Loading...
HomeMy WebLinkAboutCity of Tamarac Ordinance O-2005-006Temp. Ord. # 2079 Page 1 February 22, 2005 Rev. 1 — February 25, 2005 CITY OF TAMARAC, FLORIDA ORDINANCE NO. 0-2005- MCP AN ORDINANCE OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE A THIRD ADDENDUM TO THE 1994 AGREEMENT BETWEEN THE CITY OF TAMARAC AND ALL SERVICE REFUSE, INC. FOR FURNISHING RESIDENTIAL RECYCLING COLLECTION FOR AN ADDITIONAL TERM TO BEGIN APRIL 1, 2005 AND END DECEMBER 31, 2009; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on October 4, 1994, the City of Tamarac and All Service Refuse, Inc., entered into an Agreement for Furnishing Residential Recycling Collection Services, a copy of said Agreement attached hereto as Exhibit 1; and WHEREAS, the term of this Agreement was for an initial term through December 18, 1997 with the option of renewing the Agreement for a two (2) year period and then subsequent five (5) year periods; and WHEREAS, the Agreement was modified through an Addendum, referred hereto as First Addendum, on November 26, 1997, and extended through December 31, 1999, a copy of said addendum attached hereto as Exhibit 2; and WHEREAS, pursuant to Article 3.3, the original Agreement was extended through an Addendum, referred hereto as Second Addendum, on February 9, 2000 and extended until March 31, 2005, a copy of said addendum attached hereto as Exhibit 3; and WHEREAS, at the June 7, 2004 Workshop meeting, the City Commission directed staff to enter into negotiations with All Service Refuse, Inc. for contract extension; and Temp. Ord. # 2079 Page 2 February 22, 2005 Rev. 1 — February 25, 2005 WHEREAS, the result of those negotiations is the proposed execution of the Third Addendum to the October 4, 1994 Agreement, hereto attached as Exhibit 4, which provides for the modification of several sections of the existing Agreement and extends the term through December 31, 2009; and WHEREAS, the Director of Public Works and Deputy City Manager recommend approval of the Third Addendum; and WHEREAS, the City Commission deems it to be in the best interests of the citizens and residents of the City of Tamarac to authorize the appropriate City officials to execute the Third Addendum to the Agreement between the City of Tamarac and All Service Refuse, Inc. for Furnishing Residential Recycling Collection to end on December 31, 2009. NOW, THEREFORE, BE IT ORDAINED 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 Ordinance upon adoption hereof. SECTION 2: The appropriate City Officials are hereby authorized to execute the Third Addendum to the Agreement between the City of Tamarac and All Service Refuse, Inc., for Furnishing Residential Recycling Collection, a copy of said addendum attached hereto as Exhibit 4, and made part hereof with the renewal of said Agreement beginning on April 1, 2005 with the term ending on December 31, 2009. SECTION 3: All Ordinances or parts of Ordinances in conflict herewith are hereby repealed to the extent of such conflict. 1 1 1 Temp. Ord. # 2079 Page 3 February 22, 2005 Rev. 1 — February 25, 2005 SECTION 4: If any clause, section, other part or application of this Ordinance 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 Ordinance. SECTION 5: This Ordinance shall become effective immediately upon its passage and adoption. PASSED, FIRST READING this 91h day of March, 2005. PASSED, SECOND READING this 23d day of March, 2005. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this ORDINANCE as to form. IY11 I vl IL-LL V. 1\1 CITY ATTORN E SCHREIBER Mayor RECORD OF COMMISSION VOTE: 1st Reading MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALABISCO DIST 3: V/M SULTANOF DIST 4: COMM. ROBERTS - ,11,r� RECORD OF COMMISSION VOTE: 2nd Reading MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: V/M TALABISCO DIST 3: COMM. SULTANOF DIST 4: COMM. ROBERTS p 11 .._' ;=-- Temp Ord 2079 Exhibit 1 AGREEMENT BETWEEN THE CITY OF TAMARAC AND ALL SERVICE REFUSE COMPANY, INC. FOR FURNISHING RESIDENTIAL RECYCLING COLLECTION SERVICES cf" This is an Agreement dated the 3� day of 1994, between THE CITY OF TAMARAC, a political subdivision of Broward County, Florida, its successors and assigns, (hereinafter referred to as "CITY"), through its City Council, and ALL SERVICE REFUSE COMPANY, INC., its successors and assigns, (hereinafter referred to as "CONTRACTOR"). WITIVFiCETH In consideration of the mutual terms and conditions, promises, covenants and payments hereinafter set forth, CITY and CONTRACTOR hereby agree as follows: Dcfuiitions 1.1 ADJUSICED TON: Tonnage that is received by the processing center less any adjustment for contamination. 1.2 CITY: Shall include the City Council of the City of Tamarac, Florida. 1.3 COMMENCEMENT VI : Shall be December 19, 1994 at 12:01 a.m. 1.4 MATERIALS: Recyclable Materials other than newspaper, cardboard and incidental kraft paper mixed together in the same container. 1.5 CONDOMINIUM: Multi -family residential apartment buildings that are on the Broward County tax rolls as condominium ownership and assessment, and are designed for mechanical container (dumpster) garbage and trash pick-up. 1.6 CONTAMINAJJQ� The mixture of Recyclable Materials and materials which are not capable of being recycled to the extent that it is not possible to separate the Recyclable Materials from the materials which are not capable of being recycled. 1.7 C12NTRACT ADMINISShall be City Manager and/or his designee. 1.8 CONTRACTOR: Shall be All Service Refuse Company, Inc. 1.9 CUSTOMER: Shall include any single-family or residential service unit within the corporate limits of the City of Tamarac. 9/1 /94 1.10 _DEFAULT: The failure of CONTRACTOR to provide a material portion of any of the scope of services as outlined in this Agreement. 1.11 GROSS RECEIPTS: Shall include all revenues received by CITY pursuant to this Agreement which shall include monthly compensation pursuant to Article 6. 1.12 GROUP CITIES: Coconut Creek, Lauderhill, Margate, North Lauderdale and Tamarac. 1.13 : A processing center facility which accepts the delivery of Recyclable Materials which have not been sorted by type by CONTRACTOR and which purchases or accepts Recyclable Materials which have not been sorted by type by CONTRACTOR. 1•14 : Shall mean the form of security approved by the CITY and furnished by the CONTRACTOR as a guarantee that the CONTRACTOR will execute the work in accordance with the terms of the Agreement and will pay lawful claims. 1.15 PUBLIC AWARENESS P : Promotional, educational program developed by CONTRACTOR and CITY to inform and encourage residents to use the recycling collection services. 1.16 RECYCLABLE MATERIALS-- Program recyclables are defined as: - Corrugated cardboard; - Newspapers and inserts; - Clear glass, green glass and brown glass food and beverage containers; - Aluminum steel and bi-metal food and beverage containers; - Plastic containers (types #1, #2 and #3); - Polycoated gabletop containers and aseptic packages; - Incidental kraft paper and film plastic bags used to contain program recyclables; - Phone books (on scheduled program). Program recyclables and other such Recyclable Materials from single family or multi -family units as the parties may agree to in writing. 1.17 gECyCLING COLLECTTQN SERVICE&Services to be performed by CONTRACTOR: (a) Collection of Recyclable Materials from locations designated by City. (b) Transportation, sale and unloading of Recyclable Materials at the MRF. 1.18 RESIDENT: An owner of or occupant of a unit. 1.19 ROUTE: A scheduled sequence of streets for pick-up of Recyclable Materials by a recycling vehicle on any given day. 1.20 SCOPE OF WORD: The work under this Agreement shall consist of the supervision, materials, equipment, labor and all other items necessary to complete said work. 1.21 SERVICE AREA: City limits of City of Tamarac. 9/t /94 1.21 SERVICEAREA: City limits of City of Tamarac. 1.22 SURETY: Shall mean the party who is bonded with and for the CONTRACTC't to insure the payment of all lawful debts pertaining to and for the acceptable performance of the Agreement. 1.23 UNIT: Shall mean the place of residence of a customer. (a) , ingle Family: A single dwelling unit or a multi -family unit which uses curbside trash collection. (b) Multi -Family: A dwelling unit within a multi -family structure, or a single dwelling unit which uses containerized trash collection. ARTICLE 9 Grant of Franchise In consideration of the CONTRACTOR'S performance hereunder and compliance with the covenants and conditions set forth herein, and in the ordinances and regulations of the CITY governing the collection of residential solid waste, the CITY hereby grants to the CONTRACTOR the non-exclusive right pursuant to Article 7.19 of the City's Charter to use the public streets, alleys and thoroughfares within the corporate limits of the CITY for the purpose of engaging in the business of collection of recyclable materials from residential customers located within the corporate limits of the CITY pursuant to the terms of this Agreement, but not otherwise. The CITY shall retain vested title to all Recyclable Materials covered by this franchise Agreement and generated within the corporate limits of the CITY. CONTRACTOR shall transport all collected Recyclable Materials to the processing center facility designated by the CITY. CONTRACTOR shall take possession of the Recyclable Materials upon pickup from residents and shall be responsible for the safe delivery of such Recyclable Materials to the designated processing center facility. 3.1 ��ONUMACT TERM: The term of this Agreement shall begin at 12:01 a.m. on December 19, 1994 and shall expire on December 18, 1997. 3.2 =QN (EXTENSION): CITY and CONTRACTOR shall have the option to extend the term of this Agreement on a month -to -month basis on thirty (30) days written notice. 3.3 RENEWAL,, CITY and CONTRACTOR shall have the option to extend the term of this Agreement for a Two Year Period of Time to allow for concurrent term of solid waste and recycling contracts, thereafter this Agreement may be renewable for five (5) year' periods .by CITY., The decision to renew this Agreement for an additional term shall be made by the CITY no later than the end of the current term. Notice shall be provided by CITY to CONTRACTOR 9/,/9, 3 to CONTRACTOR pursuant to Article 19.17, CITY shall not have any obligation to exercise any additional term. ARTICLE 4 Scope of Services 4.1 GENERAL, STATEMENT OFCONTRACTOR'S OBLIGATIONS: CONTRACTOR hereby agrees to collect all Recyclable Materials by residential customers within the corporate limits of the CITY, except as specifically excluded in this Agreement. 