Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2005-098Temp Reso # 10722 May 17, 2005 Page 1 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2005- 99 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING A ONE YEAR RENEWAL OF THE AGREEMENT BETWEEN THE CITY AND SUN RECYCLING, LLC FOR THE DISPOSAL OF CITY GENERATED CONSTRUCTION DEBRIS; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AMENDMENT TO THE AGREEMENT WHICH EXERCISES THE OPTION TO RENEW FOR A FOURTH ONE-YEAR PERIOD; AUTHORIZING AN ANNUAL EXPENDITURE IN AN AMOUNT NOT TO EXCEED $40,000; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Public Works and Utilities Departments self -perform a wide variety of construction and maintenance projects; and WHERAS, a by-product of this work is construction debris, which typically includes stones, rocks, concrete, dirt, pavement, sod and other miscellaneous debris; and WHEREAS, in an effort to achieve lower costs, the City has elected to dispose of construction debris at a Materials Recycling Facility rather than utilizing the County's landfill; and WHEREAS, on May 9, 2001, the City awarded Bid # 01-05B to Sun Recycling, LLC for the provision of debris disposal services, a copy of said bid award attached hereto as Exhibit "1 "; and d Temp Reso # 10722 May 17, 2005 Page 2 WHEREAS, the Special Conditions of Bid # 01-05B, "Purpose of Bid", provided for an initial contract period of one (1) year with the option to renew the contract for four (4) additional one (1) year periods upon mutual agreement of both parties; and WHEREAS, Section 4, "Time of Commencement and Substantial Completion", of the Agreement between the City and Sun Recycling, LLC, provided that upon expiration of the one (1) year term, the parties could choose to terminate the Agreement, or renew the Agreement by written amendment signed by the parties hereto for four (4) additional one (1) year periods providing all parties agree to the extension, and all of the terms, conditions, and specifications remain the same; and WHEREAS, the City and Sun Recycling, LLC, mutually desire to extend the terms of the Agreement and exercise the fourth and final one (1) year extension period; and WHEREAS, an annual expenditure in an amount not to exceed $40,000 is necessary for the disposal of City generated construction debris; and WHEREAS, sufficient funding exists in the Utilities and Stormwater Management Funds for said purpose; and WHEREAS, it is the recommendation of the Director of Public Works and Purchasing and Contracts Manager to renew the Agreement with Sun Recycling, LLC for an additional one (1) year period and authorize necessary expenditures in an amount not to exceed $40,000 for the disposal of City generated construction debris; and Temp Reso # 10722 May 17, 2005 Page 3 WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interests of the residents of the City of Tamarac to renew the Agreement with Sun Recycling, LLC, for a fourth and final one (1) year period and to authorize necessary expenditures in an amount not to exceed $40,000 for the disposal of City generated construction debris. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA THAT: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The appropriate City Officials are hereby authorized to renew the Agreement between the City of Tamarac and Sun Recycling, LLC, for a fourth one (1) year term for the disposal of City generated construction debris. SECTION 3: The appropriate City Officials are hereby authorized to execute an agreement amendment to exercise the fourth renewal option, a copy of said agreement amendment attached hereto as Exhibit "2". SECTION 4: An annual expenditure in an amount not to exceed $40,000 is hereby authorized. SECTION 5: All resolutions or parts of resolutions in conflict herewith are HEREBY repealed to the extent of such conflict. Temp Reso # 10722 May 17, 2005 Page 4 1 SECTION 6: If any clause, section, other part or application of this Resolution is held by any court of competent jurisdiction to be unconstitutional or invalid, in part or application, it shall not affect the validity of the remaining portions or applications of this Resolution. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this $ day of clime, , 2005. JOE SCHREIBER MAYOR ATTEST: RECORD OF COMMISSION VOTE: MARION SWEN ON, CMC MAYOR SCHREIBER A\le_ CITY CLERK DIST 1: COMM. PORTNER DIST 2: V/M TALABISCO DIST 3: COMM. SULTANOF ALP_ DIST 4: COMM. ROBERTS IQ. I HEREBY CERTIFY that I have approved this RESOLUTION as to form. SW L'S.IGOREN INTEr7 CITY ATTORNEY '1'emp Keso JU/LL, Exhibit 1 Temp. Reso. #9255 Page 1 of 3 April 9, 2001 Rev. #1; May 4, 2001 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2001-103 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING THE AWARD OF BID NO. 01-05B TO SUN RECYCLING LLC FOR DEBRIS DISPOSAL SERVICES; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT WITH SUN RECYCLING LLC; AUTHORIZING A COMBINED ANNUAL EXPENDITURE IN AN AMOUNT NOT TO EXCEED $40,000 IN THE STORMWATER AND UTILITIES FUNDS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac publicly advertised Bid No. 01-05B for debris disposal; and WHEREAS, on January 11, 2001, four (4) bids were opened and reviewed in order to determine cost and responsiveness to the City's technical specifications; and and WHEREAS, Sun Recycling LLC was the lowest responsive.and responsible bidder; WHEREAS, funding is available in the Utilities and Stormwater Management Funds for said purpose; and WHEREAS, the Director of Public Works, the Director of Utilities and the Purchasing/Contracts Manager recommend that the City award Bid #01-05B to Sun Recycling LLC for debris disposal services; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac that debris disposal services be provided contractually by Sun Recycling LLC. Temp. Reso. #9255 Page 2 of 3 April 9, 2001 Rev. #1; May 4, 2001 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The award of Bid #01-0513 to Sun Recycling LLC is HEREBY authorized, a copy of said Bid being hereto attached as Exhibit 1. SECTION 3: The appropriate City Officials are HEREBY authorized to execute an agreement with Sun Recycling LLC, a copy of said Agreement being hereto attached as Exhibit 2. SECTION 4: A combined annual total expenditure in an amount not to exceed $40,000 is HEREBY authorized in the Utilities and Stormwater Management Funds. SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. 1 1 Temp. Reso. #9255 Page 3 of 3 April 9, 2001 Rev. #1; May 4, 2001 SECTION 6: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 9'h day of May 2001. ATTEST: MARION SWENSON, CMC CITY CLERK HEREBY CERTIFY that I have approved this RESOLUTION as to form. fTCHELL S. CMF CITY ATTORNEY JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. MISHKIN DIST 3: V/M SULTANOF DIST 4: COMM. ROBERTS U:\adm correspondence\agenda\9255RES-Debris Disposal Bid Award.doc Exhibit 1 TEMA RESO. No..,w,. ; REQUEST FOR BID u~ a W,f� TA R% BID # 01.