of 5 feet above ground level using the “A” scale of a standard sound level meter at slow response, or applicable law, whichever is more stringent. iv. Vehicle Identification. On the left, right, and rear of each vehicle, in letters and numbers not less than 3 inches high and colors that contrast with the color of the body of the vehicle, Contractor shall display the following information; company name, toll-free telephone number, and vehicle number. v. Vehicle Repair and Maintenance. a) Safety. Contractor shall maintain all vehicles in good repair so that they operate properly and safely. b) Appearance. Contractor acknowledges that it is important to City that Contractor presents a professional and pleasing image. vi. Spare Vehicles. Contractor shall maintain in readiness at least one spare Collection vehicle, fueled, and ready to dispatch and replace any Collection vehicle which breaks down on route within reasonable time of a break down. Customers on that route shall receive Contract service before 8:00 p.m. that same day. vii. Driver training. Contractor shall provide operational and safety training for all of its personnel, including those who drive Collection vehicles or operate other Collection equipment, such training shall include live, on-the-job-training by supervisors. Contractor shall train its drivers to identify Unpermitted Waste and comply with the Unpermitted Waste screening protocol. viii. Route/Field Supervisor. During Collection, Contractor shall maintain on duty a site supervisor of field operations responsible for ensuring compliance with this Contract, including; observing Collection operations, identifying and correcting non-compliance with performance specifications and responding to and resolving Customer complaints. Contractor shall equip Page 69 6/2015 - WC supervisor with a vehicle and equip that vehicle and each Collection Vehicle with 2-way radio or cell phones. Page 70 6/2015 - WC Appendix C Locations of City Owned Facilities The following list of City owned facilities shall be included for collection at no additional cost: REFUSE: Facility Address # pick- ups/week # containers size dates months Muskego City Hall W182 S8200 Racine Avenue 1 1 6 yard 1/01 - 12/31 12 Muskego Police Dept. W183 S8150 Racine Avenue 1 1 8 yard 1/01 - 12/31 12 Muskego Public Library S73 W16663 Janesville Road 1 1 4 yard 1/01 - 12/31 12 Muskego City Garage W189 S8285 Mercury Drive 1 1 8 yard 1/01 - 12/31 12 City Garage Tires Only Dumpster W189 S8285 Mercury Drive As Needed 1 20 yard 1/01 - 12/31 12 Parks Maintenance Shop W180 S7732 Pioneer Drive 1 1 8 yard 1/01 - 12/31 12 Horn Field S79 W18200 Horn Park Drive 1 1 4 yard 1/01 - 12/31 12 Mill Valley W191 S6445 Hillendale Drive 1 1 6 yard 4/01 - 10/31 7 Manchester Hill Park W167 S7650 Parkland Drive 1 1 4 yard 1/01 - 12/31 12 Veterans Memorial Park W182 S8200 Racine Avenue 1 1 4 yard 1/01 - 12/31 12 Baylane S75 W16399 Hilltop Drive 1 1 4 yard 4/01 - 8/31 5 Kurth Park S70 W14415 Belmont Drive 1 2 4 yard 1/01 - 12/31 12 Bluhm Farm Park S77 W13607 McShane Drive 1 2 4 yard 1/01 - 12/31 12 Big Muskego Launch S82 W13783 Durham Drive 1 1 4 yard 1/01 - 12/31 12 Boxhorn Launch S90 W13960 Boxhorn Drive 1 1 4 yard 1/01 - 12/31 12 Denoon Park W216 S10798 Crowbar Road 1 3 4 yard 1/01 - 12/31 12 Idle Isle Park W182 S6666 Hardtke Drive 2 2 4 yard 1/01 - 12/31 12 Park Arthur S63 W17833 College Avenue 1 4 4 yard 1/01 - 12/31 12 Old Settlement Center W180 S8100 Racine Avenue 1 1 4 yard 1/01 - 12/31 12 Moorland Park W154 S7105 Moorland Road 1 1 4 yard 1/01 – 12/31 12 Muskego Canal Boat Landing Highway 36 & Muskego Canal 1 1 4 yard 1/01 – 12/31 12 Tess Corners VFD - #1 W144 S6731 Tess Corners Dr. 1 1 4 yd. 1/01 – 12/31 12 Tess Corners VFD - #2 S100 W13444 Loomis Dr. 1 1 2 yd. 1/01 – 12/31 12 Tess Corners VFD - #3 S76 W17858 Janesville Road 1 1 4 yard 1/01 - 12/31 12 Tess Corners VFD - #4 W195 S10030 Racine Avenue 1 1 2 yard 1/01 - 12/31 12 Vets Park-Community Festival Drop off two Friday’s prior to Labor Day weekend and pick-up the Monday prior to Labor Day. Once Per Year 4 30 yard 2 weeks prior to Labor Day 1 RECYCLING: Facility Address # pick- ups/week # containers size dates months Muskego City Hall W182 S8200 Racine Avenue 1 1 4 yard 1/01 - 12/31 12 “ “ 1 toter 64 gal “ 12 Muskego Police Dept. W183 S8150 Racine Avenue 1 1 4 yard 1/01 - 12/31 12 1 toter 