4.2 a : Residential Recycling Service shall be provided regular recycling collection service at least ore t 1) time per week under this Agreement. All units are required to receive such service. (hl HOLIDAY SCHEDULE: Pickups shall not be reduced by holidays, other than Christmas Day. CONTRACTOR shall be required to pick up recycling on all holidays other than Christmas Day. If a pick-up day falls on Christmas Day, collection shall not be made. cW QUANTITY: CONTRACTOR shall be required to pick up recyclabled materials as follows: (c)(1) CONTRACTOR will establish route(s) for recycling collection vehicle(s) to efficiently collect recyclabled materials. (c)(2) CONTRACTOR shall collect recycling materials a minimum of once per week. 4.4 METHOD OF _COLLECTION: CONTRACTOR shall provide recycling collection to: (A) Multi -Family Units 1. Materials Two sort commingled Recycling Collection Service consisting of son (1) - newspaper, and corrugated cardboard, sort (2) consisting of glass food or beverage containers (clear, brown, green); aluminum, steel and bi-metal food and beverage containers; plastic containers (Types 1, 2 and 3), gable top and aseptic beverage containers, incidental kraft paper and film plastic bags used to contain Program Recyclables. 2. _ outer CONTRACTOR may establish route(s) for recycling collection vehicle(s) without regard to the order of multi -family units within each phase. Each location shall be provided with Recycling Collection Service a minimum of once per week, and shall be provided with Recycling Collection Service, in CONTRACTOR'S discretion, more often if needed to prevent container overflow. All recycling containers shall be placed within trash rooms or dumpster enclosures. In locations where it is not possible to place containers in enclosures, CONTRACTOR shall contact Contract Administrator for instructions. Each container shall be serviced by 9/, /9. 4 r--, rr- J CONTRACTOR'S employee and emptied. The employee shall then return the container to its designated location. 3. Containers: (a) Each multi -family complex will be distributed a minimum of two (2) containers per each trash dumpster enclosure. One container shall be used for the collection of sort one and the other for collection of sort two. A compartmentalized truck shall be used to service each location. CITY shall provide 90-100 gallon containers at commencement of service. The location of complexes, number of dumpster sites and units assigned for the recycling program are outlined in Exhibit B, attached hereto and made a part hereof. (b) Containers shall contain decal text relative to the items to be deposited and ownership of containers. Container assembly, application of decals and delivery to complexes/site locations shall be the responsibility of CONTRACTOR. Maintenance of containers, including but not limited to, repair or replacement of broken lids, wheels, axles, stop bars and handles and all costs related to maintenance shall be the responsibility of CONTRACTOR. When CITY determines that a container has been damaged beyond repair, CONTRACTOR will transport container to the City's inventory site for replacement and deliver a new container to site. CITY shall retain ownership of all containers. (B) Single Family Units 1. Milterials Two sort commingled Recycling Collection Service consisting of sort (1) - newspaper, and corrugated cardboard, sort (2) - consisting of glass, food and beverage containers (clear, brown, green); aluminum, steel and bi- metal food and beverage containers; plastic containers (Types 1, 2 and 3), gable top and aseptic beverage containers, incidental kraft paper and film plastic bags used to contain Program Recyclables. 2. Route: (a) Single Family CONTRACTOR shall collect once each week from all single family units on the same day of the week as one of the garbage collection days. Collection shall be made only between the hours of 7:00 a.m. and 7:00 p.m. There shall be no collection on Sundays. (b) !Qgmmencement of vice: Prior to commencing services, CONTRACTOR shall provide CITY with a route map or schedule. CITY shall have the right to approve said route map or schedule, which approval shall not be unreasonably withheld. Should CONTRACTOR propose substantial route changes which alter the date of collection, upon City's approval of the proposed changes by CONTRACTOR, CONTRACTOR shall promptly give written notice to the affected residential units. CONTRACTOR acknowledges and agrees that CONTRACTOR shall be obligated to take such actions as necessary to fulfill its duties and obligations hereunder and that CITY may after negotiation with 9/1/94 5 y1 CONTRACTOR and a mutual agreement between CITY and CONTRACTOR, from time to time, issue written directions to CONTRACTOR clarifying the scope of Contractor's services to fulfill the intent of this portion of the Agreement. 3. CmaUduem Each single family unit shall be provided with a minimum of at least one 12-gallon or larger recycling container for collection of commingled Recyclable Materials. Contractor's employee shall pickup recycling container and newspaper at curbside. Recyclable Materials shall be placed into recycling collection vehicle. The emptied recycling containers shall be placed at the curb. Recycling materials will be delivered to the Materials Recovery Facility. Containers will contain text relative to ownership and instructions as to what are items to be deposited in the containers. Initial container placement shall be the responsibility of CITY. Storage and replacement of broken or stolen containers shall be the responsibility of CITY upon notification by CONTRACTOR. CITY shall retain ownership of all containers. In the event of a missed pick-up reported by CITY or a resident, CONTRACTOR shall collected the Recyclable Materials from such site within 24 hours of receipt of any such report. CONTRACTOR shall not be responsible for missed pick-ups caused by residents who do not place their Recyclable Materials at curbside in a timely manner. (C) Service to City Facilities: CONTRACTOR shall provide Recycling Collection Service of program materials from containers to be placed by CONTRACTOR at dumpster locations at CITY facilities as defined in ARTICLE 4.9. CONTRACTOR shall provide servicing of recycling containers to be placed at CITY facilities. Said locations shall be provided with Recycling Collection Service a minimum of once per week. All revenue from material in these containers will be shared in accordance with ARTICLE 6.5(a). 4.5 : Collection shall begin no earlier than 7:00 A.M. and shall cease no later than 7:00 P.M. In the case of an emergency, collection may be permitted at other times, provided CONTRACTOR has received prior approval from CITY or authorized representative, to be later evidenced by a written memorandum confirming the approval. There shall be no collection on Sundays. 4.6 PLUSICALLY DISABLE12: CONTRACTOR shall provide recycling pickup (back or side door) concurrent to single family curbside service who qualify for such service. Residents shall be required to write a letter and provide proof of medical disability to the City Manager of the City of Tamarac establishing such disability of household members.) 9/1/94 C 4.7 RECYCLINQ COLLECTION: CONTRACTOR shall make collections with a minimum of noise and disturbance. Containers shall be handled carefully by CONTRACTOR and shall be disposed in a sanitary manner. Any Recyclable Materials spilled by the CONTRACTOR shall be picked up and removed by CONTRACTOR. 4.8 MUNICIPAL SERVICE: CONTRACTOR shall provide CITY with multi- family son 1 and sort 2 recycling collection service at the following locations at no cost to CITY: MUNICIPAL WCATIONS FREE OE CHARGE Tamarac City Hall 3 carts 7525 N.W. 88th Avenue Police Facility 3 carts 7515 N.W. 88th Avenue Tamarac Public Services 3 carts 6001 Nob Hill Road And any additional locations may be specified by the City Manager and approved by CONTRACTOR. 4.9 PHONE BOQKS-- CONTRACTOR shall add phone books to sort 1 items for a period not to exceed three (3) months per calendar year. CONTRACTOR shall not be responsible for MRF processing costs assessed, if any. CONTRACTOR agrees to assist CITY in pursuing grant funding for telephone book processing. 4.10 NON MNEORMING MATERIALS/CONTAMINATION: (a) Whenever feasible, CONTRACTOR shall remove non -Recyclable Materials, subject to ARTICLE 9 of this Agreement, entitled "Refusal to Pick-up". In multi- family collection, CONTRACTOR will contact the complex manager requesting future corrective action and notify CITY. In single family collection, CONTRACTOR shall notify in writing the resident as to the need for corrective action. - (b) Items not acceptable at the MRF will continue to be considered contaminants. When CONTRACTOR is apprised of contamination in a load or loads. CONTRACTOR will immediately notify the administrator for CITY and CONTRACTOR will remove contaminants from MRF. (c) City shall not be responsible to CONTRACTOR for any disposal cost of contaminated Recyclable Materials. 4.11 DELAY CAUSED B • In the event an emergency, as defined in Chapter 252, Florida Statues, is declared by Broward County or by CITY which causes an interruption of service, CONTRACTOR shall notify CITY as soon as practicable of the service interruption, and the time of anticipated restoration of service. 4.12 IMELEMENJAIMN QE SERVI!CES:CONTRACTOR shall perform Recycling Collection Services as provided by this Agreement. The area and 9/1/94 7 number of units serviced shall not be reduced during the term hereof unless said unit is no longer within the boundaries of CITY. ARTICLE Data Gathering 5.1 CONTRACTOR shall provide CITY with a monthly report (as described in Exhibit "A") due by the loth of each month outlining weight of each sort collected on a daily basis per route, daily number of drive bys, by route, daily number of set outs, by route, adjusted weight and percentage of contamination, and weight ticket numbers. Weight tickets and all records required shall be made available for review upon request by CITY. Single family curbside and Multi- family shall contain an estimate of weights of materials collected. CITY shall provide CONTRACTOR a quarterly report within ten (10) days of receipt from County which itemizes the amount of gross revenues paid to CITY from the sale of recyclables itemized by sort. In the event that materials are directed to a facility other than MRF and reports are directed to the CONTRACTOR, the above obligation reverts to the CONTRACTOR. ARTICLE 6 Rates, Records, Billing 6.1 MULTI -FAMILY The price paid to CONTRACTOR shall be $.41 (Forty -One Cents) per multi -family unit per month. 