-05B DEBRIS DISPOSAL FINANCE DEPARTMENT PURCHASING DIVISION 0 CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 City of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321.2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 website: www.tomarac,org CITY OF TAMARAC INVITATION TO BID BID NO, 01-05B Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until Wednesday, January 10, 2001 at 2:00 p.m., at which time bids will be publicly opened and announced for: DEBRIS DISPOSAL All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend the opening. The City of Tamarac is hereby requesting Bids, from qualified vendors, to properly dispose of debris that City employees will deliver by dump truck, as per the conditions and specifications contained in this document. One original and two copies (2) of the bid shall be submitted on an official bid form furnished with the bid package and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked Bid No. 01-05B, DEBRIS DISPOSAL opening on Wednesday, January 10, 2001 at 2:00 p.m. on the outside of the envelope. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and may be obtained from the Purchasing Office at the above address. For non -technical inquiries, contact the Purchasing Office at (954) 724- 2450; and for technical issues, contact Jean Dupuis at (954) 724-1357. 4a460- Anne M. Lodato, CPPB Senior Buyer Publish Sun Sentinel: Sunday, 12/17/00 Sunday, 12/24/00 Equal Opportunity Employer CITY OF TAMARAC INSTRUCTIONS TO BIDDERS -BID NO. 01-05B It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective bidders. I. SUBMISSION OF THE BID: The Bidder is directed to deliver sealed bids to the City's Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, ON: Wednesday, January 10, 2001, no later than 2:00 PM. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall be a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the City Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the bid form furnished in the bid packet. Bidders are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the bid, it shall be construed that the Bidder's bid fully complies with all conditions identified in this bid. The Bidder shall submit one (1) ORIGINAL and TWO (2) copies (blue forms only) of the bid. The ORIGINAL bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company orfirm rm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Bids having erasures or corrections must be initialed in ink by the Bidder. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. 2. BONDING: Not applicable for this bid. N 3. WITHDRAWAL OF BID: Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office. 4. PUBLIC ENTITY CRIMES STATEMENT: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 5. NON -COLLUSIVE AFFIDAVIT: Each Contractor shall complete the Non -Collusive Form and shall submit the form with the Proposal. CITY considers the failure of the Contractor to submit this document to be a major irregularity and may be cause for rejection of the Proposal. 6. QUANTITIES: Quantities shown are estimates only. No guarantee orwarranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 7. PRICES, PAYMENTS AND DISCOUNTS: Bid prices shall be fixed and firm to the extent required under Special Conditions. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. 8. DELIVERY: All items shall be delivered F.O.B. destination to a specific City address. All delivery costs and charges must be included in the bid price. All exceptions shall be noted. Failure to do so may be cause for rejection of the bid. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. 9. BRAND NAMES: Manufacturers' name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements of quality, performance and design. 3 1 0. SAMPLES AND DEMONSTRATIONS: When requested, samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 11. CONDITIONS OF MATERIALS: All materials and products supplied by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. 12. COPYRIGHTS OR PATENT RIGHTS: The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, loss or expense occasioned by any such violation. 13. SAFETY STANDARDS: The Bidder warrants that the product(s) supplied to the City conforms with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments. to any industry standards if applicable. 14. PERFORMANCE: Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 15. DEFAULT: In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bid bond required. 16. TERMINATION FOR CONVENIENCE OF CITY: Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all ►1 work at the time and to the extent indicated on the notice of termination, terminate all outstanding subcontractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the work. 17. ASSIGNMENT: The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 18. EMPLOYEES: Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 19. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 20. BID PREPARATION EXPENSE: The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. 21. OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 22. INSURANCE REQUIREMENTS: Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. 61 The following are required types and minimum limits of insurance coverage which the Bidder agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Commercial General Liability $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Liability and Severability of Interest Clause Automobile Liability $1,000,000 Workers' Compensation & Employer's Statutory Liability Aggregate $1,000,000 $1,000,000 The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The .Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall, be responsible for the payment of all deductibles and self -insured retentions. {. no The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement, the Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability insurance. 23. INDEMNIFICATION: The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 24. CLARIFICATION TO TERMS AND CONDITIONS: Where there appears to be variances or conflicts between the General Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contract Manager. The City shall not be responsible for oral interpretations given by any City employee or its representative. 