Loading...
NORTHSIDE CARTING SOLID WASTE CONTRACT 2008City of Salem, Massachusetts Contract For Solid Waste and Recyclable Materials Collection and Disposal City of Salem Washington Street Salem, Massachusetts 01970 July 1, 2008 TABLE OF CONTENTS Article1 - Overview......................................................................................................................................4 I -A Description of Contract.................................................................................................................4 1-B Community Profile........................................................................................................................4 I -C Description of Solid Waste & Recycling Collection Program.....................................................4 1-D Definitions.....................................................................................................................................5 Article2 - Contract Terms.............................................................................................................................7 2-A Recycling and Solid Waste Collection..........................................................................................7 2-13 Solid Waste Disposal.....................................................................................................................9 2-C Recyclable Materials Processing.................................................................. 2-D Christmas Trees Collection...........................................................................................................9 2-E Yard Waste Collection...................................................................................................................9 2-F White Goods and Scrap Metal.......................................................................... 10 2-G Bulky Items................................................................................................................................10 Article3 - General Information...................................................................................................................10 3-A Start Date................................................................................................................:....................10 3-13 Collection Route..........................................................................................................................10 3-C Communication with Residents............................................................................:.....................11 3-D Preparation of Materials.............................................................................................................. I 1 aSolid Waste..................................................................................................................................11 bRecyclable Materials...................................................................................................................11 3-E Municipal Facilities and Schools Collection...............................................................................12 3-F Holiday Collection.......................................................................................................................13 3-G Inclement Weather..................................................................................:....................................13 3-H Collection Vehicles.....................................................................................................................13 3-1 Care of Citizens' and Municipal Property ...................................................................................14 34 Customer Service, Daily Contact and Managing Agent..............................................................15 3-K Meeting Between Contractor and City ........................................................................................15 3-1, Inspection and Reports................................................................................................................15 3-M End of Route Reporting...............................................................................................................16 3-N Complying with Directions.........................................................................................................16 3-0 Complaints and Individual Collections.......................................................................................16 3-P Materials from Other Sources......................................................................................................17 3-Q Contaminated Recyclable Materials............................................................................................17 3-R Rejected Trash Loads................................................................................................................ 17 3-S Hazardous Materials....................................................................................................................17 3-T Ownership of Recyclable Materials............................................................................................18 3-U Employees, Training and Uniforms.............................................................................................18 3-V New Employees...........................................................................................................................18 3-W Salvaging....................................................................... .................................................... ..........18 3-X Waste Reduction Program....................................................................................................... 18 3-Y Educational Programs and Scholarship................................................................. 18 Article4 - Collection...................................................................................................................................19 4-A Collection Points.........................................................................................................................19 4-B Collection Schedule.....................................................................................................................19 4-C Collection Time...........................................................................................................................19 4-D Missed Pickups............................................................................................................................19 4-E Non -collection Notices................................................................................................................20 4-F Improperly Prepared Materials....................................................................................................20 4-G Oversized Receptacles...................................................................................................................20 4-H Yard Waste and Christmas Trees................................................................................................20 4-I Mixing Recyclable Materials with Solid Waste..........................................................................20 4-J Cleanup on Route........................................................................................................................20 4-K Spillage of Waste or Recyclable Materials..................................................................................20 4-1, Hazardous Waste Spills...............................................................................................................20 4-M Accidents and Breakdowns.........................................................................................................21 Article5 - Solid Waste Disposal .................................................................................................................21 5-A Solid Waste Disposal...................................................................................................................21 5-B Permits and Licenses...................................................................................................................21 5-C Weights........................................................................................................................................21 5-D Hours of Operation....................:.................................................................................................21 5-E Capacity.......................................................................................................................................21 5-F Alternative Disposal Facility.......................................................................................................21 Article 6 - Recyclable Materials Processing................................................................................................21 6-A Processor Facility Location.........................................................................................................21 6-13 Permits and Licenses...................................................................................................................22 6-C Disposal Conditions.....................................................................................................................22 Article 7 - Christmas Tree and Yard Waste Collection...............................................................................22 7-A Christmas Tree Collection...........................................................................................................22 7-B Yard Waste Collection.................................................................................................................22 Article 8 - Payments to Contractor and the Contract Sum..........................................................................22 8-A Compensation to be Paid to Contractor.......................................................................................22 8-13 Disputes.......................................................................................................................................23 8-C Option to Extend Contract...........................................................................................................23 8-D Option to Review Contract........................................................................................................ 23 8-E Fuel Cost Adjustments.................................................................................................................23 8-F Liquidated Damages....................................................................................................................24 Article9 - Insurance...................................................................:...............................24 Article10 -Other Conditions......................................................................................................................26 10-A Not to Assign or Subcontract......................................................................................................26 10-B Performance Bond.......................................................................................................................26 10-C Changes in the Contract...............................................................................................................26 10-D Contract Compliance...................................................................................................................26 10-E Force Majeure..............................................................................................................................26 10-F Termination for Improper Performance.......................................................................................27 10-G City's Liability ............................................................................................................................28 10-H Protection Against Liability ........................................................................................................29 10-1 Licenses and Permits...................................................................................................................29 10-J Laws and Regulations..................................................................................................................29 10-K Prevailing Wage Rates.................................................................................................................30 10-L Severability ...................................................................................................30 10-M Entire Agreement............................................................................................30 10-N Attorney's Fees..............................................................................................30 4 AppendixA: Data......................................................................................................................................32 AppendixB: Tables..................................................................................................................................33 Table1 - Municipal Buidlings.................................................................................................................33 Table2 - Schools.....................................................................................................................................33 Table 3 - Other Municipal Locations.................................................................................................... 33 Table 4 - Public Housing Complexes..................................................................................................... 34 Table 5 - Park Receptacles......................................................................................... 34 Appendix C: Condominiums............................................................................:..............................:.................................36 Appendix D: Liquidated Damages............................................................................................................38 Appendix E: Prevailing Wage Rates.........................................................................................................40 Appendix F: Recycling Information........................................................................................................ 41 Appendix G: Small Businesses....................................................................................43 Attachments Certificate of Insurance Contractor's Proposal and Bid Sheets 3 CONTRACT The City of Salem, a municipal corporation located in the Commonwealth of Massachusetts, by its Mayor, duly authorized who, however, incurs no personal liability by reason of the execution hereof or anything herein contained, and Northside Carting, Inc. having a usual place of business at 210 Holt Road, North Andover, MA (herein designated as the "Contractor") agree as follows: 1. Whenever the word "Contractor' is used in this agreement, it shall be understood to include his, hers, theirs, or its heirs, executors, administrators, successors, assigns, employees, agents and representatives. The Contractor shall do all the work and famish all the material, equipment and labor, except as herein otherwise specified, necessary or proper for performing and completing the work hereinafter specified. 2. Whenever the word "City" is used in this agreement, it shall be understood to mean the City of Salem, Massachusetts, acting through its Mayor. The work "Engineer' or "Engineers", "Department of Public Services" or "City Engineer', or pronouns in place of them shall be deemed to refer to said Mayor of the City of Salem, Massachusetts, either directly or through his or her properly authorized assistants or agents acting severally within the scope of the particular duties entrusted to them. 3. The Contractor agrees to do, all the work and furnish all the vehicles, equipment and labor for collecting, transporting and disposing of all the solid waste collected within the City of Salem during the term of this Contract, as set forth herein, all in accordance with the terms and provisions of this Contract, in a proper, thorough and workmanlike manner and to the reasonable satisfaction of the Mayor. Overview 1-A Description of Contract The Contractor shall provide the City of Salem with municipal solid waste and recyclable materials collection, disposal, and processing services. The term will be for a five-year period commencing July 1, 2008, except as otherwise provided herein, and ending June 30, 2013. 1-13 Community Profile The City of Salem is a diverse community with a population of approximately 43,000 people living in roughly 15,400 households. In contract year (hereinafter "CY") 2007 the City collected approximately 18,689 tons of solid waste, 1,795 tons of mixed paper and 685 tons of commingled materials as listed in Appendix A. There are currently 137 miles of road in the City of Salem, which occupies an area of 7.99 square miles. 