6.2 The price paid to CONTRACTOR shall be $.S 1 (Eighty - One Cents) per single family unit per month. 6.3 • If this agreement is not terminated as provided herein, on January 1 of each subsequent year hereof, the rate shall be adjusted by the same percentage increase or decrease, if any, in the Miami Urban Consumer Price Index (CPI) for the twelve (12) month period ending the previous September 30. 6.4 RECQRDS: CONTRACTOR agrees to maintain, at his local office or principal place of business within Broward County, adequate books and records relating to the performance of its obligation under this Agreement. (a) CITY shall remit to CONTRACTOR on a quarterly basis due within ten (10) business days of receipt of payment from the County, fifty percent (50%) of the gross revenues received by CITY from the sale of all recyclable material(s) from the single family program and from the multi -family program. (b) CITY shall pay to CONTRACTOR on a monthly basis, net within thirty (30) days of receipt of an invoice from CONTRACTOR. In the multi -family program, "units serviced" is defined to mean number of units in a multi -family complex regardless of occupancy rate. In the single family program, "units serviced" is defined to mean those single family units currently receiving a water bill from CITY. 9/1/94 8 (c) New unit(s) shall be billed commencing the month a utility account was opened with CITY. (d) All amounts billed by CITY on behalf of CONTRACTOR for recycling shall be segregated and accounted for in a proper liability account for CITY. CITY shall remit to CONTRACTOR on a monthly basis the amount billed for recycling collection services for the previous calendar month. (e) All units required to participate as specified by applicable CITY ordinance are required to use the recycling services of CONTRACTOR. ARTICLE 7 Processing Center Facility 7.1 CONTRACTOR shall transport all collected Recyclable Materials to a Processing Center Facility located within an estimated 15 miles from the Mid -Point of Service Area. CITY shall retain the right to direct all Recyclable Materials to any Processing Center Facility or Materials Recovery Facility designated by CITY, or to any combination of said Processing Center Facility and Materials Recovery Facility. Should CITY direct CONTRACTOR to a Processing Center Facility or a Materials Recovery Facility more than 15 miles, but less than 30 miles from the Mid -Point of Service Area, and CONTRACTOR can produce evidence of an increase in Contractor's costs directly related to the increased distance, CITY shall reopen this Agreement solely for the purpose of renegotiating the rate paid per unit per month. The parties agree to negotiate for a period of sixty (60) days. If at the end of sixty (60) days no Agreement has been reached, CITY has the discretion to seek other bids or proposals, and to terminate this Agreement. CONTRACTOR agrees to provide services at the established rate until such time as a new Agreement is secured or 120 days from notice to CONTRACTOR to direct Recyclable Materials to a facility beyond 15 miles from mid -point of service area. In such event, CONTRACTOR may terminate this Agreement. ARTICLE S Ownership, Transportation And Sale Of Recyclable Materials 8.1 CONTRACTOR shall transport all collected Recyclable Materials to the MRF. CONTRACTOR shall take possession to the Recyclable Materials upon pick-up from residents and shall be responsible for the safe delivery of said materials to the MRF. All of the proceeds from the sale of Recyclable Materials shall be shared between CONTRACTOR and CITY according to the terms of ARTICLE 6.S(a). In the event there are no revenues from the sale of all Recyclable Materials for a period of ten (10) days, CONTRACTOR shall immediately notify CITY and shall present to CITY documentation, verifiable by CITY, that the designated Processing Center Facility provided no revenue to CONTRACTOR for the delivery and sale of Recyclable Materials for the preceding ten (10) days. Upon receipt of sufficient documentation (verifiable by CITY) from CONTRACTOR, CITY shall review same and determine whether CITY concurs 9/1/94 with Contractor's assertion that no revenues have been generated from the delivery and sale of all Recyclable Materials. CITY shall within five (5) working days of receipt of sufficient documentation (verifiable by CITY) direct CONTRACTOR to an alternate Processing Center Facility or MRF which provides revenue for the delivery and sale of Recyclable Materials. CONTRACTOR agrees to assist City in locating an alternate Processing Facility. Should CITY be unable to locate a Facility which so provides revenue, CITY and CONTRACTOR shall reopen this Agreement solely for the purpose of renegotiating the rate paid per unit per month. In that event, CITY agrees to negotiate for a period of sixty (60) days. If at the end of sixty (60) days no Agreement has been reached, CITY has the discretion to seek other bids or proposals, and to terminate this Agreement. CONTRACTOR agrees to provide services at the established rate until such time as a new Agreement is secured or materials have been directed to an alternate Processing Center Facility or MRF which provides revenue. In the event no alternate Processing Center or MRF is designated or Agreement is secured, CONTRACTOR may terminate this Agreement 120 days from the date of receipt by CITY of sufficient documentation (verifiable by CITY) as submitted by CONTRACTOR. In the event the Processing Center Facility fails to accept Recyclable Materials it shall be the responsibility of CONTRACTOR to provide the means to ultimately recycle all Recyclable Materials and not dispose of same at a landfill or a Resource Recovery Facility. In said event, CITY agrees to reimburse CONTRACTOR for any additional direct cost incurred by CONTRACTOR to recycle Recyclable Materials, limited to increased cost of transportation and/or direct payments to a Processing Center Facility or MRF. After expiration of 5 days storage by CONTRACTOR, CITY agrees to reimburse CONTRACTOR for actual costs incurred due to the storage of materials or other methods of disposing of the Recyclable Materials. There shall be no payment for an increase in transportation costs should the Recyclable Materials be taken to the designated Processing Center Facility or designated MRF, except pursuant to ARTICLE-7 herein, entitled "Processing Center Facility". ARTICLE .9.-. Refusal To Pick -Up 9.1 The first time a resident does not properly segregate said materials, CONTRACTOR shall pick-up Recyclable Materials as described in ARTICLE 4.12 of this Agreement. In addition, CONTRACTOR will issue a written notice to the resident which contains instructions for the proper segregation of Recyclable Materials. The second time the same resident does not properly segregate the materials, CONTRACTOR can refuse to make a pick-up. At the time of refusal to make the pick-up CONTRACTOR shall issue a notice to the resident which contains instructions for the proper segregation of Recyclable Materials. It shall not be required for CONTRACTOR to issue a subsequent notice to the resident for any further infractions after the second occurrence. Further incidents of non-compliance by a resident shall be reported to CITY. 9ivs, 10 ARTICLE 10 Contractor's Local Office 10.1 OFFICE/MANAGING AGENT: Throughout the term of this Agreement, CONTRACTOR shall establish or maintain a local office or authorized managing agent within Broward County. CITY and CONTRACTOR designates .he agent as specified in Article 16.17 as the agent upon whom all notices may be served. Service upon CONTRACTOR'S agent shall always constitute service upon CONTRACTOR. 10.2 HOURS: CONTRACTOR'S local office shall be open during collection hours so that customers can lodge complaints, requests for information, and requests for service. At a minimum, CONTRACTOR shall be available during the hours of 8:00 A.M. to 5:00 P.M., local time, Monday through Friday. 10.3 STAFFING: CONTRACTOR'S local office shall have a responsible person in charge during collection hours on collection days, shall be equipped with sufficient telephones, a local telephone number, and sufficient attendants to receive telephone calls. Attendants shall receive calls in a courteous and polite manner, record all complaints, and resolve all legitimate complaints as outlined in Article 11.2 in an expeditious manner by the end of the next business day. ARTICLE 11 Contractor's Relation to City 11.1 INDEPENDENT, CONTRACTOR: The relationship of CONTRACTOR to the CITY shall be that of an independent CONTRACTOR, and no principal -agent or employer -employee relationship between the parties is created by this agreement. By entering into this agreement with CITY, CONTRACTOR acknowledges that it will, in the performance of its duties under this agreement, be acting as an independent CONTRACTOR and that no officer, agent or employee of CONTRACTOR will be for any purpose an employee of the City of Tamarac and that no officer, agent or employee of CONTRACTOR is entitled to any of the benefits and privileges of a city employee or officer under any provision of the statutes of the State of Florida or ordinances of the City of Tamarac. 11.2 CUSTOMER COMPLAINTS: CONTRACTOR shall perform every reasonable act to provide a service of high quality and keep the number of legitimate complaints to a minimum. In order that CITY may be fully informed of the quality of the service, CONTRACTOR shall arrange the handling of complaints in substantially the following manner; all legitimate complaints, whether received in person, by mail or by telephone, shall be received by CONTRACTOR. Complaints received after 12:00 noon shall be serviced before 12:00 noon on the following calendar day. CONTRACTOR shall be available at CITY'S request to inform action taken on complaints. Legitimacy of challenged complaints may, at the option of CITY, be determined on the basis of a joint inspection by a representative of CITY and a representative of CONTRACTOR. 