25. BID TABULATION: Bidders who wish to receive a copy of the bid tabulation should request it by enclosing a stamped, self-addressed envelope with their bid, or by requesting a tabulation be sent to their fax machine, Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. Pursuant to Florida Statute Chapter 119, Section 7(m) Sealed bids or proposals received by an agency pursuant to invitations to bid or requests for proposals are exempt from the provisions of subsection (1) and s. 24(a), Art. I of the State Constitution until such time as the .agency provides notice of a decision or intended decision pursuant to s. 120.57(3)(a) or within 10 days after bid or proposal opening, whichever is earlier. w. 7 26. RECORDS/AUDITS: The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. rM E:3 SPECIAL. CONDITIONS BID 01-05B DEBRIS DISPOSAL 1. PURPOSE OF BID The City of Tamarac is hereby requesting Bids, from qualified vendors, to properly dispose of debris City employees will deliver by dump truck, as per the conditions and specifications contained in this document. The contract shall be for an initial period of one (1) year. Operations are to begin on approximately January 24, 2001 or as close to that date as possible pending award of the bid by City Commission. The City reserves the right to extend the contract for four (4) additional one (1) year periods providing all parties agree to the extension, and all of the terms, conditions, and specifications remain the same. All quantities given are estimates of annual needs and may be increased or decreased to meet the requirements of the City. No warranty is given or implied as to the exact quantities that will be used during the term of this contract. It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. 2. CONSIDERATION FOR AWARD The City reserves the right to consider a Bidders history of citations and/or violations of environmental regulations in determining a Bidder's responsibility, and further reserves the right to declare a bidder not responsible if the history of violations warrant such determination. Bidder shall submit with bid, a complete history of all citations and/or violations, notices and dispositions thereof. The non -submission of any such documentation shall be deemed an affirmation by the Bidder that there are no citations or violations. Bidder shall notify the City immediately of notice of any citation or violation which Bidder may receive after the Bid opening date and during the time of performance of any contract awarded to Bidder. 3. PRICING Prices quoted shall be per cubic yard or ton of sorted and also unsorted debris. No price increase will be accepted during the initial contract period. Renewal terms allow for a request for an increase at the time of renewal based on disposal cost increases not to exceed 5%_ A request for increase cannot be profit oriented, but must be based on a disposal cost increase. A written request must be submitted to purchasing for approval of any increase prior to renewal but no later than Vendor's concurrence to renew, accompanied by Vendor's documentation to substantiate need for price increase. 4. INVOICING Invoice shall indicate Purchase Order number, Unit price, extension, total billed and any allowable cash discounts. TECHNICAL SPECIFICATIONS BID NUMBER 01-05B • The facility shall meet all State Guidelines as approved by the DPEP (Department of Planning and Environmental Protection) for debris disposal. • The facility shall be available for inspection by City representatives in order to verify that debris disposal is being handled properly. • The Public Works Department Streets Division and Stormwater Division, as well as the Utilities Department all accumulate debris during their day to day operations and/ or special projects. • The debris -consists of bricks, stones, rocks, pavement, dirt, grass, concrete, road rock, wood and other items usually found on the road or buried in the ground. Most of the time the debris will not be sorted or segregated in any way. • City staff will bring the debris to you in a dump truck approximately once every month, deliveries are usually made on Saturdays. • In the past year we disposed of over 4,500 cubic yards worth of debris. Disposal volume can be greater or lower dependent upon the amount of construction projects conducted by City employees within the City of Tamarac. • Bidder shall submit with bid, a complete history of all citations and/or violations, notices and dispositions thereof. The non -submission of any such documentation shall be deemed an affirmation by the Bidder that there are no citations or violations. 10 I COMPANY NAME: (Please Print):T. sc/N /QCC �[„Lj„L��/9 2.I -e Phone: &4 94 e FOR/ Fax: q6'41 � 6lp /9Fkrll' Maria- ofria i BEFORE SUBMITTING YOUR BID MAKE SURE YOU... 1. Carefully read the GENERAL TERMS & CONDITIONS, SPECIAL CONDITIONS AND TECHNICAL SPECIFICATIONS and then properly fill out the BID FORM (Attachment "A"). 2. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B" and have it properly notarized). 3. Sign the CERTIFICATION PAGE (Attachment "C). Failure to do so will result in your Bid being deemed non -responsive. 4. Fill -out BIDDERS QUALIFICATION STATEMENT (Attachment "D°). �5. Fill out the REFERENCES PAGE (Attachment "E"). e"' 6. Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "F") 7. Include Proof of Insurance. 8. Carefully read the AGREEMENT documents attached. � 9. Submit ONE ORIGINAL (COLORED) AND TWO (2) PHOTOCOPIES of your bid. N/A 10. Include a BID BOND, if applicable. Failure to provide a bond will result in automatic rejection of your bid. 11. Make sure your BID is submitted prior to the deadline. Late Bids will not be accepted. FAILURE TO PROVIDE THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE. THIS PAGE AND THE FOLLOWING COLORED PAGES ARE TO BE RETURNED WITH YOUR BID. f 4. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 11 ATTACHMENT "A" BID FORM DEBRIS DISPOSAL BID NO.01-OSB Submitted by: (Bidder) THIS BID SUBMITTED TO: CITY OF TAMARAC Attention: Purchasing and Contracts Manager 7525 Northwest 88" Avenue, Tamarac, Florida 33321 o 1- o P-a i (Date) The undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder will sign and submit an agreement with the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the " Bid Form". 4. Bidder agrees that the Work will be substantially performed and complete in ..,accordance with the schedules established herein. W ATTACHMENT "A" BID FORM DEBRIS DISPOSAL BID NO.01-05B We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as specified in the contract documents DESCRIPTION $ PER CUBIC YARD $ PER TON Unsorted Debris N .9 Sorted Debris • Bricks S- 00 • Concrete 0 N • Dirt 00 ,4 • Pavement 4 5.00 • Road Rock y. 00 • Rocks and Stones y 00 • Wood A 3.00 Al List Days and Hours of Operation �, �, SA i How do you intend to dispose of the bris? '' - - . Landfill Recycle The City reserves the right to reject any bid, if it deems that a vendor has deliberately provided erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the b' der. Company Name' Y Authorized Signature y/ �) , l�r" s Address City, State, ZIP ' Contractor's Lipense Number _CA Arr es f �ys H7/9 ri Typed/Printed Name 95y 9� i For( - 95-Y 96, F Telephone & Fax Number 6S09 7 &4 o / Federal Tax ID# 13 ATTACHMENT "A" continued Bidders Name: I. c NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. TERMS: % DAYS: Delivery/comp etion: calendar days after receipt of Purchase Order NOTE: To be considered eligible for award, one (1) ORIGINAL AND TWO (2) COPIES OF THIS BID FORM must be submitted with the Bid. