Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2006-103L 1 Temp. Reso. 10965 Page 1 of 4 June 14, 2006 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2006-j-a3 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AMENDMENT TO THE JOINT PARTICIPATION AGREEMENT WITH BROWARD COUNTY FOR HOUSEHOLD HAZARDOUS WASTE COLLECTION EVENTS EXTENDING THE AGREEMENT UNTIL JUNE 27, 2007; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Household Hazardous Waste (HHW) is currently collected every Saturday at drop-off sites in Pompano Beach, Hollywood, and Davie; and WHEREAS, data indicates that participation is greater when the distance to a drop-off site is minimal; and WHEREAS, the goal of this program is to bring the HHW service offered at the two fixed sites to temporary remote collection locations for one day; and WHEREAS, the City of Tamarac has previously hosted a remote collection site to provide a more convenient opportunity to its residents who may not otherwise travel to the two existing fixed sites; and WHEREAS, on August 15, 2004, the City Commission of the City of Tamarac approved R-2004-185 and executed a two (2) year Joint Participation Agreement with Broward County for HHW collection, a copy of said resolution attached hereto as Exhibit 1; and Temp. Reso. 10965 Page 2 of 4 June 14, 2006 WHEREAS, Broward County has provided written notice extending the Joint Participation Agreement through June 27, 2007, subject to consent of the City Commission of the City of Tamarac, a copy of said notice attached hereto as Exhibit 2; and WHEREAS, Broward County has reserved September 17, 2006 to hold a remote collection site in the City of Tamarac; and WHEREAS, these HHW collection events are conducted by Broward County through a third party vendor, EQ Florida, Inc.; and WHEREAS, EQ Florida, Inc. has agreed to extend and honor all terms and conditions contained in the Joint Participation Agreement between Broward County and the City of Tamarac for HHW Collection Events, including naming the City as a certificate holder on a $2 million general liability insurance policy, a copy of said certificate attached hereto as Exhibit 3; and WHEREAS, the Director of Public Works recommends that the City execute an amendment to the Joint Participation Agreement with Broward County for HHW collection events extending the agreement until June 27, 2007; 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 to execute amendment number one to the joint participation agreement with Broward County for HHW collection events. 1 Temp. Reso. 10965 Page 3 of 4 June 14, 2006 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 execute an amendment to the Joint Participation Agreement with Broward County and the City of Tamarac for HHW Collection Events extending the agreement until June 27, 2007, hereto attached as Exhibit 4. SECTION 3: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 4: 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. 1 Temp. Reso. 10965 Page 4 of 4 June 14, 2006 SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this day of Jty)(f , 2006. ATTEST: MARION SWE SON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. "r AMUEL O EN , CITY A RNEY + . - ♦ . A: • RECORD OF COMMISSION VOTE: MAYOR FLANSBAUM-TALABISCO DIST 1: V/M PORTNER DIST 2: COMM. ATKINS-GRAD All P DIST 3: COMM. SULTANOF DIST 4: COMM. DRESSLER 1 1 1 Temporary Reso. No. 10965 — Exhibit 1 Temp. Reso, 10511 Pape 1 of 3 CITY OF TAMARAC, FLORIDA July 28, 2004 RESOLUTION NO. R-2004- / 9'4- A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE A JOINT PARTICIPATION AGREEMENT WITH BROWARD COUNTY FOR HOUSEHOLD HAZARDOUS WASTE COLLECTION EVENTS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, Household Hazardous Waste (HHW) is currently collected every Saturday at drop-off sites in Pompano Beach and Hollywood; and WHEREAS, data indicates that participation is greater when the distance to a drop-off site is minimal; and WHEREAS, the goal of this program Is to bring the HHW service offered at the two fixed sites to temporary remote collection locations for one day; and WHEREAS, the City of Tamarac has previously hosted a remote collection site to provide a more convenient opportunity to Its residents who may not otherwise travel to the two existing fixed sites; and WHEREAS, Broward County has reserved