64 gal “ “ Muskego Public Library S73 W16663 Janesville Road 1 1 4 yard 1/01 - 12/31 12 1 toter 64 gal “ “ Muskego City Garage W189 S8285 Mercury Drive 1 1 4 yard 1/01 - 12/31 12 1 toter 64 gal “ 12 Horn Field S79 W18200 Horn Park Drive 1 1 2 yd 1/01 - 12/31 12 Manchester Hill Park W167 S7650 Parkland Drive 1 1 2 yd 1/01 - 12/31 12 Veterans Memorial Park W182 S8200 Racine Avenue 1 1 2 yd 1/01 - 12/31 12 Bluhm Farm Park S77 W13607 McShane Drive 1 2 2 yd 1/01 - 12/31 12 Big Muskego Launch S82 W13783 Durham Drive 1 1 2 yd 1/01 - 12/31 12 Boxhorn Launch S90 W13960 Boxhorn Drive 1 1 2 yd 1/01 - 12/31 12 Denoon Park W216 S10798 Crowbar Road 1 3 2 yd 1/01 - 12/31 12 Idle Isle Park W182 S6666 Hardtke Drive 2 2 2 yd 1/01 - 12/31 12 Park Arthur S63 W17833 College Avenue 1 4 2 yd 1/01 - 12/31 12 Old Settlement Center W180 S8100 Racine Avenue 1 1 2 yd 1/01 - 12/31 12 Moorland Park W154 S7105 Moorland Road 1 1 2 yd 1/01 – 12/31 12 Tess Corners VFD - #1 W144 S6731 Tess Corners Dr. 1 1 4 yard 1/01 - 12/31 12 1 toter 64 gal. “ “ Tess Corners VFD - #2 S100 W13444 Loomis Dr. 1 1 4 yard 1/01 - 12/31 12 1 toter 64 gal. “ “ Tess Corners VFD - #3 S76 W17858 Janesville Road 1 1 4 yard 1/01 - 12/31 12 1 toter 64 gal. “ “ Tess Corners VFD - #4 W195 S10030 Racine Avenue 1 1 4 yard 1/01 - 12/31 12 1 toter 64 gal. “ “ Appendix D LOCATIONS OF MUSKEGO/NORWAY SCHOOL DISTRICT FACILITIES Cost should be provided for the following containers and collections on Form 1A: REFUSE: address # pick- ups/week # containers size dates months Lake Denoon School W216 S10586 Crowbar Rd. 3 1 8 yd. 1/01 – 12/31 12 Lakeview School 26335 Fries Lane, W.L. 1 1 8 yd. 1/01 – 12/31 12 Mill Valley School W191 S6445 Hillendale Dr. 1 1 8 yd. 1/01 – 12/31 12 Bay Lane School S75 W16399 Hilltop Dr. 3 2 8yd. 1/01 – 12/31 12 Tess Corners School W147 S6800 Durham Dr. 2 1 6 yd. 1/01 – 12/31 12 “ “ “ “ “ “ 1 1 2 yd. 1/01 – 12/31 12 Muskego Elem. School S75 W17476 Janesville Rd. 1 1 8 yd. 1/01 – 12/31 12 Muskego High School W183 S8750 Racine Avenue 3 1 8 yd. 1/01 – 12/31 12 “ “ “ “ “ “ 1 1 2 yd. 1/01 – 12/31 12 “ “ “ “ “ “ 5 1 8 yd. 1/01 – 12/31 12 RECYCLING: address # pick- ups/week # containers size dates months Lake Denoon School W216 S10586 Crowbar Rd. 1 1 8 yd. 1/01-12/31 12 “ “ “ “ “ “ 1 3 95 Gal. toter 1/01-12/31 12 Lakeview School 26335 Fries Lane, W.L. 1 1 6 yd. 1/01-12/31 12 “ “ “ “ “ “ 1 1 95 Gal. toter 1/01-12/31 12 Mill Valley School W191 S6445 Hillendale Dr. biweekly 1 4 yd. 1/01-12/31 12 “ “ “ “ “ “ biweekly 1 95 Gal. toter 1/01-12/31 12 Bay Lane School S75 W16399 Hilltop Dr. 1 1 8yd. 1/01-12/31 12 “ “ “ “ “ “ 1 1 4 yd. 1/01-12/31 12 “ “ “ “ “ “ 1 3 95 Gal. toter 1/01-12/31 12 Tess Corners School W147 S6800 Durham Dr. 1 1 4 yd. 1/01-12/31 12 “ “ “ “ “ “ 1 2 95 Gal. toter 1/01-12/31 12 Muskego Elem. School S75 W17476 Janesville Rd. b-weekly 1 2 yd. 1/01-12/31 12 “ “ “ “ “ “ biweekly 1 95 Gal. toter 1/01-12/31 12 Muskego High School W183 S8750 Racine Avenue 2 1 8 yd. 1/01-12/31 12 “ “ “ “ “ “ 1 6 95 Gal. Toter 1/01-12-31 12 B i g M u s k e g o L a k e L i t t l eMuskeg oLake L a k eDenoo n B a s sBay T o w n o f V e r n o n C i t y o f F r a n k l i n T o w n o f N o r w a y C i t y o f N e w B e r l i n J A N E S VIL L E R D J A N E S V I L L E R D TA NS DR PIONEER DR UNION CHURCH DR SOMERSET DR NOR TH C A P E R D ROSSMARDR L O O M I S R D GARDEN TER RIESE DR C H A M PIO N S D R AN N D R M O O R L A N D RD MAPLE C T SAROYAN R D COLLEGE AVE GARDEN TER G R EGORY DR M CSHANE D R S T ONEBRIDGEW A Y LAKE ST KELSEY DR CHEVIOT RD NORTHSH OREDR MUSKEGO DAM DR LAKE D R ELM DR JEWEL C R E STDR BAYLANE PL L ARKSPUR RD C O O K D R BELMONT DR HARDTKEDR SKYLARK CT OVERLOOKBAYRD L O D G E D R L O D G E D R COURTLAND L N WENTLAND DR B A S S BAYLN BASSBA Y L N S DENOON RD PEARL DR L A K E D R HEDGEWOOD D R M A R TIN C T D URHAM DR FLEETWOOD RD CEDARCREST LN M I C H I D R P A R K D R G E M D R PRIEGEL DR LOWELL PL CORNELL DR G E MINI D R G A R N ET DR BE L L E C HASSEPK W Y EMPRESS CTEASTDR ERIN CT SUNNY HILL DR LAWNDALE PL COYOTE TRL GLORIA CT BELLVIEW DR CONRADCT LOCHCREST BLV D D E A N C T RYAN DR EDITH CT JOC T MIC H A E L C T DIA M O N D D R FORESTDR EAST DR IND I A N T R L LEMBEZEDER DR LONGFELLOW LN FOREST D R BO EHM CT H A L E P A R K C T GLENBROOK DR SCHAEFER DR DLYNN CT BAY CT ROGER DR H AWTHORNE R D PEARL DR NORTH SHO R E LN BLUHM DR S ANDALWOOD