1-C Description of Solid Waste & Recycling Collection Program The City collects solid waste and recyclable materials from residential units and 235 small businesses as defined herein and listed in Appendix A, and 8 schools and municipal facilities and locations as listed in Appendix B. The schools, certain public housing complexes, certain condominiums and municipal facilities are serviced with dumpsters for solid waste collection, unless otherwise noted. Recyclable materials are collected from municipal facilities and schools using 95 -gallon wheeled carts or dumpsters, if indicated. Recycling shall be collected from all business that place material curbside regardless of whether they are included in the list of small businesses from which solid waste is collected. 1-D Definitions BAG -Plastic sacks designed to store solid waste with sufficient wall strength to maintain physical integrity when lifted by the top.QVolume shall not exceed 35 gallons and total weight of a bag and its contents shall not exceed 50 lbs. BULKY WASTE — Furniture, predominantly non-metallic, weighing over 50 pounds. BUNDLE - Items securely tied together forming an easily handled package not to exceed three feet in length or 501bs in weight. CITY- The City of Salem CITYENGINEER — City Engineer or his or her designee. CONSTRUCTIONDEBRI: - Waste building materials resulting from construction, remodeling, repair or demolition operations. CONTAINER - A receptacle for solid waste or recycling. For the purposes of curbside collection of solid waste, a container shall mean a receptacle with a capacity no greater than 35 gallons constructed of plastic, metal, or fiberglass, having handles or construction to provide adequate strength for lifting and having a tight fitting lid. The mouth of the container for curbside collection of solid waste shall have a diameter greater than or equal to that of the base. 41 The weight of the container and its contents shall not exceed 50 lbs. CONTRACT DOCUMENTS — This Contract, the Bid Documents, Contractor's Performance Bond, and any addenda or changes to the foregoing documents agreed to by the City and the Contractor. CONTRACTOR(s) - The Company or Corporation receiving the Contract for Municipal Solid Waste Services and/or Recycling Services with the City of Salem. EQUIVALENT NO. OF BAGS — No more than 105 gallons in total when placed in 3 or le bags or receptacles. HAZARDOUS MATERIALS - As defined in Section 3-S. DISPOSAL FACILITY - A Solid Waste depository including but not limited to sanitary landfills, transfer stations, incinerators and waste processing and/or separation centers licensed, permitted or approved by all governmental bodies and agencies having jurisdiction and requiring such licenses, permits or approvals to receive Solid Waste from the City of Salem for processing or final disposal. HOLIDAY- The term "holiday" when used in connection with days of collection, shall include Sundays in addition to the following eleven Holidays: New Years Day, Martin Luther King Day, Presidents Day, Patriots Day, Memorial Day, Fourth of July, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day and such other holidays as determined by the City. HOUSEHOLD - The single residential unit within a single or multi -family complex. MANAGING AGENT — A full-time employee of the Contractor who shall work with the City to address resident complaints, educate residents about recycling, identify unacceptable waste placed at curbside and other duties outline in Contractor's response to the City's Request for Proposal. MUNICIPAL COLLECTION PROGRAM— Program that collects solid waste and recyclable materials, including yard waste and non-freon bearing white goods and scrap metal from eligible residents, small businesses, municipal buildings, and schools. MUNICIPAL FACILITIES- The municipal locations listed in Appendix B. PROCESSING FACILITY - North Shore Recycled Fibers of Salem, Massachusetts ("NSRF"), the facility where the recyclable material described in this Contract shall be taken by the Contractor for processing. The City represents that it has made all the necessary arrangements with NSRF for the transfer of all recyclable material from the City by the Contractor for the duration of this Contract. RECYCLABLE MATERIAL - Material that has the potential to be recycled and is identified listed and accepted as such by NSRF and which is not commingled with non -recyclable solid waste or contaminated by significant amounts of toxic substances as per 310 CMR 19.006. REFUSE/RUBBISH- Solid waste, not including recyclable material. RESIDENTIAL UNIT - A dwelling within the corporate limits of the City occupied by a person y X 4\ or group of persons comprising not more than six (6) families. Dwellings within specified condominium complexes and public housing complexes, whether of single or multi-level construction, shall be treated as a Residential Unit. Each residential unit shall be subject to a Weekly disposal limit of the equivalent of three 35 gallon receptacles and one bulky item per eek. SCHOOLS - The schools listed in Appendix B. SMALL BUSINESSES On or before Ja uary 1, 2009, any grandfathered commercial facility may set out no more than t 35 gallon bags or receptacles, no larger than 35 gallons and not weighing more than 50 pounds, (or # of bags equivalent to 105 gallons) plus I bulk item of solid waste each week. Any and all Solid Waste is excluded that is produced from small businesses that employ any form of Commercial Solid Waste pickup and from small businesses that have any form of dumpster on their premises. The intent of Small Business Waste is to offer collection services to those businesses that generate such a small amount of Solid Waste that are considered equivalent to a Residential Unit. 0 SOLID WASTE - Useless, unwanted or discarded solid or liquid material, as per 310 CMR 19.006. The term "liquid" refers to the incidental liquids subscribers discard in their trash cans. Solid Waste consists of Rubbish, Bulky waste, residential Garbage, and Small Business Waste. Solid Waste can be contained in Bags and Containers. Unacceptable Waste is specifically excluded from Solid Waste. Any Recycled Items are also specifically excluded from Solid 9 Waste. TRASH LIMIT— On or before January 1, 2009, a limit shall be imposed of 3 receptacles, no larger than 35 gallons (or equivalent # of trash bags totaling 105 gallons) and not weighing more than 50 pounds, plus 1 bulk item per week. The City, through its Board of Health, shall provide a staff person to assist the Contractor's Managing Agent in educating, monitoring and enforcing a mandatory cardboard recycling program and 3 receptacle per week solid waste disposal limit. Unless otherwise agreed by the parties, the Contractor shall not collect and dispose of any solid waste at any location in excess of the trash limit. UNACCEPTABLE WASTE - All Hazardous Waste, those items banned from disposal as 310 CMR 19.017, all solid waste rejected from a disposal facility, ineligible Commerci Garbage, ashes from heating plants, wood and coal stoves, stones, rocks, automobile parts sewage wastes and dead animals. WHITE GOODS - Stoves, refrigerators, water coolers, bubblers, dishwashers, clothes dryers, washing machines, freezers, air conditioners, dehumidifiers, microwaves.White Goods shall be classified as either freon containing or non freon containing types. % J if//Ole Article 2 - Contract Terms 2-A Recycling and Solid Waste Collection Solid Waste Collection - The Contractor shall provide for the collection of municipal solid waste from all eligible and participating residential units, small businesses, municipal, and school facilities and specified events and public space venues within the City of Salem in compliance with all applicable laws, as set forth herein. The Contractor shall be responsible for collecting all acceptable solid waste at each property incorporated within the Contract, regardless of the number of receptacles, during the first six months of the Contract. The City, through its Board of Health, shall, however, during the first six months of the Contract and thereafter through the term of this Contract, provide a staff person to monitor and enforce a mandatory cardboard recycling program and three (3) receptacle per week solid waste disposal limit. Recyclable Materials Collection - The Contractor shall provide for the collection of recyclable materials from all participating residential units, all businesses (placed curbside), municipal facilities and schools, and specified events and public space venues within the City of Salem in compliance with all applicable laws, as determined by the City Engineer. The City, through its Board of Health, shall provide a staff person to monitor and enforc manda card recycling program and three (3) receptacle per week solid waste.dispo it following the initial grace period. The Contractor shall provide a full-time Managing Agent who shall assist the City in monitoring and enforcement. Recyclable Materials to be collected shall include, as a minimum: Commingled containers Glass: clear, brown and green bottles and jars Aluminum: cans, foil and trays Metal: steel, tin, cans, and lids Plastic Containers: #1 through #7 Mixed Paper Newspapers and advertisement inserts, magazines, telephone books, paperback books, catalogues, junk mail, white and colored office paper, brown paper bags, boxboard, and corrugated cardboard no larger than 3'X3', flattened, bundled and tied. Residential and Small Business Facilities: The Contractor shall provide weekly collection of solid waste and weekly collection of recyclable materials from all eligible residential units and small businesses. Weekly recycling shall begin on August 4, 2008 or thereafter as mutually agreed upon by the parties. The parties agree to work cooperatively to educate and provide notice of the City's recycling program and the change in the collection schedule. Municipal Facilities & Schools: The Contractor shall provide collection of solid waste and recyclable materials from Municipal Facilities and Schools as listed in Appendix B. The Contractor shall be responsible for supplying and maintaining appropriately sized rubbish and recycling containers for Municipal Facilities and Schools at no additional cost. The Managing Agent shall work with each school principal to improve recycling at the schools and develop an educational program for the students. At any time and from time to time during the term of this Contract, the City may, request a different size container, or add or delete pickups from containers located at municipal facilities and schools, and may delete entirely pickup from any or all locations listed in Appendix B. Special Events, Downtown and Park Receptacles The Contractor shall provide roll -off containers and dumpsters as needed for the collection and disposal of solid waste or other materials for special events (see Appendix). Additionally, the Contractor shall service 117 trash receptacles located throughout the downtown area daily May 1 through October 31 and 60 receptacles 3 days a week November 1 — April 30 and service 152 trash receptacles within the City's parks as listed in Appendix B daily May I through October 31 and on Mondays and Fridays November 1 though April 30. 2-B Solid Waste Disposal The Contractor shall secure sufficient disposal capacity for solid waste collected for the duration of this contract. The disposal cost shall be part of the Contractor's lump sum bid, except as otherwise provided herein. The Contractor shall provide the City, in writing, with the name, address and other information reasonably requested by the City for the disposal facilities(s) where solid waste is taken. The Contractor shall notify the City in writing of any changes in the disposal locations. If due to the government regulation ruling, the Disposal Facility is not available to dispose of the City's solid waste, the Contractor shall be responsible for providing alternative disposal facilities at no additional cost to the City. At the City's option, with 90 days notice before the expiration of the second year of the contract, the City may elect to dispose of its solid waste on a per -ton basis at a cost provided in the Contractor's bid. Additionally, should the Contractor begin to operate a 400 ton per day transfer station within the City, the City may elect the alternate in the Contractor's bid and/or negotiate, in good faith, an adjustment in disposal costs with the Contractor. 2-C Recyclable Materials Processing The Contractor shall transfer all recyclable materials collected pursuant to this Contract to the processing facility. The Contractor shall not be responsible for processing of recycling. The City shall provide the Contractor a list of materials accepted by the processing facility and will notify the Contractor of any changes in materials accepted by the facility. The Contractor shall use its best efforts to minimize the incineration or landfill disposal of recyclable materials. The Contractor shall be entitled to incinerate or dispose at a landfill, at the Contractor's sole expense, any individual load of recyclable material not acceptable to the secondary market due to contamination, provided that the Contractor shall notify the City of the dates, disposal sites and tonnage of unacceptable recyclable material incinerated and/or landfill. 2-D Christmas Trees Collection The Contractor providing solid waste collection shall provide collection of Christmas trees from` Salem residents for a 1 week period in January. The collection week shall be mutually determined by the City and the Contractor. The Contractor shall deliver the collected trees to a site designated by the City Engineer within the City or a DEP permitted composting facility of Contractor's choice. The Contractor shall provide the City, in writing, with information on the composting facility where Christmas trees are to be taken. The Contractor shall notify the City in writing of any changes in the composting location. 2-E Yard Waste Collection The Contractor shall provide 5 weeks of yard waste collection from residents. Yard Wastesha be collected on a schedule mutually determined by the City and the Contractor. The Contractor shall be required to collect yard waste only if it is placed in yard waste paper bags or bulk containers no larger than 35 gallons clearly marked "yard waste". The Contractor shall not collect yard waste in plastic bags. The Contractor shall deliver the collected yard waste to a DEP permitted composting facility of their choice. The Contractor shall provide the City, in writing, with information on the composting facility where yard waste is to be taken. The of Contractor shall notify the City in writing of any changes in the composting location. Additi collection weeks may be added and the City shall pay the Contractor $2,500 for each additic week. 2-F White Goods (non-freon containing) and Scrap Metal / The Contractor providing solid waste collection shall be required to pick up non- freon L containing white goods and scrap metal from eligible residences and small businesses on a weekly basis. White Goods and scrap metal pick up will be done by appointment, as arranged for between the resident and the contractor. Proper Disposal of these items shall be at the sole expense of the contractor. Contract shall place a container for white goods at the Department of Public Works Garage. 