September 19, 2004 to hold a remote collection site in the City of Tamarac; and WHEREAS, these HHW collection events are conducted by Broward County through a third party vendor, EQ Florida, Inc.; and WHEREAS, EQ Florida, Inc. has agreed to extend and honor all terms and conditions contained in the Jolnt Participation Agreement between Broward County and the City of Tamarac for Household Hazardous Waste Collection Temporary Reso. No. 10965 — Exhibit 1 Temp. Rese. 10511 Page 2 of 3 July 28, 2004 Events, including naming the City as a certificate holder on a $2 million general liability insurance policy, a copy of said certificate attached hereto as xhibit 1; and WHEREAS, the Director of Public Works recommends that the City execute a Joint Participation Agreement with Broward County for HHW collection events Inc.; 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 to execute a joint participation agreement with Broward County for HHW collection events. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTLQN 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. SE,QIIQN 2: The appropriate City Officials are HEREBY authorized to execute the Joint Participation Agreement with Broward County and the City of Tamarac for Household Hazardous Waste Collection Events, hereto Ottached as :11 • �OAN-1- All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. ZECTION 4• If any provision of this Resolution or the application thereof to any person or circumstance Is held invalid, such invalidity shall not affect other Temporary Reso. No. 10965 -- Exhibit 1 Temp. Reso. 10511 Page 3 of 3 July 28, 2004 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. SECT N 5: This Resolution shall become effective immediately upon Its passage and adoption. PASSED, ADOPTED AND APPROVED this 25'h day of August, 2004, ATTEST: MARION SWENSON, CIVIC CITY CLERK 1 HEREBY CERTIFY that I have approved this RESOLUTION as to,form MITCHELL S. CITY ATTO. JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TALABIS DIST 3: V/M SULTANOF DIST 4: COMM. ROBERTS Temporary Reso. No. 10965 — Exhibit 1 Temp. Rego. 10511, Exhibit 11p,-IMr01 11�M lAOM•EY f10110A A slalom T-417 1.01014 P-714 �, wmwn ewwa�4r�onr+� 11•-iM1�r1 wr rw 4�n4111N! •/i/sOr� r/�/�� UMML- rr� a wAAiAO w�o�w�waww� MIVA4 �111a1N11fi� �awebAwvr 46761111001 an/srar LOY 1. 1.000. p�0 w«rr � ��� r AW#AM -ohm a WAIMM 4r0Y11 Q 4ww1 oiOueT�i 1�rOrMrr M/srrs rn/2944 � �+ werars�r a/x/a4w x/s/sari aN.rMr� �� �w r14rMr1 a4we�+M �iM\�M MaN4ti +�MM M ■ 11 =- R7R1 Y1PRA ■ POMMUMMOM Zoom ayswzwz rs ohm: Vus"s a u1 4mgrfts sw 44,t4aI1M •eYeerr.. rru�i r�.r.r.rwr� r�rew � arrow �MMrrT�1��r1MMNIr11wMMYIM4iaAMe414#1 /MM1/MR�Rq�F MMIR11aM�1MMw�gr1I�MM1�L �11rA11r�M1M►, � 1MN1� 11MRMi �'MMMMaMMsffi" MM MvwLaw MKw�RN�1�■w�rway ON W a wow" w am no ~ *0 GO MR M IMAM M Temporary Reso. No. 10965 — Exhibit 1 JII��11-1:114 11�01 1111 Q "AIM A IIy1t1014t t■4TT r.HjA14 F-T14 Allis F� E UA51s rr"M -Mv skims=. MARM" l�rLws� aisaw�l i:� sr+w. AN«M•q► f/�/fs - N/��r4 is T.M. �.• a. .. .» sNpsf f/1/OA — s/t/M so a IiIIIS onto e.w wr. am Ilrii�s i• fn �As� ����* �trr rww��i��it�t� ��Nr1MY�. aM f + w� �a4 w l* ii�a cw sIM 4�q1 AfeaMM wait drw �rr�a.n� 4 rrM1- �Ma�y t..vsri+ 4!a*Mw .f si�1� awn. 14ar11ns, � N�M�. awe 4!#•1►�. 111L1tw� fgA�IP1r. IlMtsa�Nllfin� rl��lwN, ianf�teis7.M�i+rx/� awd �M Temporary Reso. No. 10965 -- Exhibit 1 701 cT 21 AN10;00 4 B i ARD -RECEIVEL �, G&CCOUNTY �,, I�( F y„q R ., 0- T, ,PY9,�J ,�,�, Public Works Department - Office of Integrated Waste tiuhanagement RECYCLING & CONTRACT ADMINISTRATION DIVISION 1 N. Universo Drive, SUlte 400-B • Plantation, Florida 33324 • 954-765.4202 • FAX 954-577.2390 / v September 16, 2004 Jeffrey Miller City of Tamarac 7525 NW 88 Avenue Tamarac, FL 33321 Re: Household Hazardous Waste Collection Events Dear Mr. Miller: Enclosed is a fully executed Joint Participation Agreement between Broward County and the City of Tamarac for Household Hazardous Waste Collection Events, as approved and executed by the Broward County Commission at Its meeting of August 10, 2004. We look forward to a good working relationship this year. Thanks for your interest. Sincerely, Peter o e Director PF: mg c: Amber D'Amato, TAC Representative m Brow^ene netsJOSebnUS Eggelletion, Jr. • Ben Graber • Sue Gunzburger • Krlyt'• Jbhn E. Rotlstrom, Jr. •Jim