DR CINDY DR PR IE GE L D R L O V E L A N D C T STONECRESTRD RYAN RD WEST COT DR LYNOAKCT SANC T U ARY DR KI T T E R Y CT WIN D S O R RD E L L I O T T CT KURTZE CT PAI GE CT WILLOW W A Y HAVEN C T B R I S T L E C O N E C T P A S A D E NA DR LOOMIS DR KAYLA LN LANNON DR TANSDR GOLD DR BAYLANE PL AUDREYCT LANNON DR FIRE SIDE CT ACO R N D R K R A M E R CT LEE CT S T O N E CRESTCT LONG BOW CT HEATHER LN KIPLINGCT WESTFI E L D WAY PA S A D E N A DR TIMBERBROOKDR GAULKE DR MYST I CDR MOONLI G H T L N BERRYWOODLN TOMAR LN D E R B Y C T BAYLANE PL C A M I LLA C T C O M M ERCE C ENTER PKWY LUEHRING DR PENN LN HORN PARK DR JAMES CT JACOB CT BENJAMIN CT WINDOVER CT CHRISTOPHER LN HAW KS TRL WEST L Y N D R GROVEST MARINER CTSTLEONARDSCT NORTH LN O N Y X D R G R A Y FOX TRL SCHOOL DR SOUTH LN L O O M I S R D O A K GROVE DR G E MINI C T DEBACK DR KOSO DR CHARLOTTE CT REGENCYCT BROOKE LN T E NNY S O N LN ALANDR B E R GER LN HICKORYLN LOCHCREST BLVD DOUGLAS D R N KAREN CT DEBRA CT S A N C T UARY CT NURSERY CT L A K E VI E W D R C H A L L E NGER DR G A FFN E Y D R SCO T T KR A U S E D R WOODLANDPL RYAN DR SATURN DR SHAGBARK LN COLLEG ECT EDWARD CT EAGLES W AY CINDY C T KNOLLW OOD CT W O O D L A ND CT CHESTNUTRIDGECT TIMBERC T DOVER LN M A C LEN D R GREEN CT S DENOON RD N ATURE D R R U B YD R LO O MIS C T CREST D R COMMERCE DR S U MMERIDGE CT HARDWICKE PL RACINE AVE G R E E NHAVENCT T RAIL CT PILGRIM DR D U R H A M C T E A S Y S T HOLLY P ATCHCT LY N N D R WHITTIER TER SC H ULTZ LN JA NIS LN KEELEY CT C E N TE R D R AUD MAR DR RANCH DR JENNIFER DR LLOYDMANGRUMCT F I RESIDE DR C A SEYDR C A N D L E W O O DLN L I N KSWAY CT HIDDEN CREEK CT MADYSON CT BLU H M C T HENNEBERRY DR CREEKSID E CT LIONSPARK DR VELVA DR BROOKSIDE DR KI RKWOO DDR N O R T H V I E W D R SETT L EMENT CT BRENTWOO D D R HARV E S T C T BRIDGEPORT WAY C ALVIN CT HI V IE W DR BAY L A NETER MARYBECKLN LENTINI DR LADWIG DR TONYLEMA L N STLEONARDS DR PHEASANT R UN D R GA U L K ECT SUNSETDR GR OVE W A Y LN ENTERPRISE DR STEEPLECHASEDR S P I N NAKERDR SOUTHERN DR B R I D G E P O R T W AY WENTLAND DR OAKHILLDR WALTER H AGENDR MONTEREY DR THORNAPPLE T R L FIELD DR HEINRICH DR KINGSTON D R LANNON DR P R I N C E T O N D R W O O D S R D WOODS RD B AYSHORE D R RICHDORF D R SETTLER WAY KIPLING DR GOLD DR C O V E NTRY LN BRIARGATE L N SHERWO O D CI R SHERWOOD CIR THODE DR CAMBRIDG E C T W MUSKEGODR M O O R L A N D R D SCENIC DR CIR CLEDR R AC I N E A V E RACINE AVE HILLENDALE DR G A U L K E D R ACORN D R MYSTIC DR AGATEDR A N C IE N T O A K S DR OAKH I LLTRL KATHRYNDR Q U I E T WOOD DR B R ENNAND R TWIN P ONDSRD F E N N I M O R E L N FENNIMORE LN ADRIAN D R LOOMIS DR P L U M C R E E K B L V D DURHAM PL LAK E WOODDR C L E A R B R O O K DR ISLAND DR P R O V I D E N C E W A Y TESS CORNERS DR HALE PA RKDR BOXHORN DR STONECRESTRD KEISER LN SUSANCT K E L LY D R JOELDR LIN D A CT J E A N D R CROWBAR DR RID GE R D R AIN T REE C T BAYLANE DR OLD COURSE WAY A D R I ANDR GLENCOV E CT D E N I C E C T S M E R C U R Y D R G REEN ST FOX TAI L CIR FREEDO M AVE J A E G E R P L FOX B O ROPL SIMA N D L DR OAK CT R E D O A KCT S 124TH ST V A L L E Y D R AVON CT HOLZD R S T A G S L E A P C T C HERRYWOOD D R SKARENCT TYLER D R TOPAZ D R C O T T A G E C I R E SOBEK LN E A S T S H O R E D R CHAMPIONS D R CORN E L L CIR COUNTRYVIEWCT P A R K E R DR KURTZELN KURTZE LN FAIRWAY LN HEM MIN G WAY LINCOLNDR ANNE S W A Y FAIRFIELD D R CRYSTA L DR HIGHLA N D PARKDR SPRING LN FLINTLOCK TRL WOO D B ERRYLN VIC T O R I A D R WILLIAMS DR KENWO O D D R WE STWOODDR ACKER DR OAK R I DGE LN BLUEHERON LN SKY LARK LN KING S TO N DR HARBO R CIR U N D E R C O N S T R U C T E D R O A D S City of Muskego Waukesha County, Wisconsin C r e a t e d B y :C i t y o f M u s k e g oEngineering D i v i s i o n U p d a t e d : J u l y 1 5 , 2 0 1 5I 0 3,000 6,000 9,0001,500 Feet M A P L E G E N D Street Lakes City Boundary Underconstructed Roads A p p e n d i x "E " CITY OF MUSKEGO Staff Report to Public Works Committee To: Public Works Committee From: David Simpson, P.E., Director of Public Works/City Engineer Subject: Review request from Bryon Hrin to consider allowing driveway access to Parker Drive from parcels identified by Taxkeys 2280-999-010 and 2280- 999-011. Date: July 15, 2015 Attached is a request to consider removal of a requirement that homes not access Parker Drive from two lots that were created