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. - 14 ATTACHMENT "A" continued Bidder's Name:6,1111 Variations: The Bidder shall identify all variations and exceptions taken to the Instructions to Bidders, the Special Conditions and any Technical Specifications in the space provided below; provided, however, that such variations are not expressly prohibited in the bid documents. For each variation listed, reference the applicable section of the bid document. If no variations are listed here, it is understood that the Bidder's Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is non -responsive and ineligible for award: / Section N/ ,4 Variance Section - Variance r Section Variance Section Variance wlA Attach additional sheets if necessary. *. W ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT State of :�= t2l ) ss. County of 2R 4h+P a ) ___ _ C:416IRLC-S G u s;"y9 nj o _ being first duly sworn, deposes and says that: (1) He/she is the r Q , -,z> C -7 (Owner, Partner, Officer, Representative or Agent) of the Bidder that has submitted the attached Bid; (2) He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid: (3) Such Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Work for which the attached Bid has been submitted; or to refrain from bidding in connection with such work; or have in any manner, directly or indirectly, sought by person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed work; (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered (Printed Name) ilPS r IQ EN 1 (Title) r1 ATTACHMENT "B" continued NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of F102, )A ) ss. County of 80MAP-1) ) BEFORE ME, the undersigned authority, personally appeared (-44 r) r2 k- F S W _6s0 5�.\-, ►q ._,0 _n to me well known and known'by me to be the person described herein and who executed the foregoing Affidavit and acknowledged to and before me that e 1-i ` L Q Arv0 executed said Affidavit for the purpose therein expressed. WITNESS my hand and official seal this day of _J Prtj J I .2061 PAtV ELA J MARRERO $talk• of Florid vy can. �, =l. NOTARY PUBLIC, State of Florida at Large Commill: CC62003 -E , , (Signature of NotaryPublic: Print, Stamp, or Type as Commissioned) Personally known to me or Produced identification %, Type of I.D. Produced ( ) DID take an oath, or (" ) DID NOT take an oath. i• 17 ATTACHMENT "C" CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We(I), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We(l) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION ❑ OTHER IF OTHER, EXPLAIN:_... /- • /- � C, . AUTHORIZED SIGNATURE: ile a AUTHORIZED SIGNATURE (PRINTED OR TYPED) TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO COMPANY NAME: _S Ge/V )eeC' L, L C ADDRESS: _p1 � � • (� � / Go T . CITY: " i AAJ D STATE: FL ZIP: Y TELEPHONE NO.: y �� �QD f I FAX NO.: CONTACT PERSON: f 9 I'll j3(76)VV A-,1 W. ATTACHMENT "D" BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company: S41 G 440 0 Address: _ .2-:2N / N- LV. I 41 4%. orP�► d FL 34� Street Telephone No. ( 9sW) &� POP City State Zip Fax No. (9s11) How many years has your organization been in business under its present name? L years If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: Under what former names has your business operated? �24,sge o At what address was that business located? �ee_ Are you Certified? Yes M/ o ❑ If Yes, ATTACH A COPY OF CERTIFICATION Are you Licensed? ,Yes VNo ❑ If Yes, ATTACH A COPY OF LICENSE Has your compVy or you personally ever declared bankruptcy? Yes ❑ No WIf Yes, explain: Are you a sales representative ❑ distributor ❑ broker ❑ or manufacturer ❑ of the commodities/services bid upon? Have you ever received a contract or a purchase order from the City of Tamarac or other governmental entity? Yes ❑ No If yes, explain (date, service/project, bid title, etc) Have you ever receiVlfV1 omplaint on a contract or bid awarded to you by any governmental entity? Yes ❑ Noes, explain: Have you ever b n debarred or suspended from doing business with any governmental entity? Yes 0 No V If yes; explain: 1 :p ATTACHMENT "E" REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: Agency/Firm Name: Address— _�(r o City/State/Zip 3-;o.a 1 Phone: 9,.Y y5"F325 r Fax: 11'57 /4- 2-,1(— Contact Xrri'.-r„a,,Grr Agency/Firm Name: Address cr'A &v. City/State/Zip Phone: 92il000 Fax: Contact Agency/Firm Name: t Address City/State/Zip Phone: Fax: Contact Agency/Firm Name: Address City/State/Zip Phone: Fax: Contact Agency/Firm Name: �r e / Address: e06f v. .4 r4 4I r' c d^/3Eh. City/State/Zip 3306 P Phone% 716 vG J,i/Fax: Contact: /'rr���-�ti•Z Agency/Firm Name: jo / r O G L fpu -nc e 14 Address: 1f q / 4 - N W i r s%- City/State/Zip Phone-2 3q Lo/oo —Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: YOUR COMPANY NAME UN t7c. LrN L.L.C. ADDRESS l L)• 4/, 6 r" Si oHPA U0- gr�+cti Fc . 3 306 PHONE: _9 SW � G .F so F- 1 FAX: A.. 20 ATTACHMENT "F" VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement effects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if non of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug. counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the gbove requirements. R Authorized Signature .L. w Z& C_,, L-L.(' Company N me 21 01/09/2001 17:42 9549681984 SOUTHERNWASTESYSTEMS PAGE 01 DePartment of Planning jani Environmental Protection Pollution Pre ention and Remediation Division 2d COUNTY 218 S.W. 1 st Avenue Fort Lauderdale, FL 33301 (9 4) 519-1260 • FAX (954) 765-4804 SOLID WANE MANAGEMENT LICENSE �- . ���p �}+ ry/a,. +� ,;' :..�. `,,,.� .r, ..^.t��, t •n :any �i1. : rr7+� y',yi y� — -�1�y ir...r. �••�, �'t i•: JD3JE G ' J J ".R r w 1 .i.;.r::fk?a ••k�£ ' ti ilV 1A .7rM ID, 5834920 •r, .'J'� - y�..r%�}, .i�;•.%: y �' ... .Y .. � .rsr• x•�.:'1.r : 1rx y�4APPLICANT: r MT.ChSc C�meno - ', F. • M ,+�r�..,�il�'cY ?r�.;: ` ':. � :'A Sun Recycling, LLC ,.:.-a'y;,` ,r, A . '224VNW IS:C ►t3i r' 2241 NW ISCOurt_ - ,.��w�"•7�A.�;��; ''G,• ,�..•• o w�.��b�;ar>:,� '+. fir.-•.:g�#s .y;:, • rw•: a�i,.r•►,.'�' � iM -^�;�:r.. •.r�"i ,, - • ?;�'•;, �' zt',.:n,:,`�::..::.: GCS ;fib`" i t1el ii tr, e 1 Cryranc appli:#�sl�tter tourlah th�, Codsa[ f9Gili h n thel 1 1 @tt draviijA• - 1f3n1 ',doc4intenp afiii's ►Beitltas,:' . r r act YSbed sperm 0'4W: ftnh6,�objeRd'jn 01his. ': .r li' .t• b cep1 ' It ;at1i 'i ll•,d+e`. �1`ACh d Spm'as and A. W-i" iy ..�: y •3 ; +4��i-S�?� �._` �r � "l�� r ��r�t y�3' 5�{a:fY{ �:�r 1rt`.' ; . . y: �4�'y"Cis/. +vJ A,��9�t'Nr. .�:� �'i'1.. !) \ `,t y� ''".a:;.. • ' ,.� ;,�.r �,�+= a^t:i �.�,+� * ra�F'{•�V �(,.rrr�iii-444 �,%^-%aq � may, ' � �+4 ,, � ��i-�.�.