Scott Olana Wasserman Rubin www.br paper Temporary RzPxpN(Rek096fo5 jjxhibit 1 Exhibit 2 JOINT PARTICIPATION AGREEMENT between BROWARD COUNTY and CITY OF TAMARAC for HOUSEHOLD HAZARDOUS WASTE COLLECTION EVENTS Temporary Reso. No. 10965 - Exhibit 1 JOINT PARTICIPATION AGREEMENT between BROWARD COUNTY and CITY OF TAMARAC for HOUSEHOLD HAZARDOUS WASTE COLLECTION EVENTS This is an Agreement, made and entered into by and between: BROWARD COUNTY, a political subdivision of the state of Florida, hereinafter referred to as "COUNTY," AND The CITY OF TAMARAC, a Florida municipal corporation, hereinafter referred to as "CITY." WHEREAS, the COUNTY desires to bring Household Hazardous Waste (hereinafter HHW) disposal services into communities remote from the two permanent collection sites currently located in Hollywood and Pompano; and WHEREAS, in order to deliver such services, COUNTY and CITY agree that special, pre -scheduled, pre -advertised collection events within the CITY shall be held under the terms and conditions of this agreement; NOW, THEREFORE In CONSIDERATION of the mutual terms, conditions, promises, covenants, and payments hereinafter set forth, COUNTY and CITY agree as follows: ARTICLE 1 DEFINITIONS 1.1 AGREEMENT: "Agreement" means this document, Articles 1 through 10, inclusive. Other terms and conditions are included in the exhibits and documents that are expressly incorporated by reference. 1.2 BOARD: "Board" shall mean the Broward County Board of County Commissioners. 1.3 CONTRACT ADMINISTRATOR: "Contract Administrator" shall mean the Broward County Administrator, the Director of the Recycling Contract Administration Division, or - the designee of such County Administrator or Director. The primary Temporary Reso. No. 10965 — Exhibit 1 responsibilities of the Contract Administrator are to coordinate and communicate with CITY and to manage and supervise execution and completion of the Scope of Services and the terms and conditions of this Agreement as set forth herein. In the administration of this Agreement, as contrasted with matters of policy, all parties may rely on the instructions or determinations made by the Contract Administrator as permitted in this Agreement. 1.4 COUNTY: "County" shall mean The Board as defined in Section 1.2 unless expressly provided otherwise. 1.5 COUNTY ATTORNEY: "County Attomey" shall mean the chief legal counsel for COUNTY who directs and supervises the Office of the County Attorney pursuant to Section 2.10 of the Broward County Charter. 1.6 EFFECTIVE DATE: and the date this Agreement shall be effective, is the date this Agreement is fully executed by the County and the CITY. 1.7 EVENT: "Event" shall consists of the services described in Article 2. ARTICLE 2 SCOPE OF SERVICES 2.1 CITY shall perform all work identified in this Agreement and Exhibit "A," Event Plan, attached hereto and incorporated herein. The parties agree that the scope of services is a description of CITY's and COUNTY's obligations and responsibilities and is deemed to include preliminary considerations and prerequisites, and all labor, materials, equipment, and tasks which are such an inseparable 'park of the work described that exclusion would render performance by both CITY and COUNTY impractical, illogical, or unconscionable. 2.2 CITY acknowledges and agrees that the Contract Administrator has no authority to make changes that would increase, decrease, or otherwise modify the Scope of Services to be provided under this Agreement; provided however that the Contract Administrator retains the authority to make changes to Exhibit "A", in order to increase the operational efficiency of the event and/or to address health and safety concerns as he/she deems necessary, so long as any such modifications do not increase the cost to either party of providing the original scope of services or result in encumbrances on either party's performance hereunder. 