by a CSM. The attached CSM shows the restriction that was placed onto the lots that abut Parker Drive at the time of the land division that restricts access to the corner lots. Madyson Court is an unimproved roadway that was allowed under previous City codes. The restriction is standard language that is intended to keep the amount of vehicular access reduced on collector streets. Because Parker Drive is a rural roadway that will likely not have a great deal of future traffic growth I don’t feel that there are any negative impacts to the roadway. The one potential negative would be that future property owners would not want to pay for the installation of a City street if it were ever required to be constructed. I would recommend that a note be added to the CSM or a restriction recorded that states that “All property owners that abut Madyson Court shall be required to pay for roadway improvements to Madyson Court should the City require said improvements separate from future land divisions. This applies to all properties regardless of driveway access points.” I would also recommend that the owner pay for any expenses incurred with this process if the Committee recommends approval. Recommendation for Action by Committee: Allow petitioner to remove the access restriction and require recommended wording at their expense. Page 1 of 1 1 David Simpson From:AAA Asphalt, LLC <aaaasphaltllc@aol.com> Sent:Friday, June 19, 2015 5:39 AM To:David Simpson Subject:Lots on Madyson Ct off Parker Dr for Bryon Hrin I am emailing you in order to set up a meeting to request my lots 1 and 2 at Parker Dr to run to driveways onto Parker Dr. Curt Klenz had talked with you last week concerning this. I had asked him to touch base with you because I was extremely busy. Please let me know what I would have to do in order to proceed with getting this done. He also mentioned that I should change the private drive(Madyson Ct) maintenance agreement percentages. Thank you, Bryon Hrin Owner AAA Asphalt, LLC S99 W20523 Parker Dr. Muskego, WI 53150 LL: 262-679-1850 Cell: 262-271-8344 aaaasphaltllc@aol.com www.aaaasphaltllc.com Better Business Bureau Accredited: A+ rating In business over 20 years! CITY OF MUSKEGO Staff Report to Public Works Committee To: Public Works Committee From: David Simpson, P.E., Director of Public Works/City Engineer Subject: Recommend approval of the Compliance Maintenance Annual Report (CMAR) for 2014 Date: July 16, 2015 One of our responsibilities in the operation of the City’s Sanitary Sewer Conveyance System comes from the WDNR. They require an annual report titled “Compliance Maintenance Annual Report” (CMAR). Part of the report (see attached) is a requirement to have a resolution such as the attached resolution in order to ensure that elected officials are aware of the current state of the system by sharing the CMAR and ensuring adequate funding is available to the Utility. For the year 2014 the City’s Grade was an A (4.0) as can be seen on the attached report. Recommendation: Recommend approval of the attached resolution. Page 1 of 2 COMMON COUNCIL - CITY OF MUSKEGO RESOLUTION #____-2013 WISCONSIN DEPARTMENT OF NATURAL RESOURCES NR 208 - COMPLIANCE MAINTENANCE RESOLUTION FOR 2012 WHEREAS, It is a requirement under a Wisconsin Pollutant Discharge Elimination System (WPDES) permit issued by the Wisconsin Department of Natural Resources to file a Compliance Maintenance Annual Report (CMAR) for the City of Muskego’s wastewater collection system under Wisconsin Administrative Code NR 208; and WHEREAS, It is necessary to acknowledge that the governing body has reviewed the Compliance Maintenance Annual Report (CMAR) for 2012. WHEREAS, The Muskego Sewer Utility had a 4.0 average in 2012. NOW, THEREFORE, BE IT RESOLVED That the Common Council of the City of Muskego, upon the recommendation of the Public Works Committee, does hereby commit the necessary funding to operate the City’s sewer utility efficiently and maintain its above 3.0 grade point average. DATED THIS DAY OF , 2013. SPONSORED BY: PUBLIC WORKS COMMITTEE Page 2 of 2 COMMON COUNCIL - CITY OF MUSKEGO RESOLUTION #____-2015 WISCONSIN DEPARTMENT OF NATURAL RESOURCES NR 208 - COMPLIANCE MAINTENANCE RESOLUTION FOR 2014 WHEREAS, It is a requirement under a Wisconsin Pollutant Discharge Elimination System (WPDES) permit issued by the Wisconsin