11.3 DISCRIMINATION PROHIBITED AFFIRMATIVE ACTION: CONTRACTOR, in the execution, performance, or attempted performance of this agreement, shall not discriminate against any person or persons because of sex, race, religion, color, or national origin, handicap or marital status. CONTRACTOR'S employees or applicants for employment (as provided in Title 9/1/94 VI of the 1964 Civil Rights Act, the Florida Human Rights Act of 1977, and the American Disabilities Act of 1992), understand and agree that this agreement is conditioned upon the veracity of this Statement of Assurance. CONTRACTOR herein assures CITY that said CONTRACTOR will comply with Title VI of the Civil Rights Act of 1964 when federal grants are involved. Other applicable Federal and State laws, Executive Orders, and regulations prohibiting discrimination as hereinabove referenced are included by this reference thereto. This Statement of Assurance shall be interpreted to include Vietnam -Era Veterans and Disabled Veterans within its protective range of applicability. CONTRACTOR must be an Equal Opportunity Employer and have an affirmative action plan and not discriminate on the basis of handicapped status. ENU fr��1�J i.1L�1i1 (a) CONTRACTOR shall at its sole cost and expense, except as otherwise provided herein, furnish all labor and equipment required to perform curbside collection of Recyclable Materials pursuant to this Agreement. (b) CONTRACTOR shall assign a qualified person or persons to be in charge of its operations in CITY and shall give the name or names to CITY; information regarding experience shall also be furnished. (c) CITY has right to require CONTRACTOR'S collection employees to wear clean uniforms or shirts bearing the company's name. (d) Each Driver shall at all times, carry a valid operator's license for the type of vehicle they are driving. (e) CONTRACTOR shall provide operating and safety training for all personnel. (f) No person shall be denied employment by CONTRACTOR for reasons of race, creed, sex or religion. FFW�_ IIi�-Tu 1.ni .. . _ ► J. _.:1 f60_ CITY shall provide one (1) collection vehicle for use in this Agreement. Additional vehicles or replacement vehicles shall be provided by CONTRACTOR as needed. Vehicles shall be leased to CONTRACTOR for $1.00 per year. Any additional vehicles which CITY may provide to CONTRACTOR shall be subject to the same lease terms. Maintenance shall be the responsibility of CONTRACTOR. In the event of equipment failure, responsibility for temporary replacement is with CONTRACTOR. In the event this Agreement is terminated as provided for herein, the lease Agreement for the vehicles referenced in ARTICLE 11.5(A) above shall be automatically terminated and the vehicles shall be immediately redelivered to CITY. CITY agrees to lease to CONTRACTOR the truck vehicle described in Exhibit " S", attached. 9/1/94 12 CITY shall remain the owner of the recycling truck. CONTRACTOR shall acquire no right, title or other interest in or to the vehicle other than that of a bailee for hire. 1, Maintenance Schedule: CONTRACTOR agrees as its own expense, provide suitable and adequate garage space and shall maintain this truck and any vehicle which may be substituted for the truck as provided below in good repair, mechanical condition and running order. CONTRACTOR shall use as a guide the maintenance program prescribed in the Owner's Manual and shall perform all preventative maintenance required to insure full validation of any manufacturer's warranty. In addition, CONTRACTOR agrees to maintain a written maintenance log of vehicle on the forms provided by CITY and provide written copies to the City Manager on a monthly basis. ( See Exhibit "C") CONTRACTOR agrees, at its own expense, to furnish all necessary tires, tubes, and parts for the vehicle and with all necessary repair parts or substitute parts to replace may part which becomes worn, broken or otherwise incapable of efficient operation as long as the replacement parts are readily available from a normal parts distribution network. If replacement parts are not readily available, contractor shall continue to service program. CONTRACTOR shall furnish a temporary replacement vehicle to replace any truck which becomes incapable of proper operation and which cannot be repaired or restore to good running order within two (2) days. Any such vehicle, while in the service of the CONTRACTOR, shall be subject to all of the terms and conditions of this agreement. CONTRACTOR shall maintain in force at his own expense, insurance as specified in Article 15 and any additional insurance required by CITY for the purpose of the lease vehicle. 2. Notice: CONTRACTOR agrees to notify CITY representative of any major repairs or issues involving CITY vehicle. In addition to lease vehicle CONTRACTOR shall supply all equipment necessary to provide the services in this Agreement. CONTRACTOR shall establish a regular preventative maintenance program for all equipment and shall maintain records of preventative maintenance and other maintenance repairs to the equipment as specified in Exhibit "D". CONTRACTOR shall be responsible for initiating, maintaining and supervising all maintenance programs, safety precautions and programs, in connection with the work and services performed hereunder. CONTRACTOR shall establish reasonable procedures and programs to prevent property loss or damage and/or personal injury to persons, including, but not limited to, employees performing such work and all other persons who may be affected hereby. CONTRACTOR shall comply with all Federal, State, and Local rules and regulations when conducting operations pursuant to this agreement. 9/1/94 13 CONTRACTOR shall maintain files and records of all citations and violations of any laws, statutes, ordinances, or regulations in the ownership, title, maintenance, or operation of the equipment and such files and records shall be available upon reasonable notice for review by CITY. 11.6 V : All vehicles and equipment used by CONTRACTOR for the collection of residential recyclable materials shall be clearly marked with the CONTRACTOR'S name and telephone number in letters of a size sufficient to reasonably identify the vehicle, but not less than five i5) inches in height. CONTRACTOR shall also assign to each of its vehicles an identifying number and shall mark the same upon said vehicles in figures not less than five (5) inches in height. Evaluation and Monitoring 12.1 alrjHl 10 INSPECTION: CITY hereby reserves the right to inspect and evaluate CONTRACTOR'S operations relating to its performance hereunder either on a continuing or random inspection basis. 12.2 - : In the event CONTRACTOR shall fail to perform any of the material provisions of this Agreement, CITY shall provide CONTRACTOR with written notice of non- compliance, stating all reasonable facts relating thereto. If the practice, event or condition is not reformed, corrected or otherwise made to comply with the terms of this Agreement within a period of time which is reasonable in relation to the nature of the practice, event or condition of non-compliance, but in no event more than ten (10) days from the date of the receipt of notice of violation unless the non-compliance cannot be cured within ten (10) days, then within a reasonable time using best efforts and CONTRACTOR shall notify CITY of those efforts., the same shall constitute an Act of Non -Compliance. (a) Subject to the procedures in Article 13, CITY reserves the right to terminate the Agreement at any time whenever the service provided by CONTRACTOR fails to meet reasonable standards of the trade, after CITY gives written notice to CONTRACTOR of the deficiencies as set forth in the written notice within fourteen (14) days of the receipt by CONTRACTOR of such notice from CITY. Upon termination, CITY may call the Surety and apply the proceeds to the cost of service charged to CITY for the balance of the Agreement. (b) In the event of a strike by the employee or any other similar labor dispute which makes performance of this Agreement by CONTRACTOR substantially impossible, CONTRACTOR agrees that CITY shall have the right to call the Surety Bond and temporarily engage another firm to provide necessary service. 12.4 PERFORMANCE BOND: CONTRACTOR shall furnish to CITY a Performance Bond, Letter of Credit or cash bond guaranteeing the faithful performance of this Agreement specified herein as Exhibit "E". The security shall be in the form acceptable to the City Attorney and shall be for the term of this Agreement and in an amount equal to One Hundred Thousand ($100,000) Dollars. The security shall be furnished to CITY by CONTRACTOR within ten (10) days gni94 14 of the date of execution or 10 days prior to commencement of this Agreement or any renewal thereof. Without limiting any other indemnity provisions herein, such security shall indemnify CITY against any loss, expense, cost or damage resulting from any default by CONTRACTOR hereafter or any failure of performance by CONTRACTOR. The City Attorney is hereby delegated the authority to approve the form of the security. The Finance Director has authority to approve the financial capabilities of the Surety to perform. Upon completion of this Agreement in compliance with all terms and conditions hereof, CONTRACTOR shall be entitled to the return of any Cash Bond on Deposit with CITY within ten (10) business days. Due to Unusual Circumstances: (a) It is expressly agreed that in no event shall CITY be liable or responsible to CONTRACTOR or to any other person on account of any stoppage or delay in the work herein provided for, by injunction or other legal proceedings brought against CITY or CONTRACTOR, or on account of any delay for any cause for which CITY has no control. (b) CONTRACTOR shall not be responsible for delays or non-performance of the terms and provisions of this agreement where such delays or non-performance are caused by events or circumstances over which CONTRACTOR has no control, including riots, civil disturbances, or acts of God; provided, however, that in the event of any such non-performance or delay resulting from events or circumstances beyond the control of CONTRACTOR, CONTRACTOR shall not be entitled to compensation for such period of time as a delay or non-performance shall continue. Default of Agreement 13.1 DEEAULT OE_CONTRACT..: If, in the opinion of the City Manager, there has been a default of the Agreement, City Manager shall notify CONTRACTOR in writing, specifying that which has been a default of Agreement. If, within fourteen (14) calendar days CONTRACTOR has cured the default, then no other remedy for that particular default shall be permitted to the City. However, if, within fourteen (14) calendar days, CONTRACTOR has not eliminated the conditions considered to be a default to this Agreement, City Attorney shall notify City Council and CONTRACTOR, and a hearing shall be set for a date within fifteen (15) days of such notice. On that day City Council shall hear CONTRACTOR and CITY'S representatives and shall make a detet7rtination as to whether or not it has been a breach and shall direct what further action shall be taken by CITY, as hereinafter provided. Pending Resolution of the alleged breach, CONTRACTOR shall be governed by the provisions of ARTICLE 13.4. 