2.3 COUNTY and CITY agree that COUNTY's role is to provide general administrative oversight and joint funding for this Event and that COUNTY shall not, therefore, exercise any control over the work herein described, except as specifically provided for by the terms and conditions of this Agreement. kA Temporary Reso. No. 10965 -- Exhibit 1 2.4 CITY agrees to name COUNTY as a third -party beneficiary to all rights and benefits enjoyed by CITY pursuant to any contracts with consultant(s) or contractor(s) providing services pursuant to the terms and conditions of this Agreement. ARTICLE 3 COSTS AND COMPENSATION 3.1 COUNTY and CITY shall share the costs of the Event in accordance with the terms and conditions contained herein and Exhibit "A." ARTICLE 4 TERM AND TIME OF PERFORMANCE 4.1 The term of this Agreement shall begin on the date it is fully executed by both parties ("Effective Date") and shall end on June 27, 2006, unless terminated earlier Pursuant to Article 7, "Termination." The term may be extended for up to two (2) additional one (1) year periods upon written approval of the Contract Administrator, 30 days prior to the expiration of the then current term, and the consent of CITY. The continuation of this Agreement beyond the end of any fiscal year shall be subject to the availability of funds from COUNTY and CITY in accordance with Chapter 129 and 166, Florida Statutes, ARTICLE 5 INDEMNIFICATION 5.1 CITY is a state agency as defined in Chapter 768.28, Florida Statutes, and so agrees to be fully responsible for acts and omissions of its agents or employees to the extent permitted by law. Nothing herein is intended to serve as a waiver of sovereign immunity by any party to which sovereign immunity may be applicable. Nothing herein shall be construed as consent by a state agency or political subdivision of the state of Florida to be sued by third parties in any matter arising out of this Agreement or any other contract. 5.2 COUNTY is a political subdivision as defined in Chapter 768.28, Florida Statutes, and so agrees to be fully responsible for acts and omissions of its agents or employees to the extent permitted by law. Nothing herein is intended to serve as a waiver of sovereign immunity by any party to which sovereign immunity may be applicable. Nothing herein shall be construed as consent by a state agency or political subdivision of the state of Florida to be sued by third parties in any matter arising out of this Agreement or any other contract. 4 Temporary Reso. No. 10965 Exhibit 1 ARTICLE 6 INSURANCE 6.1 CITY is an entity subject to Section 768.28, Florida Statutes, and CITY shall furnish Contract Administrator with written verification of liability protection in accordance with state law prior to final execution of said agreement. ARTICLE 7 TERMINATION 7.1 This Agreement may be terminated for cause by action of the Board or by CITY if the party in breach has not corrected the breach within thirty (30) days after written notice from the aggrieved party identifying the breach, or for convenience by action of Board or CITY upon not less than thirty (30) days' written notice by Contract Administrator. This Agreement may also be terminated by Contract Administrator or CITY upon such notice as Contract Administrator or CITY deems appropriate under the circumstances in the event termination is necessary to protect the public health, safety, or welfare. 7.2 Termination of this Agreement for cause shall include, but not be limited to, failure to suitably perform the work, failure to continuously perform the work.in a timely manner calculated to meet or accomplish the objectives of COUNTY or CITY as set - forth in this Agreement, or multiple breach of the provisions of this Agreement notwithstanding whether any such breach was previously waived or cured. 7.3 Notice of termination shall be provided in accordance with the "NOTICES" section of this Agreement except that notice of termination by Contract Administrator or CITY which is deemed necessary to protect the public health, safety, or welfare may be verbal notice which shall be promptly confirmed in writing in accordance with the "NOTICES" section of this Agreement. 