2-G Bulky Items The contractor shall be required to pick up no more than one (1) bulky item per unit per week from residents and small businesses as part of the weekly solid waste collection. Article 3 - General Information 3-A Start Date The Contractor shall commence work under the terms of this Contract as of July 1, 2008, except as otherwise provided herein. If delays are caused by acts of God, acts of government or state, extra work or other contingencies clearly beyond the control or responsibility of the Contractor, the Contractor shall be entitled to additional time wherein to perform and complete this Contract on his part as the City Engineer shall certify in writing to be just. 3-B Collection Route The Contractor shall provide the city with its collection route prior to the start of the work. There shall be no changes in the collection route or schedule without the prior written consent of the City Engineer, which consent shall not be unreasonably withheld. Throughout the life of the Contract the Contractor is expected to service residents in more or less the same order each week. The parties acknowledge the time of collection will vary from location to location, week to week. It is the Contractor's responsibility to return for any missed pickups if materials were missed due to change in time of collection that was not approved by the City Engineer. Should the Contractor at any time request an alteration in routes or schedules, it shall be the sole responsibility of the Contractor to notify all affected service recipients of the changes. The method of notifying service recipients must be approved by the City. In the event a portion of the collection route is impassible due snow and narrow streets, the Contractor shall have an alternative collection method if such impasse is longer than three days, e.g. smaller collection truck. H 3-C Communication with Residents Unless otherwise agreed, the Contractor shall provide, at Contractor's expense, written notice of any changes in the route, schedule or collection of materials, made at the request of the Contractor, to all service recipients. The content of any notice must be approved by the City. 3-D Preparation of Materials Solid Waste All residents are required to place solid waste in plastic bags, receptacles, or other City-appro, containers. Any bag or receptacle of such design, shape, or size (containing weekly household solid waste) exceeding 35 gallons, that can not be handled by one person, or that weighs over fifty (50) pounds need not be picked up. 1 bulk item per week is allowed. The Contractor shall not commingle recyclable materials intended for recycling with solid waste. The Contractor shall not commingle leaves and yard waste with solid waste collected under the contract. The Contractor shall be required to pick up non freon containing white goods and scrap metal from residents. Proper Disposal of these items shall be at the sole expense of the Contractor and is not to be commingled with solid waste and recyclable materials collected under this contras b Recyclable Materials As required by the processing facility, recyclable materials shall be separated by residents at 1 point of generation and shall not be the responsibility of Contractor. The following current categories are subject to change based on technology or regulation: Commingled Glass: clear, brown and green bottles and jars Aluminum: cans, foil and trays Metal: steel, tin cans, and lids Plastic Containers: #147 Mixed Paper newspapers and advertisement inserts, magazines, catalogues, junk mail (with and without plastic windows and labels), white and colored office paper, telephone books, paperback books, brown paper bags, boxboard, corrugated cardboard, etc. All residents are required to place commingled recyclable materials in City -approved containers. Mixed paper may be placed in paper bags, bundled with twine or placed in a City -approved container and set clearly apart from regular solid waste. There shall be no limits to the amount of recyclable materials collected curbside from residents as long as it is generated at that location. The Contractor shall not commingle recyclable materials intended for recycling with solid waste. For a chart describing the preparation of recyclable materials see Appendix F. 3-E Municipal Facilities and Schools Collection The Contractor will collect, remove, and properly dispose of all garbage, refuse, rubbish, solid waste and recyclable material that may be produced or exist upon the premises from each of the containers and facilities listed in Appendix B, subject to the requirements set forth herein. The Contractor agrees to make collections from each of the Municipal Facilities and Schools at the frequency specified in Appendix B. This schedule shall not be changed without the prior written consent of the City Engineer, which consent shall not be unreasonably withheld. At any time during the term of the Contract, the City may, add or delete pickups from containers listed on Appendix B, and may delete entirely pickup from any or all locations listed on Appendix B. The Contractor shall provide, at no additional cost to the City, dumpsters and wheeled recycling carts for municipal facilities and schools as described in Appendix B. As necessary, the Contractor shall adjust the number and/or size of containers at any given site to accommodate solid waste and recyclable materials. The Contractor shall provide dumpsters for the collection of corrugated cardboard at each of the schools and municipal facilities as indicated in Appendix B. Collection from Schools shall be made at least one-half hour before the start of the school day. In the event that collection must be conducted at another time, collection may not occur within one-half hour of arrival or dismissal time. No collection from Schools or Municipal Facilities shall occur before 6:00 am or after 5:00 pm without prior approval of the City Engineer. No later than seven (7) days prior to the commencement of work, the Contractor shall provide suitably -sized, water -tight containers for school and municipal collection of both solid waste and recyclable materials - either dumpsters or containers of galvanized steel or heavy duty plastic equipped with a tight -fitting lid and capable of being locked. The Contractor shall be responsible for the maintenance and repair of all containers provided. All containers shall be kept in a neat, clean, and relatively odor -free condition. Tops of the containers should be cleaned by the Contractor as needed. Any broken, damaged or missing receptacles must be repaired or replaced immediately. It is the Contractor's responsibility to wash or otherwise clean the containers, if such condition arises, at no additional cost to the City. All containers are to be deodorized upon request. Any refuse or recyclable materials within a four -foot radius of dumpsters/containers shall be considered refuse to be collected. The Contractor may place the company logo on Contractor -supplied containers. The Contractor will take reasonable precautions to protect all property (buildings, shrubs, lawn, pavement, vehicles, or other items or areas that are within school boundaries) from any damage and will be responsible for any such damage caused by its failure to do so. 12 3-F Holiday Collection When a scheduled collection day falls on one of the following holidays; New Years Day, Martin Luther King Day, Presidents Day, Patriots Day, Memorial Day, Fourth of July, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, there shall be no collection on that day. Collection for those days and all remaining days of the week shall occur one day late. 3-G Inclement Weather Ordinary snow and rain shall not be cause for omissions of the collection of solid waste and/or recyclable materials in accordance with the provisions of this Contract. Collections may be rescheduled in the event of a Force Majeure in accordance with Article 10 — E and then only with prior consent of the City Engineer, which consent shall not be unreasonably withheld. Any expected delays in excess of 2 hours must be communicated to the City Engineer. 3-H Collection Vehicles Collection trucks shall be purchased by Contractor new and delivered within 6 months of the commencement of the contract and be of size and type that is approved by the City. The Contractor shall provide the City with a copy of the invoice for any new vehicles. The collection trucks shall be registered in the City of Salem. The collections trucks shall be maintained with the most up to date pollution control devices. The Contractor shall have standby equipment available within a forty (40) mile radius of the City. Contractor must notify the City Engineer if any standby equipment is in use. All vehicles used in the collection and transportation of solid waste or recyclable materials shall be of sufficient size and capacity to operate efficiently. A sufficient number of new vehicles will be supplied by the Contractor to collect the solid waste and recyclable materials in accordance with the terms of this Contract and such sufficiency shall be determined by the parties if the Contractor is unable to fulfill the requirements of the contract in the time prescribed. The City shall not have the power at any time to order the Contractor to increase the number of vehicles, unless the Contractor materially and substantially defaults in the performance of the work as a result of the number of vehicles. In the event of a default, the Contractor shall be afforded an opportunity to cure the default as provided in this contract. Bodies for the trucks to be used in the collection and transportation of solid waste shall be enclosed with a capacity of not less than then (16) cubic yards by actual measurement. The bodies shall be watertight, readily cleanable and sanitary, and capable of being unloaded by dumping or automatic push -out means. The equipment shall be essentially a standard product of a reputable manufacturer, so that continuing service and delivery of spare parts may be ensured. The component parts of the unit need not be a product of the same manufacturer. The body shall be so mounted that when fully loaded, the axle loading shall fall within the maximum load limit per axle as prescribed by state and local law. The Contractor will be permitted to use auxiliary loading equipment and self -loading bodies. The Contractor shall provide garage and yard for the equipment that is adequate and sufficient to provide all-weather, year-round operation. The Contractor shall make adequate provision for maintenance and prompt repair of collection equipment. 13 All equipment used for the collection or hauling of solid waste or recyclable materials shall be thoroughly cleaned and scrubbed both inside and outside, and sprayed with such deodorizing material as may be deemed proper by the City at least once each week. All vehicles, conveyances, containers, and all other equipment of whatever nature which is used by the Contractor shall be kept well repaired and maintained in a sanitary condition. All equipment and facilities used by the Contractor shall be subject to inspection for sanitation, safety, appearance, and subject to approval or rejection by the City at any time. Rejected equipment will be repaired or replaced by the Contractor as soon as reasonably possible. The Contractor is responsible for insuring that audible back-up alarms, as required by state law, are functioning properly at all times. The driver of the collection truck shall travel all roads and streets in accordance with all traffic regulations, unless such roads are declared by the City Engineer to be impassable. The Contractor shall clearly display on both sides of each vehicle a permanent sign with lettering or lettering on the truck at least eight inches high that reads: City of Salem Refuse or City of Salem Recycling with Contractor's toll free phone number below along with the vehicle number (lettered at least eight inches high) so that the lettering is easily visible to the public. No additional signage shall be required unless mutually agreed upon by the City and the Contractor. Open body trucks may be used for white goods only. These trucks may not be used under any conditions for refuse that may blow or spill. These open body trucks are not subject to the requirements of painting and numbering, but may also be required to have a system of distinguishable identification. 3-1 Care of Citizens' and Municipal Property The Contractor shall use its best efforts to see that its personnel handle waste receptacles and other containers with care so that the receptacles/containers are not damaged. Empty receptacles/receptacles shall be left right-side-up, in a standing position and in the approximate place where found. The Contractor shall use care in returning empty collection containers to the curbside or off the edge of the traveled road. Containers shall not be placed back in driveways, in front of mailboxes or on paved portions of roadways. Covers on waste receptacles/receptacles shall be replaced. Under no circumstances are waste receptacles/receptacles or their covers to be thrown or allowed to roll out into the street. If waste receptacles are damaged or destroyed by the Contractor's personnel, the Contractor shall at its expense promptly replace the damaged or destroyed receptacle with a similar receptacle/receptacle. The Contractor shall use its best efforts to see that its personnel handle the recycling containers with care so that the containers are not damaged. If recycling containers are damaged or destroyed by the Contractor's personnel, the Contractor shall at its own expense promptly replace the damaged or destroyed recycling container with another approved recycling container. 14 The Contractor will take reasonable precautions to protect all residential and municipal property from damage and will be responsible for any such damage caused by a failure to do so.. Any such damage shall be promptly repaired or paid for by the Contractor, or may be repaired by the City and the cost thereof deducted from any payment due the Contractor under the terms of this Contract. The Contractor shall log all inquiries and concerns and provide such to the City Engineer as he or she shall direct, but not more often than weekly. 3-J Customer Service, Daily Contact and Managing Agent The Contractor shall maintain and adequately staff a toll free number where complaints/collection issues shall be received, recorded and handled between the hours of 7:00 a.m. and 5:00 p.m. on every collection day. The Contractor shall receive calls from residents or the City in a courteous manner and shall resolve all complaints in an expeditious manner. The customer service office shall be in touch with all collection vehicles at all times via a two-way radio or cellular phone. Contractor shall maintain a daily log for complaints in a format provided by the City Engineer. Upon request by the City, Contractor must provide a copy of the daily log to the City. The Contractor shall also designate in writing to the City Engineer a "Managing Agent" upon whom all notices may be served by the City. Service of such notice upon the Managing Agent shall always constitute service upon the Contractor. The Managing Agent shall oversee the collection, transport and, where applicable, disposal and processing of solid waste and/or recyclable materials from the City. There shall be, at all times, direct phone contact between the City and the Managing Agent. All communication between the City and the Contractor shall be through the Managing Agent and the City shall not communicate directly with rubbish and recycling drivers or other employees of Contractor. All complaints shall be promptly investigated and then responded to in writing on the complaint form by the Managing Agent. 3-K Meeting Between Contractor and City The Contractor or Managing Agent shall be available to meet with the City monthly to review Contract performance and customer complaints and resolutions, including a list of all notices left. 3-L Inspection and Reports The Contractor shall be required to keep accurate weights of collected materials. The Contractor shall submit to the City Engineer, on a weekly basis, certified weight slips or records showing the quantity (in tons or pounds) of materials collected. In addition, a spreadsheet shall be forwarded to the City Engineer on a monthly basis totaling the quantities shown on weight slips. The City shall have the right at any time upon reasonable notice to inspect the equipment and premises of the Contractor, including the right to enter upon any property owned or occupied by the Contractor, whether situated within or beyond the limits of the City. Whenever requested, Ilk the Contractor shall promptly furnish the City full and complete written reports of operations under this Contract in such detail and with such information as the City may reasonably request. At the discretion of the City Engineer and with reasonable prior notice to the contractor, the Contractor's collection vehicles may be weighed and/or inspected at the Public Works Garage or at North Shore Recycled Fibers prior to the daily start of all collections pursuant to this Contract and following all such collections the vehicles may be weighed to determine the tonnage collected. Each day when the drivers of contractor's vehicles leave the city with the city's solid waste, he/she is to notify the office of the Engineer. In addition, at the discretion of the City, the Contractor may be subjected to periodic weigh -ins of materials at certified scales within the City of Salem. The City Engineer will select the time and place for weigh -ins. The City will pay any direct cost incurred for the use of the scales. The Contractor will incur all other costs of the weigh -ins. 3-M End of Route Reporting All service requests for pickup reported to the Contractor before the relevant collection vehicle has left City shall be responded to on the same day, unless otherwise mutually agreed by Salem Department of Public Services (DPS) and the Managing Agent. After responding to any such service request, the Managing Agent or the driver of the collection vehicle must report in writing on the service request/complaint form, no later than the following collection day. If any collection vehicle is unable to perform collections at any addresses for any reason, or is delayed in completing their collection route for any reason, the Managing Agent must notify Salem DPS immediately of the difficulty. The Managing Agent shall make whatever arrangements are necessary at the Contractor's sole expense to ensure that all portions of that day's collection route are picked up on the next day for collection. 