Department of Natural Resources to file a Compliance Maintenance Annual Report (CMAR) for the City of Muskego’s wastewater collection system under Wisconsin Administrative Code NR 208; and WHEREAS, It is necessary to acknowledge that the governing body has reviewed the Compliance Maintenance Annual Report (CMAR) for 2014. WHEREAS, The Muskego Sewer Utility had a 4.0 average in 2014. NOW, THEREFORE, BE IT RESOLVED That the Common Council of the City of Muskego, upon the recommendation of the Public Works Committee, does hereby commit the necessary funding to operate the City’s sewer utility efficiently and maintain its above 3.0 grade point average. DATED THIS _ DAY OF _ , 2015. SPONSORED BY: PUBLIC WORKS COMMITTEE This is to certify that this is a true and accurate copy of Resolution #___-2015 which was adopted by the Common Council of the City of Muskego. _______________________ Clerk-Treasurer Compliance Maintenance Annual Report Muskego City Last Updated:Reporting For: 7/16/2015 2014 Financial Management 1.Provider of Financial Information Name: Scott Kloskowski Telephone:262 679 4149 (XXX) XXX-XXXX E-Mail Address (optional):skloskowski@cityofmuskego.org 2.Treatment Works Operating Revenues 2.1 Are User Charges or other revenues sufficient to cover O&M expenses for your wastewater treatment plant AND/OR collection system ? Yes (0 points) No (40 points) If No,please explain: 2.2 When was the User Charge System or other revenue source(s)last reviewed and/or revised? Year: 2014 0-2 years ago (0 points) 3 or more years ago (20 points) N/A (private facility) 2.3 Did you have a special account (e.g.,CWFP required segregated Replacement Fund,etc.)or financial resources available for repairing or replacing equipment for your wastewater treatment plant and/or collection system? Yes (0 points) No (40 points) 0 REPLACEMENT FUNDS [PUBLIC MUNICIPAL FACILITIES SHALL COMPLETE QUESTION 3] 3.Equipment Replacement Funds 3.1 When was the Equipment Replacement Fund last reviewed and/or revised? Year: 2014 1-2 years ago (0 points) 3 or more years ago (20 points) N/A If N/A,please explain: 3.2 Equipment Replacement Fund Activity 3.2.1 Ending Balance Reported on Last Year's CMAR $816,800.82 3.2.2 Adjustments -if necessary (e.g.earned interest, audit correction,withdrawal of excess funds,increase making up previous shortfall,etc.) $0.00 3.2.3 Adjusted January 1st Beginning Balance $ 816,800.82 3.2.4 Additions to Fund (e.g.portion of User Fee, earned interest,etc.)+$ 26,893.87 3.2.5 Subtractions from Fund (e.g.,equipment replacement,major repairs -use description box 3.2.6.1 below*)-$ 0.00 3.2.6 Ending Balance as of December 31st for CMAR Reporting Year $ 843,694.69 Compliance Maintenance Annual Report Muskego City Last Updated:Reporting For: 7/16/2015 2014 All Sources:This ending balance should include all Equipment Replacement Funds whether held in a bank account(s),certificate(s)of deposit,etc. 3.2.6.1 Indicate adjustments,equipment purchases,and/or major repairs from 3.2.5 above. 3.3 What amount should be in your Replacement Fund?$ 215,000.00 Please note:If you had a CWFP loan,this amount was originally based on the Financial Assistance Agreement (FAA)and should be regularly updated as needed.Further calculation instructions and an example can be found by clicking the HELP link under Info in the left-side menu. 3.3.1 Is the December 31 Ending Balance in your Replacement Fund above,(#3.2.6)equal to,or greater than the amount that should be in it (#3.3)? Yes No If No,please explain. 0 4.Future Planning 4.1 During the next ten years,will you be involved in formal planning for upgrading,rehabilitating, or new construction of your treatment facility or collection system? Yes - If Yes, please provide major project information, if not already listed below. No Project # Project Description Estimated Cost Approximate Construction Year None reported 5.Financial Management General Comments Total Points Generated 0 Score (100 -Total Points Generated)100 Section Grade A Compliance Maintenance Annual Report Muskego City Last Updated:Reporting For: 7/16/2015 2014 Sanitary Sewer Collection Systems 1.CMOM Program 1.1 Do you have a Capacity,Management,Operation &Maintenance (CMOM)requirement in your WPDES permit? Yes No 1.2 Did you have a documented (written records/files,computer files,video tapes,etc.)sanitary sewer