� "'.I , ,. . • '':40, attached;' are onslderad ta' c:6& ltute `the requlreri� rits'n'i'titii s;'',~:,...; .,.'F'tE'' • i;c Erlply with'.aII the ,e conditions, A; yjlik ;Yre %, compry with conditions or raqui�ements as set forth may Y IYi'rt vocation or sl ipansion of this lice; and: ru: MAY subject the Licensee to enforcerslont-aelion in accordar*,j the provityia s of Article i, Divisit►iY•;�i.gt' the Code-- '...;; `gyp`.-!' �:'� '. •, :, ':'/ ' LICENSE MODIFICATION STATEMENT: TW& U '. ,:, coMIN tying condttions supersedes DPEP Licrnse Number RR97-061De,�'!�.,�Tbh%er- I a5313.1�iq-SC 00, , isgued :, ' on 08/24/98, and the accompanying oonditions_ NATU OF BUSINESS' SMataxas Reaove �aG• :. •:.:, . °� �;: < :':. '�!�7 : �:r, . GYM. ,: ' i , •..( r sCXtIP PION: A 600 Cu#ztc vetyf 4h the xeccipt and n it on jpd �e 'Ltion*: do ��,; .: � :. a' earn' o re�� lab °-con�tttYeFYty ci e rriltariia wig -bp J. +ern gl> i us`a:>�oia�arxous' . -. __.�,•" .. -mein_ tts,pla_sti�, waccyad;��ii; .. . , - ... _ ..,. _ - • Tilibsfet lacatlan. irl d :., +:; Oi:..... -. Date of Iasue: Expiration Date: 08124/2003 Renewal App. Due: 06/25/2003 Prepared By: Glum Malmstrom Pie 1 of 5 P Dapertm 4 of Planning and Environmental Pr9te0on Thi jooumant Is prl"d on recycled paper. �►j 200 SH a 01/09/2001 17:49 9549681984 SQUTHERNWASTESYSTEMS PACE 01/ GENERAL CONDITIONS SOLID WASTE MANAGEMENT LICE NSE 1. The terms, conditions, requirements, limitations and restrictions set forth hE ein are accepted and must be cc pleted by the Licensee and enforceable by the Department of Planning r id Environmental Protection (DPE pursuant to the Code. DPEP will review this license periodically and may revo a or suspend the license, and initi administrative and/or judicial action for any violation of the conditions by ie Licensee, its agents, employe servants or representatives. 2. This license is valid only for the specific uses set forth in the license applicatio and any deviation from the appro� uses may constitute grounds for revocation, suspension and/or enforcement a lion by DPEP. 3. In the event the Licensee is temporarily unable to comply with any of the con Itions of the license or with the Co the Licensee shall notify DPEP within eight (8) hours or as stated in the specif ; section of the Code. Within three working days of the event, the Licensee shall submit a written report to DPEF that describes the incident, its cau the measures being taken to correct the problem and prevent its reoccurren< i, the owner's intention toward rep replacement and reconstruction of destroyed facilities and a schedule of eves s leading toward operation within license condition. 4. The issuance of this license does not convey any vested rights or exclusive privileges, nor does it authorize injury to public or private property or any invasion of personal rights, or any vi latlon of federal, state or local laws regulations. 5. This license must be available for inspection on the Licensee's premises durin. the entire life of the license. 6. By accepting -this license, the Licensee understands and agrees that all rect ds, notes, monitoring data and otl information relating to the construction or operation of this licensed facility ar activity, that are submitted to County, may be used by the County as. evidence In any enforcement proce iding arising under the Code, exa where such use is prohibited by Section 403.111, Florida Statutes. 7. The Licensee agrees to comply and shall comply with all provisions of th , most current version of the COC 8. Any new owner or operator of a licensed facility shall apply by letter for a trs Isfer of license within thirty (30) dt after sale or legal transfer. The Transferor shall remain liable for performance i accordance with the license until i Transferee applies for and is granted a transfer of license. The Transferee: hall be liable for any violation of i Code that results from the Transferee's activities. The Transferee shall comp ' with the Transferor's original Iicer conditions when the Transferee has failed to obtain its own license. 9. The Licensee, by acceptance of this license; specifically agrees to and shall allow DPEP personnel access to I licensed source, activity or facility for the purposes of inspection and testi g to determine compliance with t license and the Code. 10. This license does not constitute a waiver or approval of any other license. app )val, or regulatory requirement by t or any other governmental agency that may be required. 11: „ If the Licensee wishes t re w, Lo I,iLom, a or. txtenl itAs term, the__Licensee_s QQI.d, .mgLke_applicabQn.,sixty (60) d� prior to Its expiration, including payment of all appropriate fees. Expired license � are not renewable. Pasc 2 of 5 01/09/2061 17:42 9549681984 SOUTMERNWASTESYSTEMS PAGE 02 APPLICANT: `.;:': :�� , .., ;;,.., ;;,.: Charlie Gusmano ' DPEP Limse •. qumber: RR97-16900 - Sun Recycling ' •DEP`.parmitN inbet:' 005333=007SC; 1. Oly OwWaction and demolition debris <,C itt p), yard i` and clean del Was deed ;in- �ec� ton 6� ; 701 • : . --af the Florida. A&nWsftdve Coda (F.A.C:) said. Cliit W-27-214 of the Bu vapm6ww 6oda;shim be . received at this site. C & A is processed into th :fn xvi> ag r yclable viatsi ds: paps`, 0a, dbp aluminum, glass, ferrous and nova-ferrvus msti ;.Plastic, wood, and rh. . 2. This facilitiy:shill net ecxie it nt proceSs ?mYvcraetes oretiai'a � tad ofb ipg:a gg' anyPuttescibie har�t�•�aus or biomedical wastes. Sbould ssbmtos, baxardous and/or bi awdicat wastes- b� ivated t#i ,;the licensee shall irnmediaEely liptafythe D. EP, and s •icr ml : for-tba wastes tp-belretumed, rstor or disposed of in, a'nia mer approved by:the DPEP; ;ic)ia Asttx+D 2t11 per nef art»site-are properly trained to opefrs a the acility vi►A ,en4ftsis on • ",eft'' - ?afitid gc�pi:and pr" nwigexr mt, ofprohibiwd marterialsy safety ., hadth; enviroambbtal codtrols, '4•yl'�e's- '• Timy�tafr .c Fl !• ••. rr'1 � - e-.r t-••-.•! .1.. _� • • the I arcalrigaa shall mai=in an atte6dant an duty whenewr the facility is cT mW. " 5. .Each incormins load skull be•inspected before being allW7' '''to be deposited tthe site. Any.W,ds g material other than C &, D, yard trash, and clean debris: ahiill be rejected m '.. �r -Pm Wbited material which inadve=tly enters the facility-shallbe separated I= the incormg N sLe. �• axle' t wit in 48 hours from receipt on site and sbs11•be,ifordd in containers wd disposed of at:a lide�s�tl . ,disposal facility pursuant to Section 62-701, F.A.-C. Ws iaata'[si shall bet moved from tho site properly disposed within 48 hours from receipt of materio'- • .. ; 7. Ail processing of incoming C & U *to- recyclable mai"Is' shall be, oornpla )d wztbuia seven •(7) wbriSi days of receipt an{site, for and emt d 1'iPi ng and pr"si ag�.sbrakl, c al'y yexcept ytrash *clam �vuyoo.ydy: nyard �(} a r be G�uN171.{ on dte cancre�e.