3-N Complying with Directions The Contractor shall comply with any and all reasonable directions that may from time to time be given by the City Engineer regarding changes in routing, order of collections, type and care of vehicles and equipment and such matters as the City and the Contractor may deem advisable for the improvement of the solid waste or recyclable materials collection. / 3-0 Complaints and Individual Collections The Contractor shall make any collections in individual cases arising out of complaints or otherwise, and shall comply with all reasonable orders and instructions of the City Engineer regarding collection routes, order of collections within a route, type and condition of vehicles and equipment, and other like matters which the City Engineer and the Contractor deem advisable for the improvement of the service rendered to the City. The Contractor shall assure that collections are made in accordance with the provisions of the Contract. The Contractor shall also check complaints and make immediate collection as required. 16 If determined to be necessary by the City, the Contractor shall also have a so-called "chase" vehicle that will inspect and follow each collection route daily to better assure quality control until the City determines that this is no longer necessary. The Contractor and the City shall be jointly responsible for coordination of enforcement procedures between the City and service recipients regarding materials to be recycled, appropriate set -out units, participating requirements, etc. as set forth herein. 3-P Materials from Other Sources When performing solid waste service under this contract, the contractor's vehicles shall only collect, transport and dispose of solid waste from the service recipients as established under the terms of this contract. At no time during the performance of work under this contract shall the vehicles for this Contract collect, transport or dispose of materials from any other municipality or any privately contracted customers of the Contractor. In the event a recipient of services under this Contract opts out of the City's solid waste collection service, the Contractor may not pick up the solid waste for a fee less than the current fee imposed upon certain property owners by the City. 3-Q Contaminated Recyclable Materials It is the Contractor's responsibility to ensure that recyclable materials collected at curbside are not contaminated. If recyclable materials delivered to the processing facility are determined, by the processing facility's representative, to be contaminated, the collection Contractor shall be responsible for all costs associated with disposal. The Contractor shall be entitled to dispose, at the Contractor's sole expense, any individual load of recyclable material not acceptable to the secondary market due to contamination, provided that the Contractor shall notify the City of the dates, disposal sites and tonnage of unacceptable recyclable material. 3-R Rejected Trash Loads Any unacceptable waste rejected from a disposal facility for any reason shall remain the property of the City and shall be disposed of at an appropriate facility at additional cost to the City. 3-S Hazardous Materials Hazardous materials such as the following shall NOT be intentionally collected under this Contract: a. gasoline and waste oil b. liquid oil-based paints, turpentine, paint thinners and shellac c. pesticides d. auto batteries e. explosives f. propane tanks and gas cylinders g. PCBs and radioactive waste containers h. other materials designated hazardous by DEP or EPA medical wastes 17 The Contractor shall not be responsible for the handling or disposal or associated costs for hazardous materials. 3-T Ownership of Recyclable Materials All recyclable materials shall be the property of the City and delivered to North Shore Recycled Fibers. 3-U Employees, Training and Uniforms The Contractor shall employ competent and courteous employees and shall immediately discharge or transfer to duties outside the City of Salem any incompetent or discourteous employee when required to ensure the Contractor's performance of the work. The Contractor shall not again employ within the City of Salem any employee dismissed or transferred under the foregoing provisions without the consent of the City Engineer. The Contractor shall prepare route maps and train collection employees before initiating collection in the City and before the Contractor permits an employee to begin work in the City. 3-V New Employees, Training and Uniform The contractor agrees to make its best effort to train new employees for a period of at least two weeks prior to their assuming full responsibility for their routes. The contractor shall provide training as reasonably required to its employees to ensure the employees understand and implement the requirements of the contract. All employees working in the City of Salem must have a minimum of ten (10) hours of relevant OSHA training. Training shall be approved by the City Engineer and a certification of training must be sent to the Engineer on an annual basis. Employees shall wear gear that identifies them as employees of the contractor and such gear shall include reflective safety material. 3-W Salvaging Salvaging at any time is prohibited without the permission of the City. 3-X Waste Reduction Program The City may, with three months notice, choose to implement a citywide Waste Reduction Program, such as a Pay -As -You -Throw program, for all households and small businesses that use the solid waste collection contract services without adjustment to the terms of the contract with the Contractor. In addition, the City may choose to implement a single stream recycling program such as Recycle Bank during the contract period. The City will provide three months notice to Contractor and the City and the Contractor shall negotiate an equitable adjustment to the Contract prior to the implementation of such program. 3-Y Educational Programs and Scholarship The City shall develop a brochure outlining the City's solid waste and recycling programs which shall be produced and mailed to each household and business within the City. In addition, within the first six months of the contract, the City shall develop a cable television broadcast to educate residents about the collection programs. The City may update the cable broadcast and brochure each year, but in no event shall the cost of such brochure and broadcast exceed $5,000 annually. 18 And finally, the Contractor or its Managing Agent, shall attend two public meetings each year of the contract to educate residents about the collection programs. The Contractor shall reimburse to the City an amount not to exceed $5,000 for each year of the Contract for the costs to develop and produce the brochure and cable television broadcast and for mailing of the brochure. Each year of the Contract, payable in December of each year of the contract, the Contractor shall provide two $1,000 scholarships that the City appointed scholarship committee, which shall include a person designated by Contractor, may award to a student entering or enrolled in an environmental science degree program. Article 4 - Collection 4-A Collection Points Collections from Residents shall be made at curbside. Municipal facilities, schools, specified condominiums and small businesses, public housing and public area receptacle collection shall be made at designated pickup points. See Appendices. Solid waste and recyclable materials shall be collected from multi -family and small commercial establishments under the terms and conditions for Single Family Residence collection specified herein. Collection Frequency Solid Waste The Contractor shall collect from all eligible residential units and eligible small businesses once a week. The Contractor shall collect from Schools and Municipal Facilities as per Appendix B. Recyclable Materials. The Contractor shall collect from all eligible residential properties and all businesses once a week. The Contractor shall collect from Schools and Municipal Facilities as per Appendix B. 4-B Collection Schedule The Contractor shall schedule the curbside collection of recyclable materials to coincide with the regular curbside collection of solid waste such that residents and businesses will have both collections on the same day of the week. 4-C Collection Times No collection from residential businesses shall be made before 7:00 a.m. or after 5:00 p.m. without prior approval from the City Engineer. 4-13 Missed Pickups The Contractor shall be required to return for all missed pickups requested by the City. The collection vehicle shall return to the address of the resident on the same day as day of notice, unless the vehicle has already left the City, in which case they will return on the following collection day. The Contractor shall be required to collect all pickups missed due to driver error at no extra cost. K 4-E Non -collection Notices The Contractor shall supply non -collection notices designed to the City's specifications. Notices must be approved before printing. All drivers are to be provided with an adequate supply of the notices and required to leave non -collection notices whenever materials are intentionally not collected. 4-F Improperly Prepared Materials When the Contractor's crews encounter improperly placed or prepared recyclable material or refuse, they shall follow the procedure below: a. For the first occurrence at an address within any twelve-month period the collector shall complete a City -approved non -collection notice explaining the problems and leave it, along with improperly prepared materials, at the residence b. Upon the second and ensuing occurrences by the same service recipient within a twelve- month period, the collector shall follow the steps above but in addition shall notify the City of a persistent problem at the address. c. The Contractor shall maintain a log of those addresses receiving non -collection notices and reason why. Contractor shall provide a copy of the log to the City on a monthly basis. 4-G Oversized Receptacles The Contractor shall not pick-up receptacles that are over 35 -gallons or that weigh more than 50 pounds. The Contractor shall leave a non -collection notice explaining why receptacles were not collected. 4-H Yard Waste and Christmas Trees The Contractor shall not collect and comingle with solid waste any leaves or other yard waste or Christmas trees. 4-1 Mixing Recyclables with Solid Waste Recyclable materials in containers clearly identified for recyclable collection shall not be comingled with solid waste under any circumstances. 4-J Cleanup on Route The Contractor shall pick up all blown, littered, and broken material collected pursuant to this Contract. Each truck shall carry at all times a broom and shovel. 4-K Spillage of Waste or Recyclable Materials If at any time materials are spilled into a street, sidewalk, lawn, tree, or private property by the Contractor, or the contents of a truck carrying the same are spilled/dumped into a street, sidewalk or property, the Contractor shall clean up the spilled/dumped matter immediately before proceeding to the next place of collection, or make arrangements for the spillage to be cleaned up immediately. 4-L Hazardous Waste Spills The Contractor must immediately report any spill of automotive fluids or other hazardous waste to the Salem Fire Dispatch Center at 978-744-1234 and to Salem Public Services. The Contractor must also report spills to the MA DEP in accordance with state regulations. The Contractor shall not be responsible for the handling or cleanup of any hazardous materials. 20 4-M Accidents and Breakdowns The Contractor shall notify the City Engineer as soon as possible of any accident or breakdown that will delay normal collection. The Contractor shall notify the City as soon as possible of any accident involving injury or damage to private or public property. Article 5 - Solid Waste Disposal 5-A Solid Waste Disposal The Contractor shall provide the City, in writing, with information on the disposal facilities(s) where solid waste is taken. The Contractor shall notify the City in writing of any changes in the disposal locations. 5-B Permits and Licenses The solid waste Disposal Facility which accepts solid waste collected from the City must be fully licensed and permitted by EPA and Mass. DEP, and any other federal, state, or local officials. 5-C Weights Proper weight slips from the facility, certified at a state -approved scale, must be submitted to the City on a weekly basis along with an excel spreadsheet of the monthly data for analysis by the City. 5-D Hours of Operation The designated Disposal Facility must be open a minimum of Monday through Friday 9am to 4pm plus Saturday mornings for the purpose of disposing of the City's solid wastes. Hours of operation must facilitate the deposit of solid waste transported from the City. 5-E Capacity The designated Disposal Facility must have planned/permitted capacity to receive City solid waste for the term of this Contract. 5-F Alternative Disposal Facility The Contractor shall be responsible for providing disposal services for the term of this Contract at its designated Disposal Facility. If due to the government regulation ruling, the designated Disposal Facility is not available to dispose of the City's solid waste, the Contractor shall be responsible for providing alternative disposal facilities at no additional cost to the City. Article 6 - Recyclable Materials Processing 6-A Processor Facility Location The City shall be responsible for executing a contract with North Shore Recycled Fibers of Salem, Massachusetts where recyclable materials are taken. The City shall supply contractor with a list of materials accepted by the processing facility and will notify the Contractor of any changes in materials accepted by the facility. 21' 6-13 Permits and Licenses The City shall ensure that the recyclable materials Processing Facility which accepts recyclable materials collected is fully licensed and permitted by EPA and Mass. DEP, and any other federal, state, or local officials. 6-C Disposal Conditions The Contractor guarantees that at no time during the term, of this Contract shall recyclable materials in its custody be incinerated or landfill except as provided in this section. The Contractor shall be entitled to incinerate or landfill, at the Contractor's sole expense, any individual load of recyclable material not acceptable to the secondary market due to contamination, provided that the Contractor shall notify the City of the dates, disposal sites and tonnage of unacceptable recyclable material incinerated and/or landfill. The Contractor will take all reasonable steps to minimize the frequency of rejected loads. Failure to comply with the requirements of this paragraph shall render the Contractor liable for the damages. Article 7 -Christmas Tree and Yard Waste Collection 7-A Christmas Tree Collection Christmas trees shall be collected during a 1 week period in January. The exact week shall be mutually agreed upon by the parties. The collection week shall be determined by the City. The Contractor shall deliver the collected trees to a site determined by the City Engineer or a DEP permitted composting facility of their choice. The Contractor shall provide the City, in writing, with information on the composting facility where Christmas trees are to be taken. The Contractor shall notify the City in writing of any changes in the composting location. 7-13 Yard Waste Collection The Contractor shall provide 5 weeks of yard waste collection from residents. Yard Waste shall be collected on a schedule determined by the City and in agreement with the Contractor. The Contractor shall deliver the collected yard waste to a DEP permitted composting facility of their choice. The Contractor shall provide the City, in writing, with information on the composting facility where yard waste is to be taken. The Contractor shall notify the City in writing of any changes in the composting location. Additional collection weeks may be added and the charge for this service shall be $2,500.00 per additional week. Article 8 - Payments to Contractor and the Contract Sum 8-A Compensation to be Paid to Contractor The City will pay and the Contractor will accept in full consideration for the performance of the Contractor's obligations $2,420,636.00 in the first year of the contract, subject to adjustments as provided herein. A 2% increase above the previous years' contract amount shall be applied on July 1, 2009 and July 1, 2010 and a 2.5% increase above the previous year's contract amount shall be applied on July 1, 2011 and July 1, 2012. An additional payment of $27,000 per year shall be made to the contractor for the service of collecting and disposing of the solid waste from up to 152 trash receptacles within the City's parks. The Contractor shall submit an invoice to the City monthly on or about the 15'h day of the month for the period covering that month which 22 amount shall be one twelfth (1/12) of the annual contract amount plus any additional costs as provided herein. In the event of any dispute as to any portion of any monthly or other bill, the City shall give written notice of the disputed portion to the Contractor. Such notice shall identify the disputed portion of the bill, state the amount in dispute and set forth the grounds on which such dispute is based. The parties shall endeavor to resolve any disputes between themselves within 30 days of such notice. Payments by the City to the Contractor under this Contract for the amount of the invoice, less any disputed amount by the City, shall be made within thirty (30) days of the date of the invoice. Payments due and unpaid under the Contract Documents shall bear interest from the date payment is due at the annual rate of 12%. At the City's option, with 90 days notice to the contractor prior to the conclusion of the second year of the contract, the City may elect to pay for disposal of its solid waste on a per -ton basis at collection and per -ton disposal cost provided in the Contractor's bid, as adjusted by the escalator provided in the Contractor's bid. Additionally, should the contractor begin to operate a 400 ton per day transfer station within the City, the City may elect to pay in accordance with the Contractor's bid and/or negotiate in good faith an adjustment in disposal costs with the Contractor. In either of such events, compensation for trash disposal shall be based on the weight slips submitted by the Contractor and Contractor shall submit invoices accordingly. 