7.4 In the event this Agreement is terminated for convenience priorto the conclusion of the term set forth herein,. both parties acknowledge and agree that Ten Dollars ($10.00) of the compensation to be paid hereunder, the adequacy of which is hereby acknowledged by both parties, is given as specific consideration to either party's right to terminate this Agreement for convenience. ARTICLE 8 NOTICES Whenever either party desires to give notice unto the other, such notice must be in writing, sent by certified United States Mail, postage prepaid, return receipt requested, or by hand -delivery with a request for a written receipt of acknowledgment of delivery, addressed to the party for whom it is intended at the place last specified; and the place for giving of notice shall remain such until it shall have been changed by written notice in 61 Temporary Reso. No. 10965 — Exhibit 1 compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice: COUNTY: Director, Recycling & Contract Administration Division 1 North University Drive Suite 400 8 Plantation, Florida 33324 CITY: City Manager with a copy to City of Tamarac City Attorney at 7525 North West 88" Ave, the same address Tamarac, Florida 33321 ART--ICLE 9 EEO COMPLIANCE 9.1 EEO COMPLIANCE CITY shall not unlawfully discriminate against any person in its operations and activities or in its use or expenditure of funds in fulfilling its obligations under this Agreement. CITY shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act (ADA) in the course of providing any services funded by COUNTY, including Titles l and If of the ADA (regarding nondiscrimination on the basis of disability), and all applicable regulations, guidelines, and standards. In addition, CITY shall take affirmative steps to ensure nondiscrimination in employment against disabled persons. CITY's decisions regarding the delivery of services under this Agreement shall be made without regard to or consideration of race, age, religion, color, gender, sexual orientation (Broward County Code, Chapter 16Y2), national origin, marital status, physical or mental disability, political affiliation, or any other factor which cannot be lawfully used as a basis for service delivery. CITY shall not engage in or commit any discriminatory practice in violation of the Broward County Human Rights Act (Broward County Code, Chapter 16Y2) in performing any services pursuant to this Agreement. By execution of this Agreement, CITY represents, and COUNTY hereby materially relies on such representation in entering into this Agreement, that it has not been placed on the discriminatory vendor list (as provided In Section 287.134, Florida Statutes). An untrue representation of the foregoing shall entitle COUNTY to N. Temporary Reso. No. 10965 — Exhibit 1 terminate this Agreement and recover from CITY all monies paid by COUNTY Pursuant to this Agreement, and may result in debarment from COUNTY's competitive procurement activities. ARTICLE 10 MISCELLANEOUS 10.1 AUDIT RIGHT AND RETENTION OF RECORDS COUNTY shall have the right to audit the books, records, and accounts of CITY that are related to this Event. CITY shall keep such books, records, and accounts as may be necessary in order to record complete and correct entries related to the Event. CITY and COUNTY shall preserve and make available, at reasonable times for examination and audit by the other party, all financial records, supporting documents, statistical records, and any other documents pertinent to this Agreement for the required retention period of the Florida Public Records Act (Chapter 119, Florida Statutes), if applicable, or, if the Florida Public Records Act is not applicable, for a minimum period of three (3) years after termination of this Agreement. If any audit has been initiated and audit findings have not been resolved at the and of the retention period or three (3) years, whichever is longer, the books, records, and accounts shall be retained until resolution of the audit. findings. If the Florida Public Records Act is determined by one party to be applicable to the other party's records, the other party shall comply with all requirements thereof; however, no confidentiality or non -disclosure requirement of either federal or state law shall be violated. Any incomplete or incorrect entry in CITY's books, records, and accounts shall be a basis for COUNTY's disallowance and recovery of any payment upon such entry. 10.2 ASSIGNMENT AND PERFORMANCE Neither this Agreement nor any interest herein shall be assigned, transferred, or encumbered by either party. 10.3 MATERIALITY AND WAIVER OF BREACH COUNTY and CITY agree that each requirement, duty, and obligation set forth herein is substantial and important to the formation of this Agreement and, therefore, is a material term hereof. Either party's failure to enforce any provision of this Agreement shall not be deemed a waiver of such provision or modification of this Agreement. A waiver of any breach of a provision of this Agreement shall not be deemed a waiver of any subsequent breach and shall not be construed to be a modification of the terms of this Agreement. 