-pad 89 p�'!D'Ylt�d: ttl r+}! •Y� a�4lloa�0.C�: I + r ' •1 r •:N .. I e . 8. No storage of kseparated i nconti ng C & D i& .dewed' adliti�e iif the eortcra I vii' eXccpt i otai�y • storage of waste in omtainars for not more than xweiv* -(12) hcii zs tr m r�& , of cr1 ur 1.waft at `tlie �aieality; l 9. All recyclable materials, oxcept clew delis, y kdi a4.aod i tz and',i t bri;wiooc all'Iie'4ibra":' under cover, or kept in storage cc>nt9 6fz;• or 1aep1: on the coact, 4cslab: 'Ihet :: maix ads -sho l° be tad £tofu the site when a container load is generated. In no case 'sltall these mke; als to aitg a:sl�td la r,tfillho ` thirty (30)•calendar days from receipt am site_ 10. Non -recyclable solid waste separated from the inconih*-.0 &D waste strew ))' a atprtd:i i7contu ei rl's and disposed of at a licensed disposal facility pU rsuantro Section.62•-70.1. k �:C_ •7'h A, dal shah be- removed from the site witfaiu seven (7) woricixt days from, receipt th -site. ' 11. wial,m 90 calendar days of receipt, 411 yatdUash and untreated O d I coti(ic 1 t procC sKiti%d removed firam the site. , Page 3 of 5 01/0;9/2001 17:42 9549681984 SOUTHERNWASTESYSTEMS PAGE 03 APPLICANT: = ; : ° Charlie GUSUMa .. : • .: �.'>, , . ,'• A'':Lirenee : :.. .. , tumbe�r�" j�-l���gi1 S .. _ .. • . un Raycluag Dfp i *Ni hbeei` • 00533117003--SC ; . . 12. C & D, yard trosh, wood, or mull aixd'_Wted•,Ghirp piles shall AOt ericce w,.the tiollowit . ditttmi?w. Fifty f30) feet, area - 10,000 square f I herig#t :• twemjrfeet,- 13. -A-space. sbg be provided betweem all piles to allow-ae ms to veihiclas" laic t .. Si?e ; lig 14. At no time shall the total accumulation' .�dlid Waste an siteetcsed.9800 a yid yar : velum "the'gpproM e detailed in the license,lpplicat oa."d,appramved c1ovure coat "estkm2te: : ; ' 1 S. Odorgi *ma, vedors, and noise shall �e. latriictl controlled all times: l auq� y of cite. a be • a:tu ;deebtritu0d'tey �- ¢et x lent, the licensee shall r" kYtape gmy.sitdareasmAble,actian, ne" Cessaxy "serta,aQi P;noise nti,l taons.in Article VII oftha•Code sheen tie' �p6d with at ali = ad.wltei�nat.attended, Ad&dn i1.46, ' and secu �tmures shad•- ;,r•' ii r salytp'i*uie i6 sis ' d prevent wnguthorizec� x , t.•,`(e"eie shall peftiYameartly maintain siiirsl ar c tcuous I'"irl�jcfDe'#ratbe :tiiertd' ' . ' public ina catiug the -me of the opera qg axtt Oority, c mtltct pers d And zef konmi qt*, ii em=Vmcy, hours of operation, and list of prohibiud 71 i". ; 18. The License . shall maintain compliance with the fiu�aiacisil; assurance regtiiure cents of Rule F.A_C_, by submitting all required updated sWportft. daa�on in acc rdance with Rufi-k-70i',,A"3t�;�' :'°"' •C.;'tutd 4p CFR Part 264, Subpart kI, as adapted by re "ence in Rule t '.-701.630, F,A,C 0,', i; b&u ais in response to this specific co4dttion shall!be 964, to.. Y Florida Depart naxrt of EnvirmuntalTiotwiid, Financial Coordinator - Sohd'Wasto Secbiou Twin Towers (mac@- Building 2600 Blau Stme Road MS 45651 ,.. Tallabassoo Florida 323.W ,2400, , • , `1 ` ; 19. the Licensee shall annµally provide to the 17e1a*trueltlt o£''latir,iitg=actd Etty onmeaatal l'zotCCta 11 fox approval an updated closure cost, eAbnatte, in;act:ordamce iwiffi e-requiremc 19 oRUxle 62-701"66,, F.A,C;" The closure cost estimates shall be calculat6d in•accprdamce with pule d17, 1.63 >)P:kr , and 46 CFk Part264, Subpart.-, as -ado rglcv,i Rztle l 2-i0'1�630;.F.#:�. A Fsu l 'its! spt g H,tlii9;• spedfic condition shall be seat to: Broward County Departments' Pla4ia"iong "and Ftivironmi +lad t>fi tibdV s t it Aolluhon prt'Veritlol;an 6i& Ri D ol1. pi. %� i}�jf( ri4ff��tf}.iie if?,; azi• $kivijfl I'iti •f'{. �.lyil{�._f �i2i Zb>"1. ^li�•`/• irn< ]..{' :il. ATTN. Solid 5' Wand Seaton Ifs•. .::f,:.: •."• �:: " 219 S.W. 1st Avextue Ft. Lauderdale, Fl. 33301 Page 4 of 5 01/09/2001 17:42 9549681984 SOUTHERNWASTESYSTEMS PACE 04 APPLICAN'J': : Y r;'. .., -. Charlie Cnrsmano , DPFP` Licieia a dutubei : R7=f d$0 Sim Racyclmg DEP l? ixt N tuber: 005333I'1603_-S,C ;'. 20. The Liausee shall imply trot andmam- to a a ground water Motor, ;tich-i�rn s"the:erit is M forth 'in Rule 62-701.5 10 and ChaPta�c ;6 jS22, F:A:C.: Dctio�n walls sJiall )e. sackt}ed sand ,i# et least `semi-annually for the following Ooin eberu: ;' ' ' ' . ,. • ,Field Fax�mete;� . a L • pH Ahunin cadmi . rii '. Turbidity Clilarides Clixnatl zm, .. . Temperature Specific;& 'Dd=' Yvity . ' Suite : ' . Mercy r • .; ," , . DJssolved dxygcm ' •T Diseoived Solids. ,Atxtma iA, = ia1r�'blevartiams htda'�aonX T046ii'ind s4em. r 0111i urine Cosa `• airameterp llste+d trr :Aheni4; . , EPA h ;thuds 601:sad 692. d�Wster qui* shall be sait�kd ind analyzsd in accordkm wid the prbvisici s d£ Vitale "62- ` A, , n addition, all backgmtt : and" detection." ihu : A sfmpled and ywd 8t im"d�priox to for ihosepargffeltiem YsW in Atilkvl0 n $ ' :l�:�i.0 ". . • , Z l . The Licensee shall submit groundwater analytical res*, tb DPEP at.the ad ress specified:, Rb ' arr ar, semi- annual basis by June 30 and. December 30 of each yea4 � groundwater au flytical aresu14:Obula summarized in letter form and the laboratory reports ai l' b im of Custody arms should bt:ihaladerths 22_ A• record book shall be kept on site with the following- bilb A#aon entered a a daily basis: , a" Quantity of solid waste received and processed (b�''.t afit. cubic ya p ; d Is); b_ of recyclable:naaterial recave�red (by typq iin c bi c•yards) Query nd c. Quantity of recyclable materipl,,arkeCed.:(by ty d. Quamfty of solid waste disposed of (by type)(an aubxe, yards a xd ictey ify th6 digpoeal Yocataan(s� `' `y' . 'xis iaonnatian shall be summadaed -each t4bfii" to si�a•. i)'l✓P by th $l ee day of each succeeding month at the ad&wM' lista: a abcive' . . ' �i�. .. +it ,•„i4 �i.:i• .. a !) !,S}i ':1� L•�'' �., ffc.A} r3SfS.}}. �i.,�j•A. Page 5 of 5 *01/09/2001 17:42 9549691984 SOUTHERNWASTESYSTEMS PAGE 9E �. A47 440.ennn Ob: 4J 3 DPEP PPRD PAGE 81 !