8-13 Disputes Any claim arising out of or relating to the Contract shall be subject to mediation as a condition precedent to institution of legal or equitable proceedings by either party. Request for mediation shall be field in writing with the other party to the Contract and with the JAMS in Boston, Massachusetts. The parties shall share the mediator's fee and any filing fees equally. During the pendency of any dispute as to the amount owed, both the City and the Contractor shall continue performing their respective obligations under the Contract. 8-C Option to Extend Contract The City may choose to renegotiate to extend the term or conditions of this contract for an additional five year term with the approval of the City Council. 8-D Option to Review Contract The parties agree to review the Contract after six months and twelve (12) months to evaluate any substantial changes in the method of collection, processing or disposal of solid waste or recyclables that may have occurred. (examples could include single stream recycling collection, automated collection, incentive based recycling collection). Should any potential changes occur that would impact the cost of performance under this Contract, the parties agree to enter good faith negotiations to reflect said changes and any such changes must be approved by the City Council. 8-E Fuel Cost Adjustments There shall be no adjustments in payment made by the city due to changes in cost of diesel fuel during the initial five-year term of this contract. 23 8-F Liquidated Damages In addition to all of its other rights and remedies under the Contract, at law or in equity, the City shall be entitled to assess liquidated damages against the Contractor for its failure to perform the specified obligations described in Appendix D for collection and transportation of the City's waste only if the Contractor is given prior notice of each and every event giving rise to its alleged failure to perform and a reasonably opportunity to cure. The City shall have the right to withhold the amount of liquidated damages assessed by it from any payment owed to the Contractor as a credit or set-off of such amount. Any consent or permission by the City to any act or omission which otherwise would be a breach of any covenant or condition herein, or any waiver by the City of the breach of any covenant or condition herein, shall not in any way beheld or construed (unless expressly so declared) to operate so as to impair the continuing obligation of any covenant or condition herein, or otherwise operate to permit the same or similar acts or omissions except as to the specific instance. The failure of the City to seek redress for violation of, or to insist upon the strict performance of, any covenant or condition of this Contract shall be deemed a waiver of such violation. The failure of the City to assess liquidated damages shall be deemed to have been a waiver by the City of any such violation or of any of the City's remedies on account thereof, including its right of termination of this Contract for such default. See Appendix D for a complete list of liquidated damages. Article 9 - Insurance The Contractor shall carry and continuously maintain until completion of the Contract, insurance as specified below and in such form as shall protect the work covered by this Contract, and the City and its employees, agents and officials, from all claims and liability for damages for bodily injury, including accidental death, and for property damage, which may arise from operation under this Contract. The City shall be named as an additional insured on any policy. The Contractor covenants and agrees to hold the City and its employees, agents and officials harmless from and against any and all loss or damage due to claims for personal injury and/or property damage arising from, or in connection with operations under this Contract. Except as otherwise stated, the amounts of such insurance shall be not less than: (A) For liability for bodily injury, including accidental death: $1,000,000 for any one person and $1,000,000 on account of one occurrence and $5,000,000 aggregate limit (B) For liability for property damage: $2,000,000 on account of anyone occurrence and $5,000,000 aggregate limit Extraterritorial clause shall be included. 1. WORKMEN'S COMPENSATION INSURANCE: as required by the General Laws of the Commonwealth of Massachusetts. 24 2. BODILY INJURY PREMISE -OPERATION, CONTRACTOR'S PROTECTIVE AND COMPLETED OPERATIONS PUBLIC LIABILITY INSURANCE: -in the amounts required in (A) above. 3. PROPERTY DAMAGE PREMISES -OPERATIONS, CONTRACTORS PROTECTIVE AND COMPLETED OPERATIONS PUBLIC LIABILITY INSURANCE: -in the amounts required in (B) above. 4. BODILY INJURY LIABILITY INSURANCE COVERING THE OPERATION OF ALL MOTOR VEHICLES OWNED BY THE CONTRACTOR AND VEHICLES NOT OWNED BY THE CONTRACTOR, WHILE SUCH VEHICLES ARE BEING OPERATED IN CONNECTION WITH THE PROSECUTION OF THE WORK UNDER THIS CONTRACT: -in the amounts required in (A) above. 5. PROPERTY DAMAGE LIABILITY INSURANCE COVERING THE OPERATION OF ALL MOTOR VEHICLES OWNED BY THE CONTRACTOR AND VEHICLES NOT OWNED BY THE CONTRACTOR WHILE SUCH VEHICLES ARE BEING OPERATED IN CONNECTION WITH PROSECUTION OF THE WORK UNDER THIS CONTRACT: -in the amounts required in (B) above. 6. CONTRACTUAL LIABILITY INSURANCE COVERING THE LIABILITY ASSUMED BY THE CONTRACTOR: -in the amounts required under (A) and (B) above. 7. OWNER'S PROTECTIVE INSURANCE SECURED BY THE CONTRACTOR IN BEHALF OF THE CITY WHICH WILL DIRECTLY PROTECT THE CITY AND/OR ITS EMPLOYEES, AGENTS AND OFFICERS FROM LIABILITY FOR BODILY INJURIES, INCLUDING ACCIDENT DEATH: -in the amounts required in (A) above and FOR PROPERTY DAMAGE: -in the amounts required in (B) above. All policies shall be so written that the City will be notified of cancellation or restrictive amendment at least thirty (30) days prior to the effective date of such cancellation or amendment. A certificate from the Contractor's insurance carrier showing at least the coverage and limits of liability specified above and expiration date shall be filed with the City before operations are begun. Such certificates shall not merely name the types of policy provided, but shall specifically refer to this Contract and shall state that such insurance is as required by this Contract. The Contractor shall make no claims against the City or its officers for any injury to any of his officers or employees or for damage to his trucks or equipment arising out of work contemplated by this Contract, except as caused by the negligent acts and/or omissions of the City. The certificate of insurance shall be delivered to the City at least fifty (50) days prior to July 1 of each year that this Contract is in force and effect. Failure to provide insurance requirements shall be cause to terminate this Contract. 25 All insurance required by this contract shall be obtained from insurance companies that are duly licensed or authorized in the Commonwealth of Massachusetts to issue insurance policies for the limits and coverage's so required. Article 10 - Other Conditions 10-A Not to Assignor Subcontract The Contractor shall give its attention constantly to the faithful performance of the work, shall keep the same under its control and shall not assign, by power of attorney or otherwise, nor subcontract the work or any part thereof, without the previous written consent of the City, and shall not, either legally or equitably, assign any of the moneys payable under this Contract, or his claim thereto, unless, by and with the like consent of the City. 10-B Performance Bond The contractor shall furnish for the term of this Contract a bond in a form and with a surety company approved by the City and authorized to do business in the Commonwealth of Massachusetts, conditioned upon the Contractor fully performing all his obligations under this Contract, and making full payment for all labor performed or furnished in the work. The penal sum of the bond shall be twelve months of the total amount of this Contract sum for the particular year as set forth in the terms of the Contract. The bond shall be delivered to the City within 30 days of execution of this Contract and at least thirty (30) days prior to July 1 of each year thereafter that this Contract is in force and effect. Failure to provide performance bond requirements shall be cause to terminate this Contract. 10-C Changes in the Contract The Contractor shall do the work in the manner set forth in this Contract, except that the City, by order in writing given to the Contractor, may make any reasonable order respecting a change (increase or removal) of any part of the work , and the Contractor shall conform to such orders within a reasonable time after agreement of the parties to any adjustment in the contract price. If requested by the City, the Contractor will amend this Contract to include up to five (5) additional days so that this Contract expires on the last day of the week. In such an event, the contract price shall be adjusted accordingly. 10-D Contract Compliance It is understood and agreed that because the public health and convenience of the City are involved in the performance of this Contract, Contractor shall exercise all reasonable care and diligence in the performance of the work of this Contract. 10-E Force Majeure "Force Majeure" means any event or condition having a material adverse effect upon the Contractor's or the City's ability to perform pursuant to this Contract if such event or condition is beyond the reasonable control and not the result of willful or negligent action or lack of reasonable diligence of the parties relying thereon as justification for not performing any obligation or complying with any condition required of such party under this Contract. "Force Majeure" events or conditions may include but are not restricted to events of the following kinds: an act of God, an act of war, insurrection, riot or civil disturbance, fire, explosion, flood, 26 epidemics, unusually severe and extraordinary weather conditions, acts of government or regulatory authorities, and strikes or lockouts which affect, impact or impede the Contractor's or the City's operations. In the event of a Force Majeure, the nonperforming party shall not be deemed to have violated its obligations under this Contract and the time for performance of any obligation shall be extended by a period of time reasonably necessary to overcome the adverse effects of the Force Majeure event or condition. This provision shall not relieve the nonperforming party from using all reasonable efforts to overcome or remove such Force Majeure event as soon as legally possible, or from providing prompt notice to the other party of the Force Majeure event or condition. Such notice shall disclose the nature of the Force Majeure event or condition and the estimated length of delay. In the event of nonperformance of the Contractor due to labor disputes for a period of more than five (5) working days, the City shall have the right to temporarily procure services of other contractors, at Contractor's expense, until such time as the labor dispute is resolved and the Contractor resumes the regular schedule. 10-F Termination for Improper Performance Events of and Remedies for Default 1. Contractor Events of Default a. Failure of the Contractor to perform any of its obligations, covenants or agreements under this Contract and the continuance of such failure for fifteen (15) days after written notice thereof from the City to the Contractor; provided, however, that if such default is not susceptible to cure within such fifteen (15) days and if the Contractor commences diligently to cure such default promptly after receipt of notice thereof from the City, such period of fifteen (15) days shall be extended to a period of time necessary to cure such default with all due diligence. b. The Contractor becomes insolvent, however such insolvency may be evidenced; or makes an assignment for the benefit of creditors; or is adjudicated a bankrupt; or admits in writing its inability generally to pay its debts as they become due. c. A trustee, custodian or receiver of the Contractor's business, or any substantial portion of the Contractor's assets, is appointed by or at the behest of the Contractor, or, if appointed in a proceeding brought against the Contractor, the Contractor approves of, consents to, or acquiesces in such appointments or such trustee or receiver is not discharged within ninety (90) days. d. Any proceedings involving the Contractor are commenced by or against the Contractor under any bankruptcy or reorganization, arrangement, probate, insolvency, readjustment of debt, dissolution or liquidation law of the United States, or any state, or, if such proceedings are instituted against the Contractor, the Contractor approves of, consents to, or acquiesces in such proceedings or such proceedings are not dismissed within ninety (90) days. 27 e. The death, dissolution or termination of existence of the Contractor. 2. City Events of Default Failure of the City to pay any sums due the Contractor hereunder within thirty (30) days after receiving an invoice for payments due from the Contractor, and the continuance of such failure for fifteen (15) days after written notice thereof from the Contractor to the City; provided, however, that if the City notifies the Contractor of a dispute as to any sums pursuant to Article 8-B of this Contract within such fifteen (15) days after written notice by the Contractor to the City of such nonpayment, no Event of Default shall occur until a final determination of the correct amount pursuant to the provision of said Article 8-13 and the failure of the City to pay such correct amount within thirty (30) days after receiving the statement next submitted to the City after such determination. 3. Remedies for Contractor Events of Default Upon any contractor Event of Default, the City may, in addition to and not in derogation of any other right or remedy available to it under this Contract, at law or in equity (which rights and remedies shall be cumulative and shall not be deemed inconsistent with each other and which may be exercised at the same time to the greatest extent permitted by law), immediately terminate this Contract upon written notice thereof to the Contractor. At any time following a Contractor Event of Default, the City may (but shall not be obligated to) cure any default by the Contractor hereunder, and all costs and expenses incurred by the City, including attorneys' fees and expenses, in curing a default shall be paid by the Contractor to the City on demand, together with interest thereon at the rate provided in Article 8-B of this Contract. In no event shall the Contractor be liable for any indirect, special or consequential damages 4. Remedies for City Events of Default Upon any City Event of Default, the Contractor may, in addition to and not in derogation of the right to sue the City for such sums actually due hereunder (which rights and remedies shall be cumulative and shall not be deemed inconsistent with each other and which may be exercised at the same time to the greatest extent permitted by law), immediately terminate this Contract upon written notice thereof to the City. In no event shall the City be liable for any indirect, special or consequential damages. 10-G City's Liability The City's liability under this Contract shall be limited to the payments due hereunder. In no event shall the City be liable for any additional amounts, including without limitation, any indirect, special or consequential damages. No officer, board, employee, agent, official or resident of the City or any owner or occupant of any Single Family Residence, Multifamily Unit, Small Business, condominium association, board member, management company or their employees, landlords and tenants shall ever be personally liable under this Contract and the Contractor shall look solely to the City in pursuit of its remedies upon any City Event of Default hereunder. 