7 Temporary Reso. No. 1.0965 — Exhibit 1 10.4 COMPLIANCE WITH LAWS Both parties shall comply with all federal, state, and local laws, codes, ordinances, rules, and regulations in performing its duties, responsibilities, and obligations Pursuant to this Agreement. 10.5 SEVERANCE In the event a portion of this Agreement is found by a court of competent jurisdiction to . be invalid, the remaining provisions shall continue to be effective unless COUNTY or CITY elects to terminate this Agreement. An election to terminate this Agreement based upon this provision shall be made within seven (7) days after the finding by the court becomes final. 10.6 JOINT PREPARATION The parties acknowledge that they have sought and received whatever competent advice and counsel as was necessary for them to form a full and complete understanding of all rights and obligations herein and that the preparation of this Agreement has been their joint effort. The language agreed to expresses their mutual intent and the resulting document shall not, solely as a matter of, judicial construction, be construed more severely against one of the parties than the other. 10.7 PRIORITY OF PROVISIONS If there is a conflict or inconsistency between any term, statement, requirement, or provision of any exhibit attached hereto, any document or events referred to herein, or any document incorporated into this Agreement by reference and a term, statement, requirement, or provision of Articles 1 through 10 of this Agreement, the term, statement, requirement, or provision contained in Articles 1 through 10 shall prevail and be given effect. 10.8 JURISDICTION VENUE WAIVER OF JURY TRIAL This Agreement shall be interpreted and construed in accordance with and governed by the laws of the state of Florida. Any controversies or legal problems arising out of this Agreement and any action involving the enforcement or interpretation of any rights hereunder shall be submitted to the jurisdiction of the state courts of the Seventeenth Judicial Circuit and venue for litigation arising out of this Agreement shall be in such state courts. By entering into this Agreement, CITY and COUNTY hereby expressly waive any rights either party may have to a trial by jury of any civil litigation related to this Agreement. 1.1 Temporary Reso. No. 10965 -- Exhibit 1 10.9 AMENDMENTS No modification, amendment, or alteration in the terms or conditions contained herein shall be effective unless contained in a written document prepared with the same or similar formality as this Agreement and executed by the Board and CITY. 10.10 PRIOR AG EEMENTS This document represents the final and complete understanding of the parties and incorporates or supersedes all prior negotiations, correspondence, conversations, agreements, and understandings applicable to the matters contained herein. The parties agree that there is no commitment, agreement, or understanding concerning the subject matter of this Agreement that is not contained in this written document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representation or agreement, whetheroral orwritten. The parties hereto acknowledged and agree that the Interlocal Agreement dated July 15, 2002 shall terminate on the Effective Date of this Agreement. 10.11 INCORPORATION BY REFERENCE The truth and accuracy of each "Whereas" clause set forth above is acknowledged by the parties. The attached Exhibits are incorporated into and made a part of this Agreement. 10.12 INDEPENDENT CONTRACTOR CITY is an independent contractor under this Agreement. Services provided by CITY pursuant to this Agreement shall be subject to the supervision of CITY. In providing such services, neither CITY nor its agents shall act as officers, employees, or agents of the COUNTY. No partnership, joint venture, or other joint relationship is created hereby. COUNTY does not extend to CITY or CITY's agents any authority of any kind to bind COUNTY in any respect whatsoever. 