collection system operation &maintenance (O&M)or CMOM program last calendar year? Yes (Continue with question 1) No (30 points) (Go to question 2) 1.3 Check the elements listed below that are included in your O&M or CMOM program. Goals Describe the specific goals you have for your collection system: Properly manage,operate and maintain all parts of the collection system,provide adequate capacity to convey base and peak flows,prevent and mitigate impacts of SSO's,provide notification to those with reasonable potential for exposure to pollutants associated with SSO's. Organization Do you have the following written organizational elements (check only those that apply)? Ownership and governing body description Organizational chart Personnel and position descriptions Internal communication procedures Public information and education program Legal Authority Do you have the legal authority for the following (check only those that apply)? Sewer use ordinance Last Revised Date (MM/DD/YYYY) 05/22/2003 Pretreatment/industrial control Programs Fat, oil and grease control Illicit discharges (commercial, industrial) Private property clear water (sump pumps, roof or foundation drains, etc.) Private lateral inspections/repairs Service and management agreements Maintenance Activities (provide details in question 2) Design and Performance Provisions How do you ensure that your sewer system is designed and constructed properly? State plumbing code DNR NR 110 standards Local municipal code requirements Construction, inspection, and testing Others: Overflow Emergency Response Plan: Does your emergency response capability include (check only those that apply)? Alarm system and routine testing Emergency equipment Emergency procedures Communications/notifications (DNR, internal, public, media, etc.) Capacity Assurance: How well do you know your sewer system?Do you have the following? Compliance Maintenance Annual Report Muskego City Last Updated:Reporting For: 7/16/2015 2014 Current and up-to-date sewer map Sewer system plans and specifications Manhole location map Lift station pump and wet well capacity information Lift station O&M manuals Within your sewer system have you identified the following? Areas with flat sewers Areas with surcharging Areas with bottlenecks or constrictions Areas with chronic basement backups or SSOs Areas with excess debris, solids, or grease accumulation Areas with heavy root growth Areas with excessive infiltration/inflow (I/I) Sewers with severe defects that affect flow capacity Adequacy of capacity for new connections Lift station capacity and/or pumping problems Annual Self-Auditing of your O&M/CMOM Program to ensure above components are being implemented,evaluated,and re-prioritized as needed Special Studies Last Year (check only those that apply): Infiltration/Inflow (I/I) Analysis Sewer System Evaluation Survey (SSES) Sewer Evaluation and Capacity Managment Plan (SECAP) Lift Station Evaluation Report Others: 0 2.Operation and Maintenance 2.1 Did your sanitary sewer collection system maintenance program include the following maintenance activities?Complete all that apply and indicate the amount maintained. Cleaning 12 % of system/year Root removal 1 % of system/year Flow monitoring 100 % of system/year Smoke testing 0 % of system/year Sewer line televising 17 % of system/year Manhole inspections 23 % of system/year Lift station O&M 52 # per L.S./year Manhole rehabilitation .1 % of manholes rehabbed Mainline rehabilitation .1 % of sewer lines rehabbed Private sewer inspections 0 % of system/year Private sewer I/I removal 0 % of private services Please include additional comments about your sanitary sewer collection system below: Compliance Maintenance Annual Report Muskego City Last Updated:Reporting For: 7/16/2015 2014 All lift stations are check weekly.Large stations daily.We repair serious leaks in manholes or main lines in house as we locate them. 3.Performance Indicators 3.1 Provide the following collection system and flow information for the past year. 31.5 Total actual amount of precipitation last year in inches 34.81 Annual average precipitation (for your location) 150.5 Miles of sanitary sewer 26 Number of lift stations 0 Number of lift station failures 0 Number of sewer pipe failures 0 Number of basement backup occurrences 0 Number of complaints 2.6 Average daily flow in