10-H Protection Against Liability The Contractor acknowledges and agrees that he is responsible as an independent contractor for all operations under this Contract and for all acts of employees and agents hereunder, and agrees that he will indemnify, exonerate and hold harmless the City and its officers, boards, employees, agents and officials, and any owners or occupants of any Single Family Residence, Multifamily Complex, Multifamily Unit, Small Business, condominium association, board members, management companies and their employees, landlords and tenants from and against any and all loss, damage, cost, charge, expense and claim, which may be made against it or them or to which it or they may be subject caused in whole or in part by any negligent act or omission of Contractor or those employed by it, or working under those employed by it at any level, and not caused in part by a party indemnified hereunder. In the event the City requires the Contractor to travel over an unaccepted street or private way, the Contractor shall not be liable for damages if such damage is not the result of negligence or an omission of the Contractor. In any event that the City shall be sued or become subject to administrative action because the Contractor has failed to properly transport of dispose of the City's trash or recyclable material, full restitution will be made to the City for all expenses, fees, fines or other costs or charges .adjudicated against the City. 10-1 Licenses and Permits The Contractor shall obtain and pay for all licenses and permits necessary for collecting, transporting and marketing recycling materials and/or collecting, transporting and disposing of solid waste material. 10-J Laws and Regulations This Contract shall be considered to incorporate by reference all applicable federal, state and local laws and rules and regulations of all authorities having jurisdiction over collection , transportation and disposal of solid waste and recyclable material, as though such provisions were set forth in full therein. The Contractor shall keep fully informed of all federal, state and local laws, and municipal ordinances, bylaws and regulations in any manner affecting those engaged or employed in the work, or the materials used in the work, or in any way affecting the conduct of the work and of all such orders and decrees or bodies or tribunals having any jurisdiction or authority over the same. If any discrepancy or inconsistency is discovered in this Contract for this work in relation to any such law, ordinance, regulation, order or decree, the Contractor shall forthwith report the same to the City in writing. The Contractor shall at all times observe and comply with, and shall cause all agents and employees to observe and comply with, all such existing and future laws, ordinances, regulations, orders and decrees and shall protect and indemnify the City, its officers, agents, boards and employees, and the owners and occupants of any Single Family Residence, Multifamily Complex, Multifamily Unit, Small Business, condominium association, board members, management companies and their employees, landlords and tenants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order or decree, by the Contractor, his agents or employees. Any additional cost caused by noncompliance to any applicable law or regulation shall be home solely by the Contractor. 29 10-K Prevailing Wage Rates In accordance with MGL, Chapter 149, Section twenty-seven (27), the wage rates for workers under this Contract are to be paid at the rates established by the Commissioner of the Massachusetts Department of Labor and Industries (see app. E). The Contractor shall provide the City with certified weekly payroll information for all employees working in the City. This shall include regular drivers and laborers, as well as temporary and day laborers. The information shall be provided to the City at the end of each month. 10-L Severability If any provisions of this Subcontract shall be held invalid, voidable, void or unenforceable, the remaining provisions of this Contract shall not be affected thereby and remain in full force and effect as permitted by law. 10-M Entire Agreement The Contract Documents represents the entire and integrated agreement between the parties and supersedes prior negotiations, representations or agreements, either written or oral. This Contract may only be amended or modified by a writing executed by the parties subsequent to the execution of the Contract unless specifically specified elsewhere in this Contract. 10-N Attorney Fees In the event either party institutes suit in court against the other party or its surety in connection with any dispute or matter arising under this Contract, the prevailing party shall be entitled to recover reasonable attorney fees in addition to any other relief granted by the court. IN WITNESS WHEREOF the said Northside Carting, Inc. bath caused these presents and an instrument of like tenor to be executed in its name and behalf by a properly authorized officer of said company. An instrument of like tenor to be executed by the City in its name and behalf by its Mayor; its Purchasing Agent, and its City Engineer. All duly authorized as aforesaid, and its corporate seal to be hereto affixed. Carting, Inc. George Northside Carting, Inc. CITY OF SALEM By: Kimberley Mayor vid Knowlton, City Engineer bert C. Hill, Jr., 30 Agent As to certification of funding: Approved as to form by: Elihbetti Itennard, Esq., City Solicitor 31 Appendix A: Solid Waste and Recycling Data Households Currently Served: Units Single Family Two Family Three Family Four - Six Family Residential/Commercial Small Business Public Housing Condominium Units Curbside Tonnage: Solid Waste 4,774 3,260 1,770 1,642 44 buildings 235 See App. B, Table 4 See Appendix C Recycling Newspaper Co -Mingled CY 2003 16,711 1,748 460 CY 2004 16,420 1,675 492 CY 2005 17,868 1,579 495 CY 2006 16,385 1,482 473 CY 2007 18,689 1,435 524 32 Appendix B: Tables Table 1- Municipal Buildings Facility Address Solid Waste Frequency Recycling 1 30 yd Every other week Dum sters Collection Toters Collection Police Station Jefferson Avenue 10 yd W 2 W Fire Department * 415 Essex Street 2 yd W 2 W Fire Department New Derby Street 2 yd M 5 M Senior Center 5 Broad Street 2 yd W 2 W Greenlawn Cemetary Ome Street 8 yd TH 2 TH Salem High School 77 Wilson Street 2 - 8 yd Daily 8 T *two additional smaller Fire Stations place solid waste and recycling at curbside on regular neighborhood collection days. Table 2- Schools Facility Address Solid Waste Frequency Recycling 1 30 yd Every other week Dum sters Collection Day Toters Collection Da Bates School 53 Liberty Hill Ave 10 yd T, H 8 T, F Bentley School 23 Memorial Drive 10 yd M, W, F 8 M Bowditch School Wilson Street 10 yd M, W, F 8 M Carlton School Skerry St 10 yd T 8 T Collins School 29 Highland Ave 10 yd Daily 8 T, F Salem High School 77 Wilson Street 2 - 8 yd Daily 8 T Salonstall School 211 Lafayette Street 10 d T, F 8 T Witchcraft Heights School 1 Frederick Street 10 yd M, T, W, H 8 M Table 3- Other Municipal Locations, Services Location ouantity Size Frequency DPS — Jefferson Avenue 1 30 yd Every other week 2 10 yard dumpsters Every week 25 30 yd Provided annually for special events* 40 10 yd dum ster Provided annually forspecial events* Forest River 2 10 yd dum ster 1 da / week year round Downtown 117 Trash receptacles Daily May 1 — Oct 31 Reduced to 60 3 days: Nov 1 — April 30 Nov -April M,W,F Winter Island 7 10 yd dumpster 3 days / week May 1 — Oct 31 2 days / week Nov I — April 30 Bakers Island 1 8 yd dum ster 1 da / week May I —Oct 15 Cam Naumke 1 6 yd dum ster I day/ week June I — Set 15 Bertram Field 1 10 yd dum ster On call 33 Powder House lane Ouantit Size 30 Kemwood Marina 1 6 yard dumpster Ix week May 1 -Oct 30 Mack Park 1 10 yard dumpster I x week April — Nov. 30 Every other week Dec — March 30 Golf Course 1 10 yard dumpster 1 x week April — Nov. 30 Every other week Dec — March 30 *Quantity equals one delivery and pick-up. Includes special events such as Haunted Happenings and Cancer Walk. Table 4- Public Housing Location Ouantit Size 30 Trash Collection Frequency Bertram Terrace 45 Trash receptacles 1 day/ week Garden Terrace 45 Trash receptacles 1 da / week Pioneer Terrace 45 Trash recep,tacles I day/ week Norton Terrace 45 Trash receptacles I da / week Park & Prince Street 45 Trash receptacles 1 day/ week Bates Terrace 45 Trash receptacles 1 day/ week Congress Street 45 Trash receptacles I da / week Leefort Terrace 1 10 yd dumpster 1 da / week Colonial Terrace l 10 yd dumpster I da / week Morency Manor 2 10 yd dumpster* I day/ week Philips School 1 10 d dum ster 1 day/ week Farrel Court 1 10 yd dumpster* 1 da / week Dalton 1 10 yard dumpster 1 da /week Charter Street 2 10 yard dum sters I da /week Rainbow Terrace 6 10 yard dum sters I day/ week *Salem Housing Authority owned dumpster Table 5 — Parks Location # Receptacles Willows 30 Memorial 4 Collins Ballfield* 4 Franklin St 2 McGlew 2 Gallows Hill Upper 1 Gallows Hill Lower 3 Mansel Park 4 Castle Hill 2 Pickman and Jackman 2 McGrath 7 Palmers Cove 4 Waterfront Park 3 Common 16 High Street* 2 34 Gonyea* 1 Cabot Farm* 1 Juniper Point 1 May Street 2 March Street* 1 Mary Jane Lee 3 North River Park 20 Forest River 30 Collins Cove Beach* I The city may add 6 additional receptacles at existing parks to total 152 or use a "big belly" which shall have an equivalent of 2 receptacles. *Pick up every other day from 5/1 to 10/31. 35 Appendix C: Condominiums Name # Units Type of collection Pick up day Fafard 718 Curbside Tues Highland Condos 140 Curbside Tues Village at Vinnin Sq. Phase 1 4, 2cy compactor dumpsters Wed. owned by condos plus 65 Curbside Wednesday Phase II 6, 2cy compactor dumpsters owned by condos plus 50 Freedom Hollow 56 1 6cy dumpster M,W,F Townhouses 42 Curbside Phase III Weatherley Drive 26 1 2cy dumpster M,W,F Townhouses 147 Curbside Wednesday Pickman Park Phase 1 144 Curbside Wednesday Phase II 60 Curbside Wednesday Phase III 64 Curbside Wednesday Collins Cove Settlers Way 36 Curbside Mond The Essex 11 Church st 107 3 2cy dumpster Tues Pickering North 181 North 24 1 10cy dumpster Thurs 255-257-259 Lafayette 11 1 10cy dumpster Friday Central Plaza 50 4 2cy dumpster Tues 10 Norman St 31 1 10cy dumpster Tues Cogswell, 5 School 8 1 10cy dumpster Thurs Bowditch Place, 35 Flint 28 1 10cy dumpster Wednesday 24 Norman St 39 1 10cy dumpster Tues Wilkins House, 48 Essex 22 1 10cy dumpster Mond Graystone Manor; 256-260 Lafayette 36 and 13 Linden St 16 1 10cy dumpster Friday 37 Appendix D: Liquidated Damages I . Failure to immediately pick up materials spilled during collection. $150 per occurrence 2. Failure to promptly pickup waste spilled during haul in City or out -side City $500 per occurrence boundaries if the City receives a complaint of such spill. 3. Willful mishandling of waste receptacles/receptacles or recycling containers. $ 25 per occurrence 4. Failure to place waste receptacles/receptacles in an upright position at $ 25 per occurrence approximately the same location upon emptying or failure to place recycling containers upside-down at approximately the same location upon emptying. 5. Placement of receptacles, recycling bins, or lids such that they obstruct roads, $50 per occurrence driveways, or mailboxes. 6. Following notice of complaint, failure to collect waste from a specific $150 per occurrence location on the same day as the regular collection Route or by 9:00 a.m. of the following day if so authorized by the City Engineer. 7. Failure to collect appropriate materials properly set out from two (2) or more $100 per occurrence residents on the same day of the regular Collection Route, or by 9:00 a.m. of the following day if so authorized by the City Engineer. 8. Failure to pick up from any single address more than one time in a given $100 per miss month or three times in a six month period when the driver or Contractor is at fault. 9. Continued violation of traffic laws, ordinance or regulation during collection $250 per occurrence and haul, after written notice to correct from the City. 10. Beginning any single collection route prior to 7:00 a.m. or finishing after 5:00 $100 per day p.m. without the prior consent of the City. 11. Use of unmarked or uninspected collection vehicles. $500 per occurrence 12. Failure to clean vehicle or conveyances as provided for in this Contract. $150 per occurrence 13. Failure or neglect to furnish (within 48 hours) a replacement container $200 per container not meeting the requirements of this Contract. furnished 14. Collecting solid waste from bags/receptacles from receptacles filled more than $50 per occurrence 3 inches above the top edge, or that are larger than 35 gallons. 15. Disposing of as trash, those recyclable materials appropriately set out for $500 per occurrence recycling. $5,000 per truckload 16. Failure to report truck breakdown or accident within 30 minutes. $100 per occurrence 17. Failure to maintain direct phone links between the City and the lead trash and $250 per occurrence recycling drivers, as well as their supervisor. And also failure to maintain direct phone or radio contact between all vehicles servicing the City M 18. Failure or neglect to furnish a schedule or revised schedule of collection and disposal. 19. Commingling materials collected under this Contract with materials not collected under this contract, even if the City will not be billed. 20. Delivering any waste other than as described in this Contract to disposal sites that will be billed to the City. 21. Failure to submit weigh slips with monthly invoice. 22. Submitting weight slips for materials not collected through this Contract. 23. Failure to correct billing error within one week after notification.by City. 24. Failure to provide prevailing wage rate information as required under this Contract. 25. Failure to maintain 1-800 or local phone service for Subscribers. 26. Use of collection vehicle marked "City of Salem " for the collection and/or haul of waste other than provided for under the provision of this Contract. 27. Failure to provide disposal facilities in accordance with this Contract. $1,000 per occurrence $500 per occurrence $5,000 per ton $50 per missing slip $5,000 per occurrence $100 per occurrence $500 per incident $250 per 4 hours out of service $5,000 per occurrence 150% of per ton disposal fee ALL DAMAGES REFERRED TO ARTICLE 9-F. (LIQUIDATED DAMAGES) MAY BE DEDUCTED BY THE CITY FROM ANY PAYMENT THEN OR THEREAFTER DUE TO THE CONTRACTOR. 39 Appendix E: Prevailing Wage Rate See PDF file copy of original letter from Div. of Occupational Safety Issue Date: March 24, 2008 Awarding Authority: City of Salem Contract Number: #J-35 Description of Work: Solid Waste Collection Services The following prevailing wage rates apply to your upcoming contract for solid waste collection services. These rates are determined by the Division of Occupational Safety under the provisions of Massachusetts General Laws, chapter 149, sections 26 to 27F.. EFFECTIVE BASE HEALTH & TOTAL CLASSIFICATION DATES RATE WELFARE RATE Driver 07/01/08 $18.95 $5.82 $24.77 07/01/09 - $19.32 $5.82 $25.14 End of Contract Laborer 07/01/08 $16.14 $5.82 $21.96 07/01/09 $16.46 $5.82 $22.28 End of Contract These rate determinations constitute the minimum wage rates, and do not supersede or preempt higher rates that may result from individual employment contracts. These wage rates shall be made available to all prospective bidders or offerors and shall be made a part of the contract for said services. See M.G.L. c. 149, '27F. 40 Appendix F: Recycling Information Re -cycling Guidelines NOTE., THE CITY NOW ACCEPTS PLASTICS 1-7 Paper In general: "Tear it, Recycle it" *Place in paper bag beside or on top of bin eNo plastic bags *Make sure all recyclables are clean (no dirty take-out containers, pizza boxes, etc.) *Tie newspaper and cardboard with twine or place in paper bags eRemove all liners from boxes *Occasional staples, clasps or paper clips are OK *Plastic windows are OK .Wet is OK (e.g. rain). -Dry is preferred since wet is heavy to pick up. Containers *Place glass bottles & jars, metal cans, plastics, plastic juice and milk jugs in bin (clean and remove lids) *No paint or aerosol cans *No motor oil containers or plastic bags *All containers can be placed together in the same bin. Notes: If you need a bin or additional bins you may purchase them for $6.00 at Crosby's Marketplace (109 Canal Street), Winer Bros Hardware (86 Lafayette), or at the DPS building, 5 Jefferson Avenue. For more information please call 978-744-3302. There is no limit to the number of re -cycle bins you can use 41 Solid Waste and Recvclahle Materials Collection, Disposal, and Processing Salem Massachusetts — Sticker Program Guidelines 1. Stickers are sold to remove all appliances containing freon and other hazardous chemicals and must be purchased at the Department of Public Works, located at 5 Jefferson Avenue (978-744-3302). 2. White Goods include washers, dryers, hot water heaters, dishwashers, trash compactors and stoves. call 978-619-5673 to schedule a pick up. Remove doors and lids for safety prior to putting out curbside for pickups and place them next to the item. Doors and shelving may also go out with your regualr curbside pick up. 3. Stickers cost $20 and are payable ONLY BY CHECK. Checks may be out to the City of Salem. 