13.2 12EFAULT: Default by CONTRACTOR shall occur if CONTRACTOR fails to observe or perform a material portion of its duties under the Agreement. CITY may terminate CONTRACTOR'S performance of services under this Agreement in the event of default by CONTRACTOR and the failure by CONTRACTOR to cure such default after receiving notice hereof. Should default occur, CITY may deliver a written notice to CONTRACTOR describing such default and the 9A /9, 15 J proposed date of termination. Such date may not be earlier than the thirtieth (30) day following receipt of the notice. CITY, at its sole option, may extend the proposed date of termination to a later date. If, prior to the proposed date of termination, CONTRACTOR cures such default then the proposed terminatiol shall be ineffective. If CONTRACTOR fails to cure such default prior to the proposed date of termination, then CITY may terminate CONTRACTOR'S performance under this Agreement as of such date. 13.3 : Upon the effective date of termination as contained in the above notice referenced in ARTICLE 13.1 of this Agreement, CONTRACTOR shall, unless the notice directs otherwise, immediately discontinue all service in connection with this Agreement and shall proceed to cancel promptly all existing orders chargeable to this Agreement. Within ten (10) days of receipt of notice of termination, CONTRACTOR shall submit to CITY monthly reports and revenues required under this Agreement to the day of termination. 13.4 REMEDIES: In addition to, or in lieu of, the termination procedure set above in ARTICLE 13.3 of this Agreement, CITY may take any or all of the following actions in the events of a default by CONTRACTOR; (a) If CITY determines, and notifies CONTRACTOR, that such default poses an immediate threat to the health or safety of any person or to any property interest, and if CONTRACTOR has not cured such default within twenty four (24) hours after receiving such notice, CITY shall have the right to perform or cause to be performed all or part of the work necessary to cure such default. In the event that CITY performs such work, or causes it to be performed, CONTRACTOR shall bear the cost of such work, and if necessary, shall reimburse CITY for the cost thereof. CITY shall have the right to deduct any such compensation due to CITY from any sum otherwise due and owing to CONTRACTOR. (b) CITY may make or file a claim under the Performance Bond, Letter of Credit, or Cash Bond for any damages, expenses or liabilities that CITY has incurred as a result of CONTRACTOR'S default. (c) CITY may exercise its rights under Article 12.2 non-compliance by CONTRACTOR in this Agreement. 13.5 • In the event the Processing Center Facility charges a fee to accept Recyclable Materials as specified herein, CONTRACTOR shall notify CITY in writing by certified mail, return receipt requested within fifteen (15) days, at which time CITY may elect: (a)(1) To reimburse CONTRACTOR for the actual fee(s) charged by the Processing Center Facility to accept Recyclable Materials as specified herein. (a)(2) To reimburse CONTRACTOR for actual costs incurred due to the storage of materials or other methods of disposing of the. Recyclable Materials. (b) CITY reserves the right to direct CONTRACTOR to deliver Recyclable Materials to any Processing Center Facility, to any Materials Recovery Facility, or to store or otherwise dispose of Recyclable Materials; and to reimburse CONTRACTOR as set forth in ARTICLE 8. 9/t/94 16 (c) CITY may elect to terminate this Agreement based on the foregoing, and CONTRACTOR shall be paid for services rendered through the termination date. ARTICLE 14 Indemnification CLAIMS AQAINST CITY INDEMNIEICATION BY CONTRACTO& CONTRACTOR hereby assumes risk of loss and/or injury to property and/or persons arising directly or indirectly from the performance of any of its obligations under this Agreement and further agrees to indemnify and hold harmless CITY, its officers, agents, and employees from and against any and all claims, liabilities, demands, suits, costs or expenses, including, but not limited to, expenses of litigation and attorney's fees arising from any such claims, loss or injury, or claims, loss or injury arising as a result of awarding this bid to CONTRACTOR. Without limiting the foregoing, the indemnity provided herein shall specifically include any claim against CITY arising out of Contractor's performance of this Agreement arising out of any Environmental Law (as herein defined). This indemnification shall continue beyond the term of this Agreement for claims arising as a result of this Agreement. CITY shall notify CONTRACTOR of such claims, liabilities, demands and suits no later than sixty (60) days after City's receipt of a claim. ARTICLE 15 Insurance 15.1 GENERAL: CONTRACTOR shall not commence work under this Agreement until it has obtained all the insurance required under this Agreement, and such insurance has been approved by the City. CONTRACTOR shall be responsible for delivering to CITY the Certificate of Insurance for approval. CONTRACTOR shall name the City of Tamarac as an additional named insured on the Certificate of Insurance. CONTRACTOR'S insurance policies shall be primary to any insurance policies carried by the City. CONTRACTOR'S Certificate of Insurance must be attached and included in this Agreement as Exhibit " E ". All insurance policies shall be issued by companies duly licensed to write business insurance policies in the State of Florida and rated -A- or better by A.M. Best's Key Rating Guide. Further, CITY shall be named as an additional named insured on all insurance policies (except Workers' Compensation). Certificates of each policy, together with a statement by the issuing company to the extent that said policy shall not be canceled without thirty (30) days prior written notice received by CITY, and shall be delivered to CITY for review and approval. Insurance coverage specified herein constitutes the minimum requirements and said requirements shall in no way lessen or limit the liability of CONTRACTOR under the terms of this Agreement. CONTRACTOR shall procure and maintain, at its own cost and expense, any additional kinds and amounts of insurance that, in its own judgment, may be necessary for proper protection in the completion of its work. 15.2 l,'QMPENSATION INSUBANCE: CONTRACTOR shall maintain, during the term of this Agreement and any renewals, Worker's Compensation Insurance on all of its employees to be engaged in work under this Agreement, and shall require the same from any subcontractors used. In the event that any class of employees engaged in hazardous work pursuant to this Agreement is not protected under the Workers' Compensation Statute, CONTRACTOR shall provide adequate employer's liability insurance for the protection of employees not so protected. 9/1/94 17 15.3 COMME CIAL._( R IV INSURANCE: CONTRACTOR shall procure and shall maintain during the term of this CONTRACT and any renewals Public Liability and Property Damage Insurance in an amount not less than $1,000,000 combined single limit coverage for bodily injury, death and property damage (except automobile). Coverage A shall include premises, operations, products and completed operations, independent contractors, contractual liability covering this agreement or contract, and broad form property damage coverages. Coverage B shall include personal injury. Coverage C, medical payments, is not required. Occurrence Form: The occurrence form of Commercial General Liability must be provided. Garage keeper's legal liability insurance, comprehensive form, with limits not less than $300,000 each occurrence and any deductible not to exceed $5,000. 15.4 AUTUMOBILE INSURANCE: CONTRACTOR shall procure and maintain, during the term of this Agreement and renewals, Comprehensive Automobile Liability Insurance in an amount not less than $1,000,000 combined single limit coverage for bodily injury, death, and property damage (automobile). 15.5 EXCESS UMBRELLA LIABILITY: CONTRACTOR shall procure and maintain, during the term of this Agreement and any renewals, Excess Umbrella Liability Insurance in an amount not less than $1,000,000 coverage in excess of Automobile and Bodily Injury/Property Damage coverage's. 15.6 SCOPE OF N.E.: The insurance required under the above paragraphs shall provide adequate protection for CONTRACTOR against damage claims which may arise from operations under this Agreement, whether such operations be by the insured or by anyone directly or indirectly employed by the insured. CITY shall be named an additional insured on all of CONTRACTOR'S insurance policies provided for herein. 15.7 : The insurance and bonding companies with whom CONTRACTOR'S insurance and performance bonds are written shall be licensed to do business in the State of Florida and shall be represented by an agent or agents having an office located in the State of Florida. Each such agent shall be duly qualified, upon whom service of process may be had, and must have authority and power to act on behalf of the insurance and/or bonding company to negotiate and settle with CITY, or any other claimant, or any property owner who has been damaged, may have against CONTRACTOR, insurance, and/or bonding company. The name of the agent or agents shall be set forth on all such bonds and certificates of insurance. CONTRACTOR shall keep the required insurance in full force and effect at all times during the term of this CONTRACT, and any renewals thereof prior to the commencement of this Agreement. CONTRACTOR shall furnish to CITY a Certificate of Insurance on a form and approved by CITY, evidencing CONTRACTOR has obtained the required insurance coverage. At the request of CITY the original policy shall be provided 9/1/94 18 for inspection. All policies must provide that they may not be changed or cancelled by the insurer in less than thirty (30) days after CITY has received written notice of such change or cancellation. Such insurance amounts may be reviewed upward at CITY'S request, and CONTRACTOR shall revise such amounts within thirty (30) days after receipt of such request. A Miscellaneous Provisions 16.1 V This agreement shall be considered consummated in Broward County, Florida. All actions brought hereunder shall be brought exclusively in Broward County, Florida. 