■�AI'1E e�# 1►�riAirl4 � � 111� �� Position Preve mf1 Ord 218SA It Aveciue Fat Laudemwft, R. 33301 (� 61 a12� • lac 7c+�i-A�a -Novewber 13, 2000 Mr. chute Cyspo % President Sim P=YCFMS 22AI NW 15 Cowl pompaoo Beach, FL 33069 l icome M"fim4oA Sunuoydins 2241 NW 0 OWt Pompano Beams, FL 33069 Broward Cou* Dept. OfPWming and Emimmft6td protection; (p Florida Depa ro t of Emkoffadd Pratwdtrn (FDP.f') Peru* No. Dear Mr. OUW=4: 110) Lich No. RR97-16800 )053331-003-SC The poMon preyadion W Remedi don Division xWeiv0d nati$c 260n c i iiavember 1, 2000 of Watts Coqmradon of Platfde, lw.'s jqaae of VoluWary Dismissal of its NO on for Fm=g AdWnistxWWe Pr oowftp and the State o Pbrlda Diviidion of NemiA10' ( XC w Clnai% Filet Csse No. 00- 2306. The above retbret oed fscenso. LMW 0n Au" 7, 2000 has boar ma Bed as follows: r Dp.SCR"ON: A 600 cubic yards pet' day matuW recovery UdUA* ecm m lad lbr the r"pt and pmcesswg of enmm&IOn aW demoUtkm debris, 3 rd Vuh. and clean debris. The materials arc s tad irtta myc l&Ne a mgguema The j r-yolable matmi4r► will be paper, mod, Ouminall, Ove, fmous and wim-faxnw : orals, plash, wood, and mulch m DESMPTICN: ,A 20Q0 cubic Yards per day material reo yeyy udU Z a oornxttee pad for the ftoeipt aad pvoming of amm uction, and dermohtm debris yard trash, and caeati debris, The materials are sorted io mgcMk =O tumrta. ThO ecpdable dais will be papw, cw&nvdl alumiUu M &A ftmm and DO,, -hams wWa, pkaw, wood, and =k-*I This letter =9 be zit� to the wisfmg ibmeroftwed licetm and to rma3pwt pftbek=sc. All atW heew terms "d CgtUtl'1t1 m rmpol11 n m full forme and effiCt. IIAowm cowv wap OF Comm cOMYGf10!m - M fl+al a++W rrr Ilnd ProvMrrr d AIM«: Nom 1 sm" L cawm ajonrri. A► Ilk+ b. ,k=cbm Iwo Wbo ►++ar lkyras Part6h am. MM w an sm Uivuh ww+vJMdMANVO IW JAN-10-2001 09:46 FROM: .AOw. dkfm TO:9549681984 P.001 P. �soLLLumvin 01/10/01 TWN Greanwich Risk bO Oaftent ONLY cCOMM GI=UP�ON'�iTi�CA�'�'G A Divisiorx of Slwtors Lnsuaronce XMAM,. 7M COMICAlM DOW NOT ADSSt % XMISad at 1499 W. 1t1mtto Park $A 0130 MAI.TM CovpA E A>1rFq!l= 9V TER POLMM MIDW, ISOaa Raton IM 23486 Phone: 561-39x-9022 rax:561-368-3322 DGUU= AMRDM C0V"AGx Pi4aK6 f a61196-4 rf_GWT � mum a IN U-M 0 D: TM PULK 0 oP:NsuRAW.X L47M YM.DW XAVA IM USM TOYM>r tMUM MAMM "M PCR" MUCY MNM INDICAM, P1aLVMOTANW4 ANY MUIUMBICr. TMM OR CW W OF ANY GOMTfACr 00 C"= DoQwmrr WNN %wwrTa "ft TM CpMmAn MAY m Issulm CA MAY MTAM. TNt INIURAMM APPO NZW AY MM PO1.71,"M Di OD RDSM d SUINa TO ALLTM6 TOW, 1XCLW:OMs AMP LANDC QM OP KJCN PO=tU. ACOMAW LAOTS SWMAY HAVE SUld ■40UM 9Y SAID "Ag. TYPfZ or OIPURAIMC!< FOLXV MumsM tatrm CUMAL MAELM QACM oCCUU MM 11000000 A ]CMmMW4LWWIAlUASIUTV *AM MADE Q OQ= L7146542 94/23/00 04/23/01 MgDAmmwogMw" $50040 "a c:r m pm" 85000 Psi OOIAL A Aov uuultY $1000000 maw AO0aPATE s 2000000 aen.AO=A7&UUMAmMMM PWDUM-=MPPWAW $ 1000000 a P ucy AUTOMM" UAZUM ANY AUTO sINOLE LIMI r s ALL OWNED AUTM ICNwn RD AU f= Lr OLx7Rr 1+rwn) s H:Mpd AVTUi Nb14p�N�NRp Alf1'QS i0014YIMIUtY i�►• pia � FMWEM as s 0 OAGS WAMMY ALFM OLY • M ACCMWff A ANY AM D "Ek THAN U ACC AL1:vaM1,r; AOG s 5 M(CAM IJAOU.IYY cc= 13 CWhO MADE %AcH OCCUR> wo s AgOMKr1Ta s + Dm�7c1eL,A s e�x77'noM s TMMOM OtMLMSA::oN AND 'H. X1 I KTP A PO"DYLU, M IMMO13732 10/01/00 10/01/01 E.L.6ACHACCICMT 1500000 lu-DIR as PA DOLOM ■ 500000 U* I)tme. Poucr uMrr s 500000 aT� schedule Av�tno MIC s� MMTMUaXP_-Al Vl AM= BY a:PML7+4 CERTMCATZ 110dim 114 1 AM-M- MAL VffUUW. MOU uerMkt CANCS,nW'lMN TAIO► = am= A)n or7m Awn mm= lmcm m cAmc Wto tsiOO[ Tm WMIAT7a DAUTI UW. TIM WAW VCPAW WA+L>1 =A VM TO *AM 30 nurr wuyn l City of Tama ac Attri: Finance Dept/Purchasing 7625 NK 02 Ave NU[f '� TO TM CMD WAU =60M MAMlD IV In &MT. Wir PAIL TODD XO Ae t DUO= MOCRLWATMasUAM TYOlAMY TwL . rmAGUMOF ; T*Aarg0 rL 33321-2401 LLstLlsswrrATlY1M OLL.:U7RA Z" gIY7) 1. V A.GORD COXPOIKAWIU14 D" AGREEMENT BETWEEN THE CITY OF TAMARAC F L`I_!7 SUN RECYCLING L.L.0 THIS AGREEMENT is made and entered into this qg' day of , 2001 by and between the City of Tamarac, a municipal corporation with principal offic s located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Sun Recycling L.L.C., a Florida corporation with principal offices located at 2281 N.W. 161 Street, Pompano Beach, FL, 33069 (the "CONTRACTOR") to provide for Debris Disposal at their location. Now therefore, in consideration of the mutual covenants hereinafter set forth, the CITY and CONTRACTOR agree as follows: 1) The Contract Documents The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and other Conditions), drawings, specifications, all addenda issued prior to, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. 2) The Work The CONTRACTOR shall perform all work for the City required by the contract documents as set forth below: a) CONTRACTOR shall furnish all labor, materials, and equipment necessary to dispose of the debris that the City of Tamarac employees will deliver by dump truck. b) CONTRACTOR shall dispose of said debris according to the terms, conditions and specifications listed in Bid 01-05B Debris Disposal. c) CONTRACTOR shall meet all State Guidelines as approved by the DPEP (Department of Planning and Environmental Protection) for debris disposal. 1 d) CONTRACTOR shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the CONTRACTOR, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance CONTRACTOR shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement including, but not limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. CONTRACTOR shall maintain such insurance in full force and effect during the life of this Agreement. CONTRACTOR shall provide to the City's Risk Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The CONTRACTOR will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. CONTRACTOR shall indemnify and hold the City harmless for any damages resulting from failure of the CONTRACTOR to take out and maintain such insurance. Contractor's Liability Insurance policies shall be endorsed to add the City as an additional insured. CONTRACTOR shall be responsible for payment of all deductibles and self- insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The term of this Agreement is for a period of one (1) year, beginning the first day following execution by the City and ending on approximately February 13, 2002. Upon expiration of the one (1) year term, the parties may choose to terminate this Agreement, or renew the Agreement by written agreement signed by the parties hereto for four (4) additional one (1) year periods providing all parties agree to the extension, and all of the terms, conditions, and specifications remain the same. 5) Contract Sum The Contract Sum for the above work will not exceed a total price of $ Forty Thousand Dollars ($40,000.00) annually at a price of $6.75 / Cubic Yard. The Contract sum is determined by the cost of labor and materials for the job as delineated in Bid 01- 05E Debris Disposal. Pa 6) Payments The CITY shall pay Contractor's itemized invoice on a monthly basis for work completed. The City shall pay the CONTRACTOR for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the contract documents. 7) Warranty CONTRACTOR warrants the disposal of debris shall meet all State Guidelines as approved by the DPEP (Department of Planning and Environmental Protection) for debris disposal and shall notify the City immediately of notice of any citation or violation which CONTRACTOR may receive after the following execution of the Agreement. CONTRACTOR shall be responsible for any damages caused by defect to affected area or to interior structure. 