4. Pickups will generally be the 2nd and 4th Saturday of each month. (There may be an exception should a Holiday fall on that particular day). 5. At time of sticker purchase, you will be scheduled for a pick date. 6. Sticker must be applied to the front of the item as registered at the DPW Office for pick up to take place. (No substitute to be made) 7. Stickered items must be placed curbside by 7 am the day of pickup or no earlier than 6 pm the night before. 8. The pickups will begin promptly at 7 am. 9. If you are not able to have the item out as scheduled it is your responsibility to notify the DPW at 978-744-3302 no later than 12 noon on the Wednesday of the scheduled week. At the time of the call we will schedule you for an optional date or stickers may be put on hold for future use. 10. If unsuccessful at picking up the items on the scheduled date, then you will need to contact the DPW Office at 978-744-3302 to purchase an additional sticker and schedule a later pickup date. Again, it is very important that you call us no later than Wednesday by 12 noon to avoid any further charges to be incurred for rescheduling. 11. There are no refunds on this program. Monies collected will be applied as administration fees. 12. Should you have any questions or concerns, please do not hesitate to contact the DPW Office at 978-744-3302. Hazardous Items 1. Save for household hazardous products day. 2. Oil paint, used motor oil, used motor oil, batteries, chemicals, tires, TVs, computers, propane tanks, fluorescent bulbs. Call (978) 741- 1800 for additional information. 42 Solid Waste and Recyclable Materials Collection, Disposal. and Processing Salem Massachusetts - APPENDIX G Customer Name Location No. Location THIRTY FOUR -38 1/2 BRIDGE 38 -1/ BRIDGE ST FRANCIS E. CAMPBELL FAMIL 405 2-J ESSEX ST WHICH CITY LLC 8 2-J ESSEX ST BOSTON REAL ESTATE TRUST 165 A BOSTON ST CAPPUCCIO BERTHA L 70 A LORING AVE DIANE M.HAYWOOD REV TRUST 3 A WINTER ISLAND RD LAFKAS JAMES 124 BOSTON ST 132 BOSTON ST REALTY TRUS 132 BOSTON ST CHEMELSKI EDWARD J 98 BOSTON ST POST CHRISTOPHER 118 BOSTON ST LE SONG QUANG 7 BOSTON ST RATC IRREVOCABLE TRUST 171 BOSTON ST GALLANT ROBERT S 163 BOSTON ST KOSKI ELEONORA F TRUSTEE 19 BOSTON ST URCIN, LLC 122 BOSTON ST SILVA JOAO N 136 BOSTON ST ONE EIGHTEEN REALTY TRUST 167 BOSTON ST SHELL OIL COMPANY 146 BOSTON ST 123 1/2 BOSTON PLACE REAL 123 BOSTON ST 1/2 CHASSE PATRICK 40 BOSTON STREET 42ND LLC 92 BOSTON STREET SALEM PLUMBING SUPPLY CO 43 BRIDGE ST M J M J , INC. 64 BRIDGE ST RABY REALTY TRUST 85 BRIDGE ST JEMM REALTY TRUST 333 BRIDGE ST THIRTY FOUR -38 1/2 BRIDGE 34 BRIDGE ST BRIDGE STREET SPORTS 280 BRIDGE ST Solid Waste and Recyclable Materials Co/lection, Disposal, and Processing Salem Massachusetts — TERRY MICHAEL D 69 BRIDGE ST G.A.T REALTY TRUST 335 BRIDGE ST LOCKE LINDA 48 BRIDGE STREET S.G.A. REALTY TRUST 37 BRIDGE STREET GLENTADAKIS PETER 309 BRIDGE STREET 37-39 BRIDGE ST RLTY TRUS 39 BRIDGE STREET MORRIS STEPHEN P 45 BRIDGE STREET JAMES WEENER 50 BROADWAY LAFAYETTE ASSOCIATES THE 13 BROADWAY THOMAS MACKEY & SONS INC 58 BROADWAY BEAVERS ENTERPRISES INC 50 BROADWAY R SHEA SHAWN A 108 BROADWAY R EIGHTEEN BROWN ST REAL ES 18 BROWN ST BEEBE-CENTER WALTER 22 BUFFUM STREET NOCIVELLI DAVID 42 CABOT STREET 1 KRITOPOULOS GIANOULA 42 CABOT STREET 2 BROWN JAMES 97 CANAL ST R & N REALTY TRUST 87 CANAL ST 135 CANAL STREET RLTY TRU 135 CANAL ST FREEDMAN ARTHUR B 120 CANAL ST 259 CANAL STREET TRUST 259 CANAL ST CRIST FRANCIS 89 CANAL ST GARDNER MATTRESS CORP 250 CANAL ST JEFFERY BROS INC 144 CANAL STREET LABORERS' LOCAL 22 10 COLONIAL RD LYSIAK YVONNE 10 COLONIAL RD VIGLAS ROSA 10 COLONIAL RD PITTELLA ROBERT 10 COLONIAL RD U3 TREMBLAY ROGER 10 COLONIAL RD U4 PALOMBO DAVID W 10 COLONIAL ROAD HBK COLONIAL PARK TRUST 1 10 1 COLONIAL ROAD Solid Waste and Recyclable Materials Collection, Disposal, and processing Salem Massachusetts— HBK COLONIAL PARK TRUST 10 COLONIAL ROAD OROURKE JOHN J JR 2 COMMERCIAL ST RIVER WHARF REALTY TRUST 18 COMMERCIAL ST BRADT ELIZABETH S DVM 20 COMMERCIAL ST PEQUOT FILLING STATION IN 84 CONGRESS ST SOUTH HARBOR HOLDINGS LLC 26 1 CONGRESS ST KAPPARHO RLTY TR/HOULE RO 65 1 CONGRESS ST OPRZEDEK WESLEY 88 CONGRESS ST DONOVAN MARY 1 DERBY SQUARE ONE DERBY SQUARE RLTY TR 1 DERBY SQUARE BURKINSHAW GEORGE H 118 DERBY ST SOUTH HARBOR HOLDINGS LLC 285 DERBY ST POINT VIEW TRUST 155 DERBY ST DERBY STREET REALTY TRUST 124 DERBY ST MURPHY LEO A III 140 DERBY ST CLARKE DONALD J 281 DERBY ST JJ TACHE LLC 208 DERBY ST NATHAN PAUL H 159 DERBY ST BURKINSHAW GEORGE H 122 DERBY ST PELLETIER THOMAS J 214 DERBY STREET MO-MARR REALTY TRUST 111 DERBY STREET IRISHEA TRUST, LLC 288 DERBY STREET MANZANA GIORGIO 107 ESSEX ST NIGRO REALTY TRUST 60 ESSEX ST SORRENTINO CHARLES 266 ESSEX ST SALEM RENEWAL, LLC 228 ESSEX ST MISSYS LIMITED LIABILITY 226 ESSEX ST SALEM ESSEX LLC 224 ESSEX ST BAUER JEFF C 224 ESSEX ST WINTER RIV RTY TR 203 1 ESSEX ST Solid Waste and Recyclable Materials Collection, Disposal, and Processing Salem Massachusetts — TUITION REALTY TRUST 393 ESSEX ST ONE SEVENTY THREE ESSEX S 173 ESSEX ST PARK TOWERS II,LLC 221 ESSEX ST TRAMONTOZZI BRUNO 387 ESSEX ST MARKET SQUARE REALTY LLC 127 ESSEX ST GRAND TURK REALTY LLC 125 ESSEX ST CARDILLO MARIE A 1051 ESSEX ST CABOT ESSEX NOMINEE TRUST 216 1 ESSEX ST KIERNAN RUSSELL 135 ESSEX ST SCHIAVONE RALPH J 43 ESSEX ST MCKEE PAMELA B 266 ESSEX ST 254 ESSEX ST REALTY TRUST 252 ESSEX ST ROMAR REALTY TRUST 185 ESSEX ST NSA REALTY TRUST 262 1 ESSEX ST SIMARD RICHARD E, TR 248 ESSEX ST CORBEN STEVEN A 260 ESSEX ST EMH REALTY TRUST 270 ESSEX ST KANTOROSINSKI MIROSLAW 407 ESSEX ST 16 LYNDE STREET INC 197 ESSEX ST BERNARDS INC 179 ESSEX ST DAY CHRISTIAN 246 1 ESSEX ST B KNEELAND DEBORAH 244 ESSEX ST C SALEM RENEWAL, LLC 230 ESSEX ST UC4 MADAN PRADEEP K 20 ESSEX STREET BLAISDELL REALTY TRUST 47 1 FEDERAL ST MCCLEARN KEITH W 107 FEDERAL ST FORTY-NINE FEDERAL ST RLT 49 FEDERAL ST R & S REALTY TRUST 59 FEDERAL ST SIXTY THREE FEDERAL ST TR 63 FEDERAL ST TUTTLE PAUL M JR 112 FEDERAL ST ISAY REALTY TRUST 33 1 FEDERAL ST Solid Waste and Recyclable Materials Collection, Disposal, and Processing Salem Massachusetts — PICARIELLO ANTHONY J 1 FLORENCE ST SALEM WILLOWS YACHT CLUB 190 FORT AVE ZAK ENTERPRISES INC 191 FORT AVE LINARDOS COSTAS 187 FORT AVE WILLOWS REALTY TRUST 197 FORT AVE SIASIOS ARTHUR 175 FORT AVE GENGHISSALEM,INC 179 FORTAVENUE SIROTA REALTY TRUST 11 FOSTER ST FRANKLIN STREET REALTY TR 14 FRANKLIN ST KOZLOWSKI FRED T 10 FRANKLIN ST FERRIS EDWARD 18 FRANKLIN ST 13-17 FRANKLIN ST SALEM R 13 FRANKLIN ST FRAN REALTY TRUST 15 FRONT ST RENEWAL REAL ESTATE, LLC 38 FRONT ST C3 RENEWAL REAL ESTATE, LLC 34 FRONT ST C4 ALVARADO JOSE 11 GALLOWS HILL ROAD MANZO CARLO 11 GEDNEY ST ADAMS RYMER E 11 GOODHUE ST MRM PROJECT MANAGEMENT,LL 60 GROVE STREET VIZCAINO LEONCIO 5 HARBOR STREET 22 HARDY STREET REALTY TR 22 HARDY STREET GONET DAVID H 22 HAWTHORNE BLVD HAI VAN HA 6 HAWTHORNE BLVD FISHER JOHN P 18 HAWTHORNE BLVD BURNS BRIAN C 24 HAWTHORNE BLVD SMITH RICHARD 3 HAWTHORNE BOULEVARD WEENER JAMES 22 HERSEY STREET SMITH T WILLIAM 15 HIGH ST CHUBER CLAUDIA 90 HIGHLAND AVE SALEM REALTY TRUST 128 HIGHLAND AVE ANARPET REALTY CORP 297 HIGHLAND AVE Solid Waste and Recvclable Materials Collection, Disposal, and Processing Salem Massachusetts - HIGHLAND AVENUE TRUST THE 280 HIGHLAND AVE MURPHY CORNELIA J 133 HIGHLAND AVE 129 HIGHLAND REALTY TRUST 129 HIGHLAND AVE VON WEISS JOHN F 107 HIGHLAND AVE RICHMOND HIGHLAND SALEM.L 323 HIGHLAND AVENUE SEAGULLS REATY, LLC 114 HIGHLAND AVENUE RICHMOND HIGHLAND SALEM L 319 HIGHLAND AVENUE NORTHEAST ANIMAL SHELTER, 347 HIGHLAND AVENUE ANASTASI REALTY CORPORATI 100 JACKSON ST LABONTE PETER J 87 JACKSON ST FIRST JACKSON REALTY TRUS 92 JACKSON ST DEORIO FAMILY REALTY TRUS 241 JEFFERSON AVE MCLAUGHLIN MICHAEL R 62 JEFFERSON AVE LINSKEY WILLIAM 47 JEFFERSON AVE MOFFAT REALTY TRUST 10 JEFFERSON AVE CONTILLI PAULA J 52 JEFFERSON AVE FIELDBROOK ASSOCIATES 193 JEFFERSON AVENUE HUGH REALTY TRUST 63 JEFFERSON AVENUE 291 JEFFERSON AVE REALTY 291 JEFFERSON AVENUE BERUBE T ERIC 191 LAFAYETTE ST MCHUGH BRIAN T 197 LAFAYETTE ST ZAGARA LLC 164 LAFAYETTE ST FALLIS JANE L 192 LAFAYETTE ST LAFAYETTE SALEM LLC 101 LAFAYETTE ST KESSLER PATRICIA A 284 LAFAYETTE ST SEAPORT CREDIT UNION 336 LAFAYETTE ST A.L. PRIME ENERGY CONSULT 175 LAFAYETTE ST D P C TRUST 86 LAFAYETTE ST DAMICO LIMITED PARTNERSHI 332 LAFAYETTE ST GREEN NOMINEE TRUST THE 310 LAFAYETTE ST FANG, DAVID & CHUPUT M 158 LAFAYETTE ST Solid Waste and Recyclable Materials Collection, Disposal, and processing Salem Massachusetts — STEPHEN F NEWBURG 271 LAFAYETTE ST U1 GULF OF MAINE RESEARCH CT 204 LAFAYETTE STREET GANGLANI CAROLYN E 183 LAFAYETTE STREET ALIMENTI GERARD R 528 LORING AVE LORING AVE REALTY TRUST 66 LORING AVE HIBBS CHRISTINA 486 LORING AVE FABIANO JOSEPH 198 LORING AVE BERKAL LEONARD A 26 LYNDE ST VERNCO IDEAL TRUST 7 LYNDE ST RUFUS CHOATE TRUST THE 14 LYNDE ST NORTH RIVER RTY ASSOC IAT 6 LYNDE ST ROMANOVITZ H DREW 25 LYNDE ST FITZGERALD JOSEPH R 80 MARGIN ST MASON REALTY TRUST(WEINST 53 MASON ST SHEFFIELD RLTY TR OF SALE 14 NEW DERBY ST HOLYOKE SQUARE INC 38 NORMAN ST DELEO PROPERTIES, LLC 28 NORMAN ST ZERBER REAL ESTATE LLC 132 NORTH ST GAROFALO MARK R 107 NORTH ST ELKS ASSOCIATION OF B P 0 17 NORTH ST G & M REALTY TRUST 73 NORTH ST SHEHU ADRIAN 121 NORTH ST 115 NORTH ST SALEM RLTY T 115 NORTH ST LUTTS TIMOTHY W 176 NORTH ST ALETTER DENNIS KARL 83 NORTH ST 207 NORTH STREET REALTY T 207 NORTH ST AHMED TRUST 106 NORTH STREET MERCANTI SAMUEL A 130 NORTH STREET ROSEN REALTY TRUST THE 21 NORTH STREET NUNEZ JUAN 125 OCEAN AVE SPALON LLC 47 OCEAN AVE Solid Waste and Recyclable Materials Collection, Disposal, and Processing Salem Massachusetts — E. MCGRATH, INC. 35 OSBORNE ST TALKOWSKY REALTY TRUST 18 PHILLIPS ST BIDJAR REALTY TRUST 3 PLEASANT ST VIOLA MICHAEL 21 SALEM ST WISE REALTY TRUST 4 TULIP ST LAGER HOLDINGS,LLC 1 VINNIN ST VAN ESS GREGORY M 9 WARREN ST COUR BRICK JOHN 19 WASHINGTON SQUARE NO HIGHLANDER INSURANCE, LTD 282 WASHINGTON ST BECKET STREET REALTY TRUS 264 WASHINGTON ST TALK REALTY TRUST 133 WASHINGTON ST SALEM RENEWAL, LLC 103 WASHINGTON ST VERNET GEORGE C III 70 WASHINGTON ST VERNCO TRUST 70 WASHINGTON ST REDMAN REALTY LLC 94 WASHINGTON ST RENEWAL REAL ESTATE, LLC 139 WASHINGTON ST C1 RENEWAL REAL ESTATE, LLC 143 WASHINGTON ST C2 RENEWAL REAL ESTATE, LLC 141 WASHINGTON ST C5 GOLDBERG BROTHERS REAL ES 60 WASHINGTON STREET MURPHY ROBERT A 148 WASHINGTON STREET TERNES LLOYD G JR 81 WEBB ST COPELAS PETER 3 WEBSTER ST ROBERTS DONALD C 16 WINTER ST WINTER TRUST THE 2 WINTER ST Solid Waste and Recyclable Materials Collection, Disposal, and Processing Salem Massachusetts— 44 MIXED USE PROPERTIES Customer Name Locatio n No. Location D&P PROPERTIES INC 109 2-J ESSEX ST MORRIS STEPHEN P 43 BOSTON ST FIRST SALEM REALTY TRUST 94 BOSTON ST YNOA YOLENY 108 BOSTON ST SIGMA REALTY TRUST 131 1 BOSTON ST NOVELLO RONALD F JR 44 BRIDGE ST 61 BRIDGE ST LLC 61 BRIDGE ST WILENSKY MURRAY 87 BRIDGE ST CASTRO JORDAN 95 BRIDGE ST XERRAS REALTY TRUST 99 BRIDGE ST PETIT MARK R 107 BRIDGE ST NEW MARKET REALTY TRUST 109 BRIDGE ST CUMMINGS ROBERT F JR 146 BRIDGE ST AAV REALTY TRUST 122 BROADWAY MONGIELLO CARMINE 120 C SWAMPSCOTT RD 1805 CUSTOM HOUSE REALTY 4 CENTRAL ST EAZ REALTY TRUST 48 CONGRESS STREET CAHILL JON 82 DERBY ST 136-138 DERBY ST NOM TRUS 136 DERBY ST CAPTAIN DUSTYS, INC. 143 DERBY ST SKERRY LOUISE MICHAUD 224 DERBY ST HOLLORAN DEVELOPMENT, LLC 304 ESSEX ST AMERICAL REALTY TRUST THE 412 ESSEX ST AUBERGINE GROUP, LLC 421 ESSEX ST MURPHY PAMELA 85 FEDERALST MARK REALTY TRUST 53 HARBOR ST TEN HOWARD -SALEM REALTY T 10 HOWARD ST PELLETIER LOUIS A 52 HOWARD ST Solid Waste and Recyclable Materials Collection. Disposal, and Processing Salem Massachusetts — TWO FORTY SEVEN JEFFERSON 247 JEFFERSON AVE S & H REALTY TRUST 235 LAFAYETTE ST STROUT PETER K 244 LAFAYETTE ST DORI REALTY TRUST 249 LAFAYETTE ST TOY JOHN 75 LORING AVE FOURTEEN MAY ST SALEM NOM 14 MAY ST SALEM ROPES TRUST 6 MONROE ST KINGS COVE REALTY TRUST 6 NICHOLS ST DAFFODIL REALTY TRUST 27 NORTH ST H W INC 99 NORTH ST S & H REALTY TRUST 116 NORTH ST SHEHU ALBERT 134 NORTH ST LEMONS REALTY TRUST 7 POND ST SPARTAN OIL, INC 7 S MASON ST TASHA BAHAL AMERICAN TRUS 51 SALEM ST LEVINSON MICHAEL A 37 TURNER Solid Waste and Recyclable Materials Collection, Disposal, and Processing Salem Massachusetts — Section 1, Form 3 Plan of Services Weekly Collection and Hauling of Municipal Solid Waste Over the last 8 years NSC has become very familiar with the day to day solid waste needs of the City of Salem. NSC has provided, and will continue to provide service flexibility, in order to accommodate the specific requirements of the City. This could range from rescheduling times of collection in order to avoid school traffic, to that of making arrangement with the Director of Public Service to coordinate catastrophic weather conditions. The equipment utilized in our proposal will vary in number, which will be determined by the location of disposal selected by the City. It could be as few as 3 collection vehicles to that of 4. In all cases they would be 2008, 31- cu.yd.AutocarlMcNeilus , with a low ride feature to accommodate easy entrance and exit for the driver. In addition each vehicle will be equipped with low sulfur filter emissions. NSC will plan and implement a comprehensive management program that will be the primary function of the Managing Agent (MA). The MA will act on the behalf of the City to carry out all solid waste ordinances as set forth by the City. In conjunction with the City the MA will be assigned to only the City of Salem, and to act on it's behalf between the City and the residents. The MA will also utilize the "chase vehicle ", to promote a quick response to missed or late put outs. The MA will be in total contact with the City's managing designee through phone and on board computer system, that will link with the City. With the computer system in place it will be the responsibility of the MA to identify unacceptable solid waste issues. This could be due to the number of items placed at the curbside, to that of hazardous waste. The MA will identify the location and issue warnings as needed, (see attached example of warning tickets) and will communicate with the City's agent as such. Further violations thereafter will result in tickets and or failure to collect, in order to implement the City ordinance. The primary responsibility of the MA is to implement the new collection requirements that will be placed upon the residents, and to work with the City's managing designee. This will be an enormous change in habits, compared to what the residents have been accustom to over the years. Because of the magnitude of the task at hand, it is our belief that it will require daily management of the residential habits. This will require that the MA will have no other responsibilities other than the City of Salem, and to work on the behalf of the City to increase recycling and reduce solid waste, in conjunction with the City, throughout the duration of this contract. ._: The MA will coordinate with the City's designee, education programs to work in conjunction the Salem school system. The MA will contact the schools to implement any timely programs that will work within the curriculums and to establish awareness among the students of the goals and objectives that City has implemented in its l/ management of solid waste. In addition the MA will also work with local civic groups i.e.: Chamber of Commerce, neighborhood groups, Salem Now etc. to provide the information set forth by the City, of it's goals and objectives. The success of this proposal in our belief is that of a successful and targeted approach between the MA, the residents, and the City. In our opinion it will require constant monitoring of the program, and the education of the community to change habits that will benefit the City immediately and in the future. Weekly Collection, Hauling and Marketing of Designated Recyclables Material As is with the solid waste the MA, as described above will implement the goals and objectives as set forth by the City to increase the day to day curbside recycling. As with the solid waste NSC is familiar with curbside recycling service needs of the City. NSC has been the chosen contractor for the City, to collect and transport the recycled material to North Shore Recycled Fibers (NSRF), over the last 8 years. It is our intent to continue the curbside sort of material to that of two streams, and to be delivered to NSRF. The number of vehicles required would be dependent upon the direction the City were to select, either weekly or bi-weekly collection. If bi-weekly NSC would utilize one vehicle 5 days per week, as is the current practice. However if the City were to select weekly, NSC would utilize two vehicles. In either case the vehicles I-- would be or 2008 Interantional/La Brie. The MA will take on similar responsibilities as stated above pertaining to solid waste; however this will be more to generate increased participation of the collection of curbside recyclables. Any rejected material will be accompanied with a sticker of explanation (see attached sample), as to why. The MA will, as in the above work with the schools, local groups etc. to promote and to increase the amount of