MGD (if available) 2.54 Peak monthly flow in MGD (if available) 10.9 Peak hourly flow in MGD (if available) 3.2 Performance ratios for the past year: 0.00 Lift station failures (failures/year) 0.00 Sewer pipe failures (pipe failures/sewer mile/yr) 0.00 Sanitary sewer overflows (number/sewer mile/yr) 0.00 Basement backups (number/sewer mile) 0.00 Complaints (number/sewer mile) 1.0 Peaking factor ratio (Peak Monthly:Annual Daily Avg) 4.2 Peaking factor ratio (Peak Hourly:Annual Daily Avg) 4.Overflows LIST OF SANITARY SEWER (SSO)AND TREATMENT FACILITY (TFO)OFERFLOWS REPORTED ** Date Location Cause Estimated Volume (MG) None reported **If there were any SSOs or TFOs that are not listed above,please contact the DNR and stop work on this section until corrected. 5.Infiltration /Inflow (I/I) 5.1 Was infiltration/inflow (I/I)significant in your community last year? Yes No If Yes,please describe: 5.2 Has infiltration/inflow and resultant high flows affected performance or created problems in your collection system,lift stations,or treatment plant at any time in the past year? Yes No If Yes,please describe: Compliance Maintenance Annual Report Muskego City Last Updated:Reporting For: 7/16/2015 2014 5.3 Explain any infiltration/inflow (I/I)changes this year from previous years: Nothing substantial 5.4 What is being done to address infiltration/inflow in your collection system? Continue televising and manhole inspections and addressing serious leaks as they are found. Total Points Generated 0 Score (100 -Total Points Generated)100 Section Grade A Compliance Maintenance Annual Report Muskego City Last Updated:Reporting For: 7/16/2015 2014 Grading Summary WPDES No: 0047341 SECTIONS LETTER GRADE GRADE POINTS WEIGHTING FACTORS SECTION POINTS Financial A 4 1 4 Collection A 4 3 12 TOTALS 4 16 GRADE POINT AVERAGE (GPA)=4 Notes: A = Voluntary Range (Response Optional) B = Voluntary Range (Response Optional) C = Recommendation Range (Response Required) D = Action Range (Response Required) F = Action Range (Response Required) Compliance Maintenance Annual Report Muskego City Last Updated:Reporting For: 7/16/2015 2014 Resolution or Owner's Statement Name of Governing Body or Owner: Date of Resolution or Action Taken: Resolution Number: ACTIONS SET FORTH BY THE GOVERNING BODY OR OWNER RELATING TO SPECIFIC CMAR SECTIONS (Optional for grade A or B.Required for grade C,D,or F.Regardless of grade,required for Collection Systems if SSOs were reported): Financial Management:Grade =A Collection Systems:Grade =A ACTIONS SET FORTH BY THE GOVERNING BODY OR OWNER RELATING TO THE OVERALL GRADE POINT AVERAGE AND ANY GENERAL COMMENTS (Optional for G.P.A.greater than or equal to 3.00, required for G.P.A.less than 3.00) G.P.A.=4 CITY OF MUSKEGO Staff Report to Public Works Committee To: Public Works Committee From: David Simpson, P.E., Director of Public Works/City Engineer Subject: Reconstruction of Bay Lane from Woods Road to Janesville Road Date: July 16, 2015 As part of the 2015 budget an alternatives analysis was completed to begin the planning for the reconstruction of Bay Lane from Woods Road to Janesville Road. Three alternatives were considered and are as follows and the attached .pdf shows more detail from these options: 1. Full reconstruction of the roadway as an urban section with concrete curb and gutter, storm sewer, concrete driveway approaches, six foot wide pathway on the east side of the roadway and installation of an asphalt pavement for the road. The width of the roadway would be 28 feet from the face of curb to face of curb. Temporary grading easements may be needed from some property owners. The preliminary construction cost estimate for 2017 is $2.5M. 2. Full reconstruction of the roadway with rural type ditches and the construction of a six foot wide pathway along the east side of the roadway on the backside of the ditches. The pavement width would be 26 feet wide with 3 foot stone shoulders on both sides. This alternative would require property acquisition in many areas to allow for the installation of ditches and the pathway. This option was not fully designs because during the initial design it was determined that a large amount of right-of-way would be needed. The preliminary construction cost estimate for 2017 is $2.0M. 3. Reconstruction of the roadway using a hybrid approach by placing curb and