16.2 TIME IS OF THE ESSENCE: Time shall be deemed to be of the essence concerning this agreement whenever time limits are imposed herein for the performance of any obligations by any of the Parties hereto, or whenever the accrual of any rights to either of the Parties hereto depends on the passage of time. 16.3 RIGH1 TQ REOIJIRE EERFORMANCE: The failure of CITY, at any time, to require performance by CONTRACTOR of any provisions herein shall in no way affect the rights of CITY thereafter to enforce the same. Nor shall waiver by CITY of any breach of any provisions herein be taken or held to be a waiver of any succeeding breach of such provisions or as a waiver of any provision itself. 16.4 FORCE MAJEURE: Neither CONTRACTOR nor CITY shall be liable for the failure to perform its duties if such failure is caused by a riot, war, governmental order or regulation, strike, act of God, or other similar or different contingency beyond the reasonable control of CONTRACTOR. 16.5 PRIOR CONTRACJS: This Agreement supersedes and replaces all terms related to single-family and family recycling service in the Agreement between The Joint Group Cities (Tamarac as signator) and All Service Refuse Company, Inc. dated November 29, 1993 and The Joint Group Cities (Tamarac as signator) and Southern Sanitation, a division of Waste Management, Inc. dated December 18, 1989 and effective immediately, which agreement, upon the commencement date of this- agreement shall be null and void and of no further force and effect. 16.6 : This agreement shall not be considered fully executed or binding or effective on CITY until the same shall be approved and accepted by the City Council of the City of Tamarac in an open meeting as required by law and executed by the CONTRACTOR and CITY. After such approval and acceptance, CITY shall deliver to CONTRACTOR a certified copy of the Ordinance as evidence of the authority of the person authorized to bind CITY to the terms, covenants and provisions of this agreement and to perform the same in accordance herewith. 16.7 COMPLIANCE WITH LAWS: CONTRACTOR, its officers, agents, employees, and contractors, shall abide by and comply with all laws, federal, state and local. It is agreed and understood that, if CITY calls the attention of CONTRACTOR to any such violations on the part of CONTRACTOR, its officers, agents, employees, or subcontractors, then CONTRACTOR shall immediately desist from and correct such violation. 9/1/94 19 16.8 RIGHT TQ P E : CITY shall have the right to conduct periodic public meetings, to review and consider the performance of CONTRACTOR regarding its compliance with the material terms of the franchise, any amendments desired by CONTRACTOR, the need for any future new services, and potential amendments to the franchise reflecting service requirement changes based on advancements in technology or demonstrated community needs. An agent of CONTRACTOR shall be available to attend all public meetings upon reasonable notice by CITY for concerns associated with the Agreement. 16.9 CHANGES IN LAW: Should the State of Florida, City, County, United States or Federal agency, or any State or Federal Court, or any agency thereof require either Broward County, City of Tamarac, or CONTRACTOR to act in a manner which, affects or is inconsistent with any provisions of this Agreement, CITY shall be authorized to determine whether a material provision is affected in relation to the rights and benefits conferred by this Agreement. Upon such determination, CITY and CONTRACTOR shall negotiate in good faith to modify or amend the franchise to such extent as may be necessary to carry out the full intent and purposes thereof in relation to the rights and benefits of CITY, or the public. 16.10 TRANSEER ABILUX OF CQNTBACT: No assignment of this agreement or any right accruing under this agreement shall be made in whole or in part by the CONTRACTOR without the express written consent of CITY; such consent of CITY shall not be unreasonably withheld. In the event of any assignment, the assignee shall assume the liability of CONTRACTOR. 16.11 : This agreement shall be effective upon the execution of this agreement and performance of this agreement shall begin on the commencement date set forth herein. 16.12 : CONTRACTOR shall obtain all licenses and permits (other than the license and permit granted by CONTRACTOR) and promptly pay all taxes required by CITY. 16.13 P : The paragraph headings contained herein are for convenience and reference and are not intended to define or limit the scope of any provision of this agreement. 16.14 ENTIRE CQNTRACI:This agreement constitutes the entire agreement and understanding between the parties relating to the subject matter, and it shall not be modified, altered, changed, or amended in any respect unless done so in writing and approved by the City Council of the City of Tamarac, Florida. 16.15 BANKRUPTCY: This agreement shall terminate in the case of bankruptcy (voluntary or involuntary) or insolvency of CONTRACTOR. In the case of bankruptcy, such termination shall take effect on the day and at the time that the bankruptcy action is filed. 16.16 NOTICU: Notice required or permitted to be delivered hereunder shall be in writing and shall be deemed to be delivered, whether or not actually received, when deposited in the United States Mail, postage prepaid, certified mail, return receipt requested, addressed to the respective party at the address set forth below: 9/1/94 20 CITY: City Manager designated agent for the City of Tamarac 7525 Northwest 88 Avenue Tamarac, Florida 33321-2401 (305)724-1230 With a copy to: City Attorney City of Tamarac 7525 Northwest 88 Avenue Tamarac, Florida 33321-2401 (305) 724-1240 CONTRACTOR: Harold Carter Designated Agent For All Service Refuse Company, Inc. 825 NW 31 Avenue Ft. Lauderdale, FL 33311 (305)583-1830 With a cgpy tp: Mr. Harris W. Hudson c/o Hudson Management Corp. 200 E. Las Olas Blvd., Suite 1420 Ft. Lauderdale, FL 33301 (305) 761-8333 CONTRACTOR may change the address and/or agent upon written notice as above. 16.17 ENFORCEMENT: The legal fees and other expenses of the prevailing party to any litigation or dispute arising out of this agreement will be paid by the other Party- 16.1$ ADDENDLIMS AND ATTA.CHMENVEXHIDITS: The provisions of the foregoing Articles 1 through 16, together with the following Exhibits A through F, are intended by the undersigned parties to and shall constitute a binding agreement between them. All Exhibits A, B, C, D,E and F are incorporated herewith and fully set forth. 16.19 SEVERABILITY AND UNENFORCEABLE PROVISIONS: If any part, ARTICLE, sub -article, or other portion of this agreement is declared void, unconstitutional, or invalid for any reason, such part, article, sub -article, or other portion, or the prescribed application thereof, shall be severable, and the remaining -provisions of this agreement, and all applications thereof not having been declared void, unconstitutional, or invalid shall remain in full force and affect. CITY and CONTRACTOR declare that no invalid or prescribed provision or application was an inducement to the execution of this agreement, and that they would have executed this agreement, regardless of the invalid or prescribed provision or application. 16.20 GOOD FAITH: CITY and CONTRACTOR agree to continue to work together in good faith and to coordinate their efforts to maintain and improve the level and quality of residential collection service. 16.21 MUTUAL CONSENT: Both parties to this Agreement have had full opportunity to review and draft this Agreement. Further, both parties have had full opportunity to review this Agreement with their respective legal counsel. Both parties have had an opportunity to participate in the finalization of this Agreement and all provisions have been agreed to by mutual consent. 9/1/94 21 16.22 N N.wAivEg OFIDWERS: This agreement shall not be taken or held to imply the relinquishment or waiver by CITY of its power to make other reasonable requirements or regulations pertaining to the subject matter hereof, and CITY hereby expressly reserves the right to make all regulations which may be necessary or proper to secure the safety, welfare and accommodation of the public, including, but not limited to, the right to adopt and enforce regulations to protect and promote the health and general welfare of the public from danger and inconvenience in the management and operation of Recycling services detailed herein. Nothing herein contained shall constitute a waiver of any of the requirements of the rules and regulations adopted by CITY, including the right to make such changes and amendments to said rules and regulations as said CITY may deem to be advisable and necessary to protect the public health and general welfare of its inhabitants. 22 9/1/9♦ This Agreement shall be effective this the day of 1� �` ``� �-' , 1994, with the Commencement Date of December 19. 