8) Indemnification The CONTRACTOR shall indemnify and hold harmless the CITY, its elected and appointed officials, employees, and agents from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the CONTRACTOR or its officers, employees, agents, subcontractors, or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the CITY or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive CITY's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 9) Non-Discrirni nation The CONTRACTOR agrees that it shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and to abide by all federal and State laws regarding non-discrimination. The CONTRACTOR further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions shall constitute a material breach of this Agreement. 3 10) Independent Contractor CONTRACTOR is an independent contractor under this Agreement. Personal services provided by the CONTRACTOR shall be by employees of the CONTRACTOR and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the CITY. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. 11) Assignment and Subcontracting CONTRACTOR shall not transfer or assign the performance required by this Agreement without the prior consent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 12) Notice Whenever either party desires or is required under this Agreement to give notice to any other party, it must be given by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR Charles Gusmano President Sun Recycling L.L.C. 2281 N.W. *h Street Pompano Beach, FL 33069 4 13) Termination This Agreement may be terminated by City or CONTRACTOR for cause or by the City for convenience, upon seven (7) days of written notice by the terminating party to the other party for such termination in which event the CONTRACTOR shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the CONTRACTOR abandons this Agreement or causes it to be terminated, CONTRACTOR shall indemnify the city against loss pertaining to this termination. Default by CONTRACTOR: In addition to all other remedies available to the CITY, this Agreement shall be subject to cancellation by the CITY should the CONTRACTOR neglect or fail to perform or observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of seven (7) days after receipt by CONTRACTOR of written notice of such neglect or failure. 14) Agreement Subject to Funding This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement have been appropriated by the City Commission of the City of Tamarac in the annual budget for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 15) Venue This Agreement shall be governed by the laws of the State of Florida as now and hereafter in force. The venue for actions arising out of this agreement is fixed in Broward County, Florida. 16) Signatory Authority The CONTRACTOR shall provide the CITY with copies of requisite documentation evidencing that the signatory for CONTRACTOR has the authority to enter into this Agreement. 17) Severability; Waiver of Provisions Any provision in this Agreement that is prohibited or unenforceable in any jurisdiction shall, as to such jurisdiction, be ineffective to the extent of such prohibition or unenforceability without invalidating the remaining provisions hereof or affecting the validity or enforceability of such provisions in any other jurisdiction. The nonenforcement of any provision by either party shall not constitute a waiver of that provision nor shall it affect the enforceability of that provision or of the remainder of this Agreement. 5 18) Merger; Amendment This Agreement constitutes the entire Agreement between the CONTRACTOR and the CITY, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the CONTRACTOR and the CITY. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC , through its Mayor and Sun Recycling L.L.C. (Name of party with whom Agreement is made), signing by and through its President, (President, Owner, C.E.O.,etc.) duly authorized to execute same. ATTEST: _ Marion Swenson, CMC City Clerk Date: / ATTEST: (Corporate Secretary Type/Print Name of Corporate Secy. (CORPORATE SEAL) CITY OF TAMARAC Jae Schreiber, Mayor at : 5-15---ol 00, Jeffrey L ille , City Manager Date: S 1.5-0/ as to form an011egai S. Kraft. Clit4 A (NAME OF COMPANY) ame of President) C-h&&-s ---- 13 &S,.q 4-�Vca— Type/Print Name of President Date:. 6 CORPORATE ACKNOWLEDGEMENT STATE OF q-&121 Z2`q COUNTY OFbfFeAph-rZa The foregoing instrument was acknowledged before me this -V— day of ..� , 2001 by C'!¢ LDS 6965PI X&C (name of officer or agent, title of officer or agent) of G.L . ,f - (name of corporation acknowledging), a /GCZFIPW (state or place of incorporation) corporation, on behalf of the corporation. He is personally known to me L 4? 7-567- 169-- Q (type of identification) as identification and d4(did not) take an oath. rl z W COMMISSION # CC 918541 EXPIRES: Merck 14, 2004 Bonded Tt" Pf *W ftftW W" of Print, Type or Stamp Name of Notary Public Cil y of Tamarac �{ M99r Purchasing Division AGREEMENT AMENDMENT BETWEEN THE CITY OF TAMARAC AND SUN RECYCLING L.L.C. The CITY OF TAMARAC (City), a municipal corporation with principal offices located at 7525 NW 88th Avenue, Tamarac FL 33321, and Sun Recycling LLC, a Limited Liability corporation, with principal offices located at 790 Hillbrath Drive, Lantana FL 33462, agree to amend the original Agreement dated May 15, 2001 as follows: Per the terms of Section 4 of the original Agreement dated May 15, 2001, the City of Tamarac and Sun Recycling LLC exercise the fourth and final renewal option for the term 02/14i2005 — 02/13/2006. All other provisions of the original agreement remain in effect as written. IN WITNESS WHEREOF, the parties hereby have made and executed this Amendment to Agreement on the respective dates under each signature, the City of Tamarac signing by and through its Mayor and City Manager, and Sun Recycling L.L.C., signing by and through its Manager, Charles Gusmano, duly authorized to execute same. ATTEST: Marion Swenso , CIVIC City Clerk ate CITY OF TAMARAC 'A d��y J e chreiber, Mayor �kne_ 91 ac Gz ' Date Jeffrey . Mill r, City Manager j W0e_ a ©O2' Date Date C to form and legal sufficiency: 2 rn v City of Tao?��rac Purchasing Division 4 Ae P ATTEST: Sun Recycling LLC Company Name NIA��C! (Corporate Secretary) Signature 6fManager NIA Charles Gusmano Type/Print Name of Corporate Secy. Type/Print Name of Manager 0�! (CORPORATE SEAL) Date CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA SS COUNTY OF I HEREBY CERTIFY that on this day, before me, an Officer duly authorized in the State aforesaid and in the County aforesaid to take acknowledgments, personally appeared Charles Gusmano, Manager of Sun Recycling LLC, a Limited Liability Corporation, to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this 11day of H C1 k , 2005. =P1 CANDIE M COLLINS y Public - Statesof Floridammtssivn Eires Air 3,217mmission # DD199492 ed By Nationa' Notary Assn. ignature of Notary Public State of Florida at Large r\ J, c- .. q 0. 1C. Print, Type or Stamp /Name of Notary Public Perso known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or ❑ DID NOT take an oath.