10.13 LIVING WAGE REQUIREMENT To the extent CITY is a "covered employer" within the meaning of Broward County Ordinance No. 2002-45, as may be amended from time to time, CITY agrees to and shall pay to all of its employees providing "covered services," as defined therein, a living wage as required by such ordinance, and CITY shall fully comply with the requirements of such ordinance and shall satisfy, comply with, and complete all of the obligations set forth therein. CITY shall be responsible for and shall ensure that all of its subcontractors that qualify as covered employers fully comply with the requirements of such ordinance and satisfy, comply with, and complete all of the obligations set forth therein. D] Temporary Reso. No. 10965 — Exhibit 1 10.14 MULTIPLE ORIGINALS Multiple copies of this Agreement may be executed by all parties, each of which, bearing original signatures, shall have the force and effect of an original document. (INTENTIONALLY LEFT BLANK) We] Temporary Reso. No. 10965 — Exhibit 1 IN WITNESS WHEREOF, the parties hereto have made and executed this Agreement: BROWARD COUNTY through its BOARD OF COUNTY COMMISSIONERS, signing by and th ugh its M=orVice-Mayor, a�h rued to execute same by Board actio n the kOday of, 20L, and CITY, signing by and through its _ _ du authorized to execute same. COUNTY ATTEST: Brd4rd County Adm%Mia -,as Ex-officio Clerk of the Broward County Board of County Commissioners G(?Mf471CS � `1 rrrrrrr� /may} z ... ,� ^W °�. a `'►�'� CDU�;:."'� . 11 BROWARD COUNTY, by and through. its Board of County Commissioners _LJ�t day of 20 0 Approved as to form by Office of the County Attorney for Broward County, Florida EDWARD A. DION, County Attorney Govemrrtental Center, Suite 423 115 South Andrews Avenue Fort Lauderdale, Florida 33301 Telephone: (954) 357-7600 Telecopier: (954) 357-7641 Yasmi Gavin (Date) Assistant County Attorney Temporary Reso. No. 10965 -- Exhibit 1 AGREEMENT BETWEEN 13ROWARD COUNTY AND CITY OF TAMARAC FOR A PROMOTIONAL HOUSEHOLD HAZARDOUS WASTE REMOTE SITE PROGRAM ATTEST; Marion Swenma CMC Q' 3p ay Date CITY 12 Approved by Resolution No. _ l Dated CITY OF TAMARAC oe Schreiber, Mayor D to Jeffrey L. Idr, Otity Manager Approved as to form and legal Mitchell 0 Y — g Date Temporary Reso. No. 10965 —Exhibit 1 AGREEMENT BETWEEN BROWARD COUNTY AND CITY FOR A PROMOTIONAL HOUSEHOLD HAZARDOUS WASTE REMOTE SITE PROGRAM EXHIBIT "A" EVENT PLAN Section 1 Definitions For purposes of this Exhibit "A", the following definitions shall apply:. 111 Contractor: The Firm(s) hired by the COUNTY, pursuant to Bid #J-Y-03-282-B11, to provide various services in the collection, processing and disposal of HHW pursuant to this Agreement. 1.22 Event Coordinator: The municipal representative assigned by the City responsible for coordinating municipal response and take any necessary action on behalf of the municipality, pursuant to the terms and conditions of this Agreement. 1.3 HHW Coordinator: The County employee responsible for the planning and implementation of the County's HHW Program including the Remote Site Events. 1_4 Contractor's Prolect Coordinator: Employee of the Contractor, as defined herein, responsible for coordinating the Remote Site Events, in cooperation with the HHW Coordinator. 1—.5 Health and Safely Plan: A site specific plan, developed cooperatively by the HHW Coordinator and Contractor, which will address related safety issues, workerwelfare and spill contingencies arising from the Site Events contemplated by this Agreement. 1.6 Business Generated Hazardous Waste: Hazardous materials not generated from residential activities, more particularly, materials generated by conditional exempt small quantity generators or other licensed generators. Section 2 INTENT The intent of the Remote HHW collection event is to bring HHW disposal services into communities remote from the two permanent collection sites at: 2780 N. Powerline Road, Pompano Beach, and 5601 W. Hallandale Beach Blvd. Hollywood. The intent is also to make access to the HHW service more available to all County residents. The remote events will target specific municipal regions, however, every event shall be open to the all residents of Broward County. 