gutter where required to stay within the existing right of way and using a rural section where it works best for storm water conveyance or where curb and gutter cannot be used because of grading challenges. The widths of roadway section would follow those noted above. This alternative would include a six foot wide pathway on the east side of the roadway. By utilizing this alternative we would be able to keep the vast majority of improvements within the existing right of way with only temporary grading easements being needed from some property owners. The preliminary construction cost estimate for 2017 is $2.25M. A Public Information Meeting was held on Wednesday, July 15th to present these options to residents and gain feedback. I have summarized some of the comments residents verbalized at the meeting as well as the written comments received as of 7/16 below: General comments received were that: Page 1 of 2  Residents would like to have the curb and gutter in as many places as possible   Many would like to see the sidewalk in concrete.  Concerned that parking might become limited/how would parking be restricted.  Would the City be adding street lights?  Wanted to make sure the drives are replaced in-kind.  Like the idea of a parking lane by the school.  Is there a way to improve drainage at the corner of Vine and Bay Lane?  Comment #1- Would prefer option one. Would like to know what kind of parking restrictions would be in place. Also are street lights an option?  Comment #2- Would like to keep trees. Liability on driveway? Parking on street? Mailboxes?  Comment #3- Just a few street lights would be fine also.  Comment #4- Will there be any compensation/reimbursement to residents who paid the city significant money to have their ditches back-filled and underground pipe installed within the last couple years? Especially as the bike bath vision has been in place for many years.  Comment #5- The ditch should be filled in. The sidewalk should be placed closer to the road. A 7’ terrace is too wide. Quietwood Village, the subdivision behind us, has only 3’ terrace – a 7’ terrace would make it look like I have a sidewalk going through the middle of my yard. Many of these comments can be worked on through the design process and will not affect the cost of the design process unless a large change was requested by the Committee such as adding street lights through the corridor. I would budget for design to cost no more than $150,000 in 2016. Based on the comments received I believe that a hybrid alternative that would have an urban cross section from Woods Road to Hilltop and a rural section from Hilltop to Janesville would be the most desirable option with a concrete walkway on the east side of the road. Recommendation for Action by Committee: Move forward with budgeting for the design of a hybrid option in 2016 with construction to follow in a future year to be determined through the budget process. Page 2 of 2 SHEET NUMBER CI T Y O F M U S K E G O BA Y L A N E R E C O N S T R U C T I O N AL T E R N A T I V E # 1 GRAPHIC SCALE Feet 0 20 40 GRAPHIC SCALE Feet 0 20 40 GRAPHIC SCALE Feet 0 20 40 BAY LANE RECONSTRUCTION - ALTERNATE #1 BAY LANE URBAN TYPICAL SECTION MAP LEGEND BAY LANE ALTERNATE #2 RURAL TYPICAL SECTION SHEET NUMBER CI T Y O F M U S K E G O BA Y L A N E R E C O N S T R U C T I O N AL T E R N A T I V E # 3 GRAPHIC SCALE Feet 0 20 40 GRAPHIC SCALE Feet 0 20 40 GRAPHIC SCALE Feet 0 20 40 BAY LANE RECONSTRUCTION - ALTERNATE #3 BAY LANE URBAN TYPICAL SECTION BAY LANE RURAL TYPICAL SECTION (NORTH OF HILLTOP DRIVE) MAP LEGEND Would prefer option one. Would like to know what kind of parking restrictions would be in place. Also are street lights an option? Would like to keep trees. Liability on driveway? Parking on street? Mailboxes? Just a few street lights would be fine also. Will there be any compensation/reimbursement to residents who paid the city significant money to have their ditches back-filled and underground pipe installed within the last couple years? Especially as the bike bath vision has been in place for many years. The ditch should be filled in. The sidewalk should be placed closer to the road. A 7’ terrace is too wide. Quietwood Village, the subdivision behind us, has only 3’ terrace – a 7’ terrace would make it look like I have a sidewalk going through the middle of my yard.