1994. ATTEST: By: - Carol A. Evans City Clerk T ITY OF TA RAC, FLORID By: jayor Norman Abramowitz Date: G''� `f 9 `f By I `�✓! -� n Robert S. Noe, Jr. City Manager Date:2�Ev-- t/ t / `/ y City Attorney 9/,i94 23 STATE OF FLORIDA :SS COUNTY OF-tWC C14 �ZD 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 'i: 6 2r v�. F. _: � I�to me known to be the person(s) described in and who exe,-u,2i the foregoing instrument and _ l' acknowledged before me that executed the same. •l WITNESS my hand and official seal this `� day of ��-�`-k'ti, 1994. NOTARY PUBLIC, State of - Florida at Large NOTARM PUBLIC STATE OF FLORIDA MY C0144ISSION EXP. NOY. M994 C i,:)-' l 0 60NOED THRU GENERAL. INS. UNO, (Name of Notary Public: Print, Stamp, or Type as Commissioned) ( V) Personally known to me, or ( ) Produced identification Type of I.D. Produced ( ) DID take an oath, or ( /) DID NOT take an oath. 9/,/9, 24 ATTEST: By: Corporate Secretary A (Corporate Seal) STATE OF FLORIDA :SS COUNTY OF-,----,,', - t �— CORPORATION: ,',LPresident Of:rw�r Contractor 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 to,tne known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that executed the same. WITNESS my hand and official seal this NOTARY PUBLIC, State of Florida at Large (N f No Public• day of 1994. Print, Stamp, or Type as -: JOANNE T. ELLIOTTCommissioned) A M + cUNISSM 0 cc 3=4 •_ oMRES: May 21.1We _ ( LrPersonally known to me, or ---_- ( ) Produced identification Type of I.D. Produced ( ) DID take an oath, or (`'} DID NOT take an oath. 9/1 /94 25 Temp Ord 2079 Exhibit 2 Addendum to October 4, 1994 Agreement Between the City, of Tamarac And All Service Refuse Company, Inc. For Furnishing Residential Recycling_ Collection This Addendum to the Agreement between the City of Tamarac, a municipal corporation with principal offices located at_ 7525 NW 88 Avenue, Tamarac, Florida Y 33321 (hereinafter "CITY") and -All Service Refuse Company, Inc., a Florida corporation with principal offices located at 825 NW 31 Avenue, Fort Lauderdale, Florida 33311 (hereinafter "CONTRACTOR") is made and entered into this � 6 day of November 1997. WITNESSETH WHEREAS, the CITY and CONTRACTOR entered into an Agreement dated October 4, 1994, relating to the furnishing of residential recycling collection in the City of Tamarac; and WHEREAS, Paragraph 3.3 of the Agreement between CONTRACTOR and the CITY provides for an option to extend the term of the Agreement for a Two Year Period of Time; and WHEREAS, extending the term of the Agreement shall allow for concurrent terms of solid waste and recycling contracts and the new term shall begin on December 19, 1997; and WHEREAS, the CITY chooses to exercise its option to extend the term of the Agreement with CONTRACTOR to December 31, 1999; NOW, THEREFORE, in addition to the obligations set forth in the Agreement of October 4, 1994, between CITY and CONTRACTOR, the parties agree as follows: 1. The parties agree that the foregoing recitals are true and correct and incorporated herein by this reference. 2. The terms of the Agreement between CITY and CONTRACTOR entered into on October 4, 1994 are hereby extended for a period of two (2) years, beginning on December 19, 1997 and ending December 31, 1999. 3. The October 4, 1994, Agreement between CITY and CONTRACTOR and all subsequent amendments and addendums thereto not subject to this or other duly executed amendments and addendums remain in full force and effect. Failure to specifically delineate any prior terms or conditions in this addendum does not operate to relieve CITY or CONTRACTOR of any obligations pursuant to this Agreement or waive any rights contained therein. 4. The effective date of this Addendum to the Agreement shall be the date of execution by the last party to sign. IN WITNESS WHEREOF, the parties hereto have made and executed this Addendum to the October 4, 1994, Agreement on the respective dates under each signature, the City of Tamarac signing through its Mayor, and All Service Refuse Company, Inc., signing by and through Harold Carter, Vice -President, duly authorized to execute same. ATTEST: Carol Evans, City Clerk Date: November 26 1997 r CITY F TA l RAC By:�- Jo Schreiber, Mayor DATE: November 26, 1997 l '-t S . n' Robert S. Noe, Jr., City mans er Date: November 26, 1997 Apprgved as form a d legal suffic' nc Mi hell t. KraC ty Attorney 6 ATTEST: Co ate Secretary James 0. Cole Type name of Corporate Secretary (CORPORATE SEAL) STATE OF FLORIDA COUNTY OF BROWARD CONTRACTOR All Service Refuse Company, Inc. A Florida Corporation '7 By: Harold Carter, Vice -President Date:_ / (/�^Z� �7 Before me personally appeared ;92miJ Car-kr- , to me well known and known to me to be the person described in and who executed the foregoing instrument, and acknowledged to and before me that he/she executed said instrument for the purposes therein expressed. WITNESS my hand and official seal, this /,,," day of t1er'n bP—r 1997. 11 °vs SHE -RI USREY EVIRE9 JUL 25, Z)W My Commission Expires: 3'))� 25-� Personally known (J ) Produced Identification Did id Not ake an oath ( Notary Public, State 61 Florida At Large Print or Type Name o N tary W Temp Ord 2079 Exhibit 3 Addendum to October 4, 1994 Agreement Between the City of Tamarac And All Service Refuse Company, Inc. For Furnishing Residential Recycling Collection This Addendum to the Agreement between the City of Tamarac, a municipal corporation with principal offices located at 7525 NW gg Avenue, Tamarac, Florida 33321 (hereinafter "CITY") and All Service Refuse Company, Inc., a Florida corporation with principal offices located at 751 NW 31 Avenue, Fort Lauderdale, Florida 33311 (hereinafter "CONTRACTOR") is made and entered into this °"h 2000. day of � WITNESSETH WHEREAS, the CITY and CONTRACTOR entered into an Agreement dated October 4, 1994, relating to the furnishing of residential recycling collection in the City of Tamarac; and WHEREAS, Paragraph 3.3 of the Agreement between CONTRACTOR and the CITY provides for renewal for a five (5) year period of time; and WHEREAS, Paragraph 6.1 & 6.2 of the Agreement between CONTRACTOR and the CITY shall reflect current prices; and WHEREAS, Paragraph 6.3 of the Agreement between CONTRACTOR and the CITY requires the twelve (12) month period to be changed to reflect current reported period of the Miami Urban Consumer Price Index (CPI); and WHEREAS, the CITY chooses to renew the term of the Agreement with CONTRACTOR until March 31, 2005, NOW, THEREFORE, in addition to the obligations set forth in the Agreement of October 4, 1994, between CITY and CONTRACTOR, the parties agree as follows: 1. Article 3, Term is amended as follows: Arty Term §3.1 Contract Term The term of this agreement shall begin at 12:01 a.m. on December 19, 1994 and shall expire on March 31, 2005 IR9Z. 1 .-0 2. Article 6 , Rates, Records, Billing, §6.1 Multi -Family, §6.2 Single -Family, and 10 §6.3 Consumer Price Index (CPI) Adjustment are amended to read as follows: Article 6 Rates Records Billing §6.1 Multi -Family: The price paid to CONTRACTOR shall be $0.44 (forty-four cents) $ 41 4cOy-one rents) per multi -family unit per month. §6.2 Single -Family - The price paid to CONTRACTOR shall be $0.87 (eighty-seven cents) $ $1 (eighty-nne rants) per single-family unit per month. §6.3 Consumer Price Index (CPI) Adjustment: If this agreement is not terminated as provided herein, January of each subsequent year hereof, the rate shall be adjusted by the same percentage increase or decrease, if any, in the Miami Urban Consumer Index (CPI) for the twelve (12) month period ending the previous June 30Septemhex an. 3. The October 4, 1994, Agreement between CITY and CONTRACTOR and all subsequent amendments and addendums thereto not subject to this or other duly executed amendments and addendums remain in full force and effect. Failure to specifically delineate any prior terms or conditions in this addendum does not operate to relieve CITY or CONTRACTOR of any obligations pursuant to this Agreement or waive any rights contained therein. 4. The effective date of this Addendum to the Agreement shall be the 15t day of April 2000. IN WITNESS WHEREOF, the parties hereto have made and executed this Addendum to the October 4, 1994, Agreement on the respective dates under each signature, the City of Tamarac signing through its Mayor, and All Service Refuse Company, Inc., signing by and through Harold Carter, Vice -President, duly authorized to execute same. 2 17 ATTEST: arol old, M / City Clerk Date: *7_ pprov as form al suffic' Mitchell S. Kraft City Attorney CITY OF TAMARAC By: ' /- / G� uJoe Sc�ireiber Mayor DATE. r L. Miller City Manager Date: /� _� ATTES Car ate Secretary -Z>vl d /4. ,8446,I Type name of Corporate Secr ary (CORPORATE SEAL) C•I01'H7TI �_ KV All Service Refuse Company, Inc. A Florida Corporation B 2 Y: arold Carter, Vice -President Date: , L, . ,3 02-# o O STATE OF FLORIDA COUNTY OF BROWARD 40 Before me personally appeared//-d CaL,7444 to me well known and known to me to be the person described in and who executed the foregoing instrument, and acknowledged to and before me that he/she executed said instrument for the purposes therein expressed. dad. WITNESS my hand and official seal, this 3,L�y of „ A.18 My Commission Expires: Personally known Produced Identification Did/Did Not take an oath ( F: .Florida At Large /p Qsba �r_Ar E Print or Type Name of Notary FC@`A1 SU".:.i: R OSBORNE EX).2/19/2003 804042 CI DATE ACORDCERTIFICATE OF LIABILITY INSURANCE pa.e 1 of 2 1 11/03/2004 PRODUCER 877 ',945-7378 .::., THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Willis North America, Inc. "Regional Cert Centre . HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 26 Century Blvd. a "t;' ' ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. 0. Box 305191 Nashville, TN 372305191 1 i INSURERS AFFORDING COVERAGE INSURED [ i r'• Republic Services of Florida ,LP • ;.;' ' „ , -_• d/b/a All Service Refuse 751 N.W. 31st Avenue Ft. Lauderdale, FL 33311 I1nVF0Af_1=C INSURERA, ACE American Insurance Company 22667-007 INSURERS: American Alternative Insurance Corporatio 19720-001 INSURERC: Indemnity Insurance Company of North Amer 43575-091 INSURER D: - A /. ,/. I% I --I THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICY t?FFECTIVE POLICY EXPIRATION LIMITS A GENERAL LIABILITY $ COMMERCIAL GENERAL LIABILITY CLAIMS MADE T OCCUR EDOG21707818 11/1/2004 ll/1/2005 EACH OCCURRENCE S 3,000,000 FIRE DAMAGE (Any one Tire) S 3,000,000 MED EXP (Anyone person) $ 10,000 PERSONAL & ADV INJURY $ 3,000,000 GENERAL AGGREGATE $ 3,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRO LOC POLICY Ll PRODUCTS - COMP/OP AGG $ 3,000,000 • AUTOMOBILE X LIABILITY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTO$ NON•OWNEDAUTOS ISAH0784296A 11/1/2004 ll/1/2005 COMBINED SINGLE LIMIT (Ea accident) $ 3,000,000 BODILY INJURY (Per person) $ X BODILY INJURY (Per accident) S X PROPERTY DAMAGE (Per accident) $ GARAGE UABILITY ANY AUTO AUTO ONLY -EA ACCIDENT S OTHER THAN EA ACC AUTOONLY: AGG S $ B EXCESS LIABILITY X OCCUR El CLAIMS MADE DEDUCTIBLE RETENTION S OlA2UN000022006 11/1/2004 11/1/2005 EACHOCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 $ $ $ C C WORKERS COMPENSATION AND WORKSEMPLOE COMPENSATION partners/Executives are Included. WLRC44170942 SCFC44171077 11/1/2004 11/1/2004 11/1/2005 11/1/2005 WC STATU• OTH- XLIMITS E.L. EACH ACCIDENT $ 3,000,000 E.L. DISEASE• EA EMPLOYEE $ 3,000,000 E.L. DISEASE -POLICY LIMIT $ 3,000,000 OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS It is agreed that the Certificate Holder is included as Additional Insured as respects the General Liability if required by written contract. {..CFI I IrII,.A I C 1'TULUtI'tt ADDITIONAL INSURED; INSURER LETTER: GANGLLLA I IUN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3 0 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR City of Tamarac REPRESENTATIVES. 