recycling, and to stay consistent with the goals and objectives set forth by City. NSC, though it's MA will provide totters for the schools and public buildings to aid in the increased promotion and participation of curbside recyclables. The MA will identify any key recycling contact in each school and public building, and will set goals and objectives to increase the amount recycled, and to implement new recycling streams if possible. Our proposal is consistent with the current system, of delivering of the recycled material to NSRF. We do not promote any other location of delivery other than NSRF, and as such have not bid the section of vendor's choice. It is our belief that the City will receive the most advantageous collections and transportation proposal going to NSRF, and in addition will obtain a far better return for the paper staying with the existing 2 stream sort. NSC is prepared to collect and transport the recycled materials set forth by NSRF, and this request. It should be noted that NSC is currently in the construction phase of a 650 TPD C&D recycling facility, in North Andover, which if needed could be utilized as an alternative site. In the event the City were to request the alternative site a negotiated increase would be required between NSC and the City for added travel to North Andover. Disposal of Solid Waste NSC currently has a daily need to dispose of 600 TPD of solid waste. This is achieved through various agreements between incinerators, transfer stations and landfills. Some of these consist of Covanta of Haverhill, North Andover Wheelebrator, and the South Hadley Landfill. In an effort to create more disposal options NSC is currently in the construction phase of a 650 TPD C&D recycling facility, in North Andover, which is permitted to accept MSW. This facility should be operational of September of this year. NSC is currently in the process of obtaining ownership of the Transfer Station located at Swampscott Rd, in Salem. When permitted NSC will be able to accept up to 400 TPD of MSW, this should be operational by September of 09. With the ability to dispose of the solid waste at a facility within the City limits, will only aid to far more advantageous collection and transportation rates. In addition it would increase the City's disposal options in long distant areas where disposition is far more economical than what is currently in place within the local existing facilities. Curbside Collection, Hauling and Marketing of White Goods (no Freon) and Scrap Metal Items. NSC utilizes Winnfield Alloy of Lawrence MA, as its sole location of delivery of white goods and scrap metal. NSC will utilize a box vehicle with an automatic tailgate operation for the collection of white goods. The collections system will be that of what has been successful over the last 8 years. Each resident will contact NSC, and will be assigned a collection day (one per week), for the collection of white goods (no Freon). The MA will identify any unacceptable material and will attach an explanation sticker, as such (see attached). NSC in addition to the white goods collection will install 1-30 cu.yd. open top container to be located at the DPW yard on Jefferson Ave. to be utilized for any white goods or scrap metal any residents may have. NSC will transport the container at no extra charge, and will provide the City with the metal rebate as indicated on the price sheet. Curbside Collection of leaves, 5 weeks each year: One week Christmas pickup NSC will implement 5 weeks of yard waste collection, specific dates as agreed upon by the City. NSC will collect and transport the yard waste to Tendercrop Farm, in Newbury MA. Yard waste will consist of leaves, grass and small twigs. The MA will monitor any unacceptable material and will assign an explanation sticker (see attached). As in the past NSC will utilize one packer vehicle for collection. Christmas trees will be collected on the second week after Christmas with a packer vehicle to be transported to Pro Bark of Plaistow NH, or to a site as so designated by the Director of Public Services, within the City of Salem. All trees must be free of ornaments, lights, and plastic covering. SAMPLE EXPLANATON STICKER I NON -COLLECTION NOTICE Dear Customer: Date Sorry, we could not pick up your soupy TRASH W p no prepaid sticker attached O exceeds 75 Ib. weight limit = improper container/bags (32 gal. max) O trash container unacceptable or too large - REPLACE O item excluded from residential pickup O yard waste not picked up at curb side O please contact our office for service (978-897-1002) E:J not at curb by 7:00 AM 0 item too far from road M NO hazardous materials or flammable materials allowed RECYCLABLES p recyclables & non -recyclable waste mixed O items are not included in this recycling program O not at curb by 7:00 AM p items too far from road CD cardboard MUST be flattened and tied in 2'x 2' bundles or placed in brown paper grocery bags YARDWASTE p yard waste not picked up at curb except for certain Saturdays (see your recycling schedule for details or call) LARGE ITEMS O Place 2 stickers on large items not made of metal example: sofa, mattress O Note: all metal items, TV's, Computers go to Drop-off Center Please respond to the concerns marked above and we will be happy to pick it up on your next service day. Thank you Call PS380 n J Quality Assurance It is the intent of NSC to conform to the requirements, specifications, and procedures implemented for sustaining a high quality of service and compliance with procedures, laws, and regulations. This will be greatly achieved by the full time position that will be created, referred to previously as the MA. The MA will coordinate through the City's designee, quality inspection surveys which will be conducted once per year. The information will be collected and distributed to the City. It will then be analyzed for deficiencies and an action plan will be submitted to the City to resolve any issues. The text of the survey will be agreed upon by the City and NSC. Each month the MA and the City's designee will meet to go over any issues, and to determine the success of increased recycling. Tonnage figures will be discussed and any other out standing issues that need to be addressed. Price Sheet 1 Separate Municipal Solid Waste and Recyclable Materials Collection and Transportation Per Ton Trash Disposal Per Ton Recyclable Materials Processing Service Description FY 2009 FY 2010 FY2011 FY 2012 FY 2013 ♦SOLID WASTE WEEKLY CURBSIDE COLLECTION AND TRANSPORTATION TO DISPOSAL SITE Based on limit of 3 trash barrels and 1 bulk item weekly - at disposal facility less than 7 miles away (city ❑e,,ohated rate) Lump Sum per year 780, 363.00 - at disposal facility of vendor's choice" Lump Sum per year "SOLID WASTE DISPOSAL Cost per ton SCRAP METAL REBATE Rebate per ton $25• = ♦RECYCLABLES CURBSIDE COLLECTION - transport to NSRF in Salem Bi -weekly collection Lump sum per year 2.45, 636. Lum Sum zr yzar 0 Weekly Collection ♦RECYCLABLES CURBSIDE COLLECTION - transport and processing to facili of vendor's choice Bi -weekly collection Lump sum per year -- Weekly collection Lump Sum per year No Rid Recycling Rebate Formula Floor / Rebate per ton No Bid RECYCLABLES PROCESSING ONLY Recycling Rebate Formula Floor / Rebate per ton RFP solid waste bid Jorms FINAL Price Sheet 2 Combined Municipal Solid Waste and Recyclable Materials Collection and Transportation Per Ton Waste Disposal Service Description FY 2009 FY 2010 FY2011 FY 2012 FY 2013 ♦SOLID WASTE WEEKLY CURBSIDE COLLECTION & TRANSPORT TO DISPOSAL SITE and RECYCLABLES BI -WEEKLY CURBSIDE COLLECTION & TRANSPORT TO IVSRFINSALEM Based on limit of 3 trash barrels and 1 bulk item weekly - at disposal facility less than 7 miles away (city ne,otiated rate ) Lump Sum per year $1,025,999.00 at disposal facility of vendor's choice* Lump Sum per year ASOLIll WASTE WEEKLY CURBSIDE COLLECTION & TRANSPORT TO DISPOSAL SITE and RECYCLABLES WEEKLY CURBSIDE COLLECTION & TRANSPORT TO NSRF INSALEM Based on limit of trash barrels and I bulk item weekly - at disposal Facility less than 7 miles away (city negotiated rate) Lump Sum per year - at disposal facility of vendor's choice* Lump Sum per year '' r SCRAP METAL, REBATE Rebate per ton 25.00 25.0025.00 25.00 42F, 00 *SOLID WASTE DISPOSAL (weekly recycling) Cost per ton ;68. *SOLID WASTE DISPOSAL (bi-weekly recycling) Cost per ton RFP solid waste bid jorms FINAL Price Sheet 3 Combined Municipal Solid Waste and Recyclable Materials Collection and Transportation Per Ton Waste Disposal and Per Ton Recyclable Materials Processing Service Description FY 2009 FY 2010 FY2011 FY 2012 FY 2013 AS )LID WASTE WEEKLY CURBSIDE COLLECTION & TRANSPORT TO DISPOSAL SITE and RECYCLABLES BI -WEEKLY CURBSIDE COLLECTION & TRANSPORT TO RECYCLING PROCESSING FACILITY OF VENDOR'S CHOICE** Based on limit of 3 trash barrels and I bulk item weekly - at disposal facility less than 7 miles away (city negotiated rate) Lump Sum per year No Bid - at disposal facility of vendor's choice* Lump Sum per year No Bid ♦SOLID WASTE WEEKLY CURBSIDE COLLECTION & TRANSPORT TO DISPOSAL SITE and RECYCLABLES WEEKLY CURBSIDE COLLECTION & TRANSPORT TO RECYCLING PROCESSING FACILITY OF VENDOR'S CHOICE** Based on limit of trash barrels and 1 bulk item weekly - at disposal facility less than 7 miles away (city negotiated rate) Lump Sum per year No Bid - at disposal tacilily of vendor's choice* Lump Sum per year SCRAP METAL REBATE Rebate per ton *SOLID WASTE DISPOSAL (weekly recycling) Cost per ton *SOLID WASTE DISPOSAL (bi-weekly recycling) Cost perton **RECYCLING PROCESSING (to be applied to the weekly or biweekly bid above) Floor / Rebate per ton No Bid RFP solid rade bid Jnnns FINAL Price Sheet 4 Lump Sum Municipal Solid Waste and Recyclable Materials Collection, Transportation and Municipal Solid Waste Disposal Service Description FY 2009 FY 2010 TY -20 f I FY 2012 FY 2013 ♦SOLID WASTE WEEKLY CURBSIDE COLLECTION & TRANSPORT & DISPOSAL and RECYCLABLES BI- WEEKLY CURBSIDE COLLECTION & TRANSPORT TO NSRF in SALEM Based on limit of 3 trash barrels and 1 bulk item weekly Lump Sum per year ♦SOLID WASTE WEEKLY CURBSIDE COLLECTION & TRANSPORT & DISPOSAL and RECYCLABLES WEEKLY CURBSIDE COLLECTION & TRANSPORT TO N.SRF in SAL F.M Based on limit of 3 trash barrels and I -bulk item weekly Lum Sum er year $2,420,6 f2.QO SCRAP METAL REBATE Rebate per ton RFP solid wase bid jornvs FW4L Price Sheet 5 Lump Sum Municipal Solid Waste and Recyclable Materials Collection, Transportation and Municipal Solid Waste Disposal and Recyclable Processing Service Description FY 2009 FY 2010 FY2011 FY 2012 FY 2013 SOLID WASTE WEEKLY CURBSIDE COLLECTION & TRANSPORT & DISPOSAL and RECYCLABLES BI- WEEKLY CURBSIDE COLLECTION & TRANSPORT TO RECYCLING PROCESSING FACILITY OF VENDOR :S CHOICE* Based on limit of 3 trash barrels and I bulk item weekly Lump Sum per year NQ Bid ASOLID WASTE WEEKLY CURBSIDE COLLECTION & TRANSPORT & DISPOSAL and RECYCLABLES WEEKLY CURBSIDE COLLECTION & TRANSPORT TO RECYCLING PROCESSING FACILITY OF VENDOR'S CHOICE* Based on limit of 3 trash barrels and 1 bulk item weekly Lump Sum per SCRAP METAL REBATE Rebate per t *RECYCLABLES PROCESSING Rebate Formula (to be applied to the weekly or biweekly bid above) Floor / RebaRecycling RFP solid waste bid forms FINAL Price Sheet 6 Additional Services __Service Description FY 2009 FY 2010 FY2011 FY 201 FY 2013 ♦2 117 Public Trash Receptacles within downtown daily May 1 — October 31 Reduced to 60 Public Trash Receptacles within downtown days a week November I — April 30 Lump sum per year Included in all base collection prices. ♦ 152 Public Trash Receptacles in Parks daily May I — October 31 Mondays and Fridays November 1 — April 30 Lump sum per year $30,000.00 YARD WASTE (additional weeks) curbside collection and transport ort to - City of Salem site to be determined Price for collection per week ALTERNATE PROPOSALS BY The City will consider any alternative proposal for collection and processing of solid waste and recycling that is deemed in the best interest of the City, including automated collection and value added services. Any proposal for automated solid waste collection should be based on 1 container (45/65 gallon capacity) and recycling collection should be based on single stream recycling collection). Any proposals that require new residential wheeled carts must include the cost of the wheeled carts in the five (5) year cost of service. PLEASE ATTACH RFP solid waste bid loris FINAL Price Sheet 7 Volume of fuel (in gallons) per month per bid option Pursuant to Section S -E Fuel Adjustment of the Draft Contract, please provide the volume in gallons of diesel fuel you propose will be used for each bid item you completed that calls for the contractor to collect/transport. These bid items are marked with the symbol on the bid sheets. Please include the volume proposed for each sub -item, such as two separate figures for a city designated disposal site within 7 miles of city and vendor's choice of site. Use additional sheet if necessary, Description of bid item Sheet Volume per month in gallons Number RFP solid waste bid lorna FINAL ALTERNATE PROPOSAL BY VENDOR In the event that during this contract NSC is to secure the Salem Transfer Station, located on Swampscott Rd. NSC would allow the City to immediately take advantage of this option. It is anticipated that the Salem Transfer Station gill he operable with permit modifications h. the fall of 09. The charge for - SOLID WASTE WEEKLY CURBSIDE COLLECTION & TRANSPORTATION TO THE SALEM TRANSFER STATION AND RECYCL;IBLES BI -WEEKLY CURBSIDE COLLECTION & TRANSPORTATION TO NSRF IN SALEM. $ 910,999.00 /YEAR Disposal would be negotiated on a per ton basis, at a later date and the City would be allowed to take advantage of any and all reduced disposal scenarios. The charge for— SOLID WASTE WEEKLY CURBSIDE COLLECTION & TRNASPORTATION TO THE SALEM TRANSFER STATION AND RECYCLABLS WEEKLY CURBSIDE COLLECTION AND TRANSPORTATION TO NSRF IN SALEM. $1,000,999.00/YEAR Disposal would be negotiated on a per ton basis, at a later date and the City would be allowed to take advantage of any and all reduced disposal scenarios. PRICING CLARIFICATIONS FOR ESCALATORS PLEASE NOTE THAT ON PRICE SHEET 1,2,4,6, THE ESCALTOR FOR YEARS 2010 THRU 2013 WILL BE THE FOLLOWING INDEX. THE PERCENT CHANGE FROM THE PREVIOUS YEAR. HOWEVER THERE WOULD BE A MINIMUM 2% INCREASE EACH YEAR SHOULD THE CPT INCREASE BE LESS THAN 2%. THERE WOULD ALSO BE A CAP OF 4.5% SHOULD THE CPI INCREASE EXCEED 4.5%. CPI- ALL URBAN CONSUMERS ALL ITEMS BOSTON-BROCKTON-NASHUA, CLARIFICATION PRICE SHEET 6 117 Trash Receptacles within downtown is included in all solid waste collection pricing indicated by NSC, and would be inclusive within the base price. Price sheets 1,2, and 4. CLARIFICATION PRICE SHEET 7 No Fuel Surcharge or Decrease, all prices will remain fixed for the duration of this contract with the exception of annual escalators, unless specified. SUPPLEMENTAL BID FORM TO PRICE SHEETS 1-7 MAY l3, 2008 NORTHSIDE CARTING PRICE.PROP.gSALS (2nd:round}., : �.., . .. -. RAN ; FY.,2009.. t'YYpt1. d 2 1nNla1 bW . _ FY2013. Solid Waste weekly curbside collection andtransport to Wheelabrator Saugus (city pays per ton disposal fee) and recyclables weaMy curbside collection and transport to NSRF in Salem ;�'1sY.oY3 No Change Solid Waste weWy cu 3side collection and transportto facility of vendor's choice (vendor pays per ton disposal fee) and recyciables weekly curbside collection and transport to NSRF in Salem LUMP SUM PROPOSAL -:1st,01 . No Change Yearly escalator of above two proposals ,r,QRI of 3 -` -- 2%,- 117 Public Trash Receptacles within downtown daily May 1 2.5°,6 2.5% October 31; reduced to 60 public trash receptacles within .._ downtown 3 dwils p2r week November 1 - April 30.'latof 3": No Change 152 Public Trash Receptacles in parks daily May 1 - October 31; Mondays and Fridays November '4%30 "-2nd of $ $27,000 Yard Waste (additional weeks curbside collect - tranport to City of Salem site to be determined (within 7 miles �.. .. of Ci �lst of3 No Change l'JSTOFPREFEI2At3LF:8ERNICES.. - - :: _{ NO . .. ADDITIONAL:FEE- ..COMMENTS._. . vehicies will be registered in Salem yes Supply dumpsterstioters for schoollmunicipal buildings for recycling yes Direct contact b residents for schedulin while Dods pickupyes Collection container for white Dods at DPW are a Yes Annual stipend of $30,000 for recycling enforcement officer No Two public hearings per year to help educate residents Mans in Agent in Base Bid regarding trash limit and recycling requirements Yes Two $1000 scholarships per year to Salem High School senior students who will major in environmental field in college Yes Annual production and mailing of brochure detailing City's solid waste and recycling pr rams Yes Develop cable broadcast regarding trash limit and recycling U to $5,000 r ear requirements Yes Coach collection crew in Salem's specific contract terms yes Stringent employLe selection and tre in roto cols Yes Provide pre -paid mailer for residents' sharps (needle) disposal No Provide future pick-up of business' papedcardboard (including those for whom we do not pick u trash current] Yes Will not include a fuel adjustment amount Yes