7525 NW 88th Avenue AUTH RIZEDREPRESENTA E Tamarac, FL 33321 , n l AUUKUzd-5(inii) Co11:1131150 Tpl:315697 Cert:4963889 0 ACORD CORPORATION 1988 Page 2 of 2 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain pollees may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-S (7/97) Ca11:1131150 Tp1:315697 Cert:4963889 Third Addendum to October 4, 1994 Agreement Between the Citv of Tamarac And All Service Refuse Company, -Inc For Furnishing Residential Recycling Collection This Addendum to the Agreement between the City of Tamarac, a municipal corporation with principal offices located at 7525 NW 88 Avenue, Tamarac, Florida 33321 (hereinafter "CITY") and All Service Refuse Company, Inc., a Florida corporation with principal offices located at 751 NW 31 Avenue, Fort Lauderdale, F orida 3331 (hereinafter "CONTRACTOR") is made and entered into this & day of .2005. WITNESSETH WHEREAS, the CITY and CONTRACTOR entered into an Agreement dated October 4, 1994, relating to the furnishing of residential recycling collection in the City of Tamarac; and WHERAS, the Agreement was subsequently amended on November 26, 1997 and February 9, 2000; and WHEREAS, Article 3.3 of the Agreement between CONTRACTOR and the CITY provides for renewal for a five (5) year period of time; and WHEREAS, in light of the recent difficulties surrounding the 2004 hurricane season, Article 4.11 requires modifications with regards to the procedure for service before and after an emergency situation; and WHEREAS, modifications regards to the reporting process as outlined in Article 5.1 are proposed to ensure the timely dissemination of data by the CONTRACTOR; and WHEREAS, Articles 6.1 and 6.2 of the Agreement between CONTRACTOR and the CITY shall reflect current prices; and WHEREAS, the CONTRACTOR agrees to revise Articles 9.1 and 11.2 to provide for notification of refusal to pick up and/or customer complaints and the resolution of said issues within 24 hours to the CITY; and WHEREAS, the CONTRACTOR agrees to schedule and participate in a quarterly inspection of the leased recycling vehicle and subsequently correct any defects prior to the next scheduled inspection; and 1 WHEREAS, the CITY chooses to renew the term of the Agreement with CONTRACTOR until December 31, 2009; NOW THEREFORE, in addition to the obligations set forth in the Agreement of October 4, 1994 and the subsequent addendums dated November 26, 1997 and February 9, 2000, the parties agree as follows: 1. Article 3, Term, is amended as follows: Article 3 Term §3.1 Contract Term The term of this agreement shall begin at 12:01 a.m. on December 19, 1994 and shall expire on MaFGh 31 December 31 2009. 2. Article 4, Scope of Services, is amended to read as follows: Article 4 Scope of Services §4.11 Delay Caused by Emergency Conditions In the event an emergency, as defined in Chapter 252, Florida Statutes, is declared by Broward County or by CITY which causes an interruption of service, CONTRACTOR shall notify CITY as soon as practicable of the service interruption, and the time of anticipated restoration of service. In the event of tropical storm / hurricane CITY may rant CONTRACTOR reasonable variance from regular schedules and routes. CONTRACTOR is required to give 48 hours notice prior to the time when a storm is scheduled to im act the area re ardin the cessation of service. As soon asractical after storm CONTRACTOR shall advise CITY and the customer of the estimated time re uired before regular schedules and routes can be resumed. 3. Article 5, Data Gathering, is amended to read as follows: Article 5 Data Gathering §5.1 CONTRACTOR shall provide CITY with a monthly report (as described in Exhibit "A") due by the 10th of each month outlining weight of each sort collected on a daily basis per route, daily number of drive bys, by route, daily number of set outs, by route, adjusted weight and percentage of contamination, and weight ticket numbers. Weight tickets and all records required shall be made available for review upon request by CITY. Single K family curbside and Multi -family shall contain an estimate of weights of materials collected. The CITY reserves the right to withhold payment per Article 6 of this Agreement until such time as these reporting requirements nn- mat 4. Article 6 , Rates, Records, Billing, is amended to read as follows: Article 6 Rates Records Billie 6.1 Multi -Family: The price paid to CONTRACTOR shall be $9.44 (feFty four Gent 0.51 (fifty-one cents) per multi -family unit per month. §6.2 Single -Family: The price paid to CONTRACTOR shall be $0.87 (i hty sever $1.00 (one dollar) per single-family unit per month. 6.5 (b)Billings, Collections and Payments: CITY shall pay to CONTRACTOR on a monthly basis, net within thirty (30) days of receipt of an invoice from CONTRACTOR. In the multi -family program, "units serviced" is defined to mean number of units in a multi- family complex regardless of occupancy rate. In the single family program, "units serviced" is defined to mean those single family units currently receiving a water bill from CITY. CITY reserves the right to withhold payment per this section until such time as reporting re uirements as outlined in Article 5.1 have been met for each month. 5. Article 9, Refusal to Pick -Up, is amended to read as follows: Article 9 Refusal To Pick -Up §9.1 The first time a resident does not properly segregate said materials, CONTRACTOR shall pick-up Recyclable Materials as described in Article 4.12 of this Agreement. In addition, CONTRACTOR will issue a written notice to the resident which contains instructions for the proper segregation of Recyclable Materials. The second time the same resident does not properly segregate the materials, CONTRACTOR can refuse to make a pick-up. At the time of refusal to make the pick-up, CONTRACTOR shall issue a notice to the resident which contains instructions for the proper segregation of Recyclable Materials. It shall not be required for CONTRACTOR to issue a subsequent notice to the 3 resident for any further infractions after the second occurrence. CONTRACTOR will notify CITY via email each time a written notice is issued to a resident for not properlV segregating and said email will include the address of the resident receiving the notice the date the notice was issued and a brief description of the reason for the notice and/or the refusal to pick-up per this section. Further incidents of non-compliance by a resident shall be reported to CITY. 6. Article 11, Contractor's Relation to City, is amended as follows: Article 11 Contractor's Relation to City §11.2 Customer Complaints CONTRACTOR shall perform every reasonable act to provide a service of high quality and keep the number of legitimate complaints to a minimum. In order that CITY may be fully informed of the quality of service, CONTRACTOR shall arrange the handling of complaints in substantially the following manner; all legitimate complaints, whether received in person, by mail or by telephone, shall be received by CONTRACTOR. Complaints received before 12:00 noon shall be served before 5:00 p.m. that day. Complaints received after 12:00 noon shall be served before 12:00 noon on the following calendar day. CONTRACTOR shall notify CITY by electronic mail of all complaints received and the resolution of said complaints within 24 hours of receipt of complaint. CONTRACTOR shall be available at CITY'S request to inform action taken on complaints. Legitimacy of challenged complaints may, at the option of CITY, be determined on the basis of a joint inspection by a representative of CITY and a representative of CONTRACTOR. §11.5 (A) (11 Lease of Recycling Vehicle = Maintenance Schedule: CONTRACTOR agrees at its own expense, to provide suitable and adequate garage space and shall maintain this truck and any vehicle which may be substituted for the truck as provided below in good repair, mechanical condition and running order. CONTRACTOR shall use as a guide the maintenance program prescribed in the Owner's Manual and shall perform all preventative maintenance required to insure full validation of any manufacturer's warranty. In addition, CONTRACTOR agrees to maintain a written maintenance log of vehicle on the forms provided by CITY and provide written copies to the City Manager on a monthly basis. (See Exhibit "C") CONTRACTOR is re wired to schedule and participate in quarterly inspections performed by CITY for the truck. CONTRACTOR agrees to rectify any defects noted as a result of this inspection as soon as possible. If the same defect is noted in the next quarterly inspection, 4 CITY reserves_ the right_ to perform or arrange for the performance of required repairs at the CONTRACTOR'S expense. 7. The October 4, 1994, Agreement between CITY and CONTRACTOR and all subsequent amendments and addendums thereto not subject to this or other duly executed amendments and addendums remain in full force and effect. Failure to specifically delineate any prior terms or conditions in this addendum does not operate to relieve CITY or CONTRACTOR of any obligations pursuant to this Agreement or waive any rights contained therein. 8. The effective date of this Addendum to the Agreement shall be the 1st day of April , 2005. IN WITNESS WHEREOF, the parties hereto have made and executed this Addendum to the October 4, 1994, Agreement on the respective dates under each signature, the City of Tamarac signing through its Mayor, and All Service Refuse Company, Inc., signing by and through John F. Ferguson, Area President, duly authorized to execute same. ATTEST: Marion Swenso , CIVIC City Clerk Date: 3 1 ;L3 1 U 5 fo m and legal LV- -2. 6r. itchell S. Kraft, ty Attorney CITY OF TAMARAC By: . Joe Schreiber Mayor DATE: �.1*7 J'ehrey L. Miller City Manager Date: 3 U r '61 ATTEST- I�nlillfr � �-%,,Mvt,;-S�cretary David A. Barclay Type name of Corporate Secretary (CORPORATE SEAL) STATE OF FLORIDA COUNTY OF BROWARD CONTRACTOR All Service Refuse Company, Inc. A Flo � orp I By: Joh F. Ferguson rea President Date: J -4d'5' Before me personally appeared John _F.Ferguson, to me well known and known to me to be the person described in and who executed the foregoing instrument, and acknowledged to and before me that he/she executed said instrument for the purposes therein expressed. 11 WITNESS my hand and official seal, this I day o ROBIN Q. REID~ MY COMMISSION # DID 3300t2 Notary Public, State of �* i EXP►RE&August 4,20 Florida At Large W614 n". Nory PU* � q�yrlt9re fl1n My Commission Expires: Personally known ( ) Produced Identification Did/Did Not take an oath ( ) Print or Type Name of Notary lei