13 Temporary Reso. No. ] 0965 — Exhibit l Sec, t� SERVICES OFFERED BY HHW REMOTE COLLECTION EVENTS One or more pre -scheduled, pre -advertised collection events at a municipal site, with thirty days advanced notice to CITY. The event will be operated by Broward County's HHW Program, and its Hazardous Household Waste Contractor. Where appropriate the terms and conditions of the Bid #J-Y-03-282-1311, attached hereto and incorporated herein as Exhibit "130, shall apply. Section 4 COUNTY RESPONS1131LITIES 4.1 The County shall provide technical assistance in site selection, traffic patterns, municipal staff deployment and other event planning, including due notice to Contractor. 4.2 COUNTY shall pay for the disposal of acceptable collected hazardous waste in accordance with Bid#J-Y-03-282-811. Pursuant to this Bid, all material must be weighed in original containers using Florida State Department if Agriculture Certified Scale and net weight recorded by Contractor. Disposal costs are based on the net weight of the waste which will be determined by on site weighing. 4.3 The COUNTY HHW Coordinator, or his/her designee, shall certify net weight, contents, number, size and disposal facility of each drum on a Chemical Waste Removal Log. One (1) copy of which shall be given to the COUNTY at the close of the Event. 4.4 The COUNTY shall accept collected, segregated hazardous materials and latex paint delivered to the Event from government agencies of the CITY. 4.5 The COUNTY shall provide a roll -off container(s) forthe collection of latex paint and pay all transportation and processing charges. 4.6 The County will prepare, coordinate and finance one (1) Event Advertisement to be run in the local area newspaper. Camera ready art from this advertisement shall be available for municipal use. 4.7 The HHW Coordinator, or designee, shall sign all Chemical Waste Disposal Logs and Manifests. The Coordinator shall be given a legible copy of each document. In addition to the above referenced documents, the Coordinator will be given a legible copy of the Container Content Sheets. The Coordinatorwill receive each document Prior to the Contractor's removing waste from the site. These documents shall be available for CITY review upon request. 14 Temporary Reso. No. 10965 — Exhibit 1 HEALTH AND SAFETY 4.8 Prior to the Event, a Contingency Spill Plan shall be prepared by the Contractor and County Coordinator. The Contract Administrator, with the assistance of the Event Coordinator, shall prepare and distribute a list of local emergency groups, agencies and their phone numbers. Clear directions to the nearest hospital are to be included in the Spill plan. 4.9 All terms and conditions of Bid #J-Y-03-282-B11, apply to this section. Section 5 HHW CONTRACTOR RESPONSIBILITIES As Outlined in Bid #J-Y-03-262-B11: 5.1 Contractor shall provide sufficient personnel to fully staff the remote collection Event. The estimated number if staff necessary shall be discussed and coordinated with the HHW Coordinator, seven (7) days prior to the event. Such personnel shall include a field chemists holding a four year degree in chemistry. 5.2 Contractor shall provide and pay for ALL of the necessary equipment and material for setting up and operating the remote collection Event. This includes environmental protection and safety equipment. 5.3 Contractor shall provide hazardous waste categorization, identification, collection, packaging, transportation, disposal and related services for the COUNTY's HHW Collection program in the most cost effective manner. 5.4 All waste shall be removed from the CITY site at the close of the event. HEALTH AND SAFETY 5.5 Contractor's Project Coordinator has the authority to activate the COUNTY's Emergency Plan. Under emergency conditions, Contractor' Project Coordinator shall support and advise the COUNTY Program Coordinator or designee. 5.6 Contractor's Project Coordinator shall conduct a MANDATORY Safety Briefing at 7:30a.m. prior to each Event. 5.7 AII terms and conditions of Bid #J-Y-03-282-811, apply to this section. 15 Temporary Reso. No. 10965 — Exhibit 1. Section 6 CITY RESPONSIBILITIES 6.1 The CITY shall appoint an Event Coordinator to be responsible for pre and post event meetings and inspections. This representative shall be available to provide necessary Event coordination with the Broward County HHW Coordinator. The representative shall be identified by CITY at least thirty (30) days prior to the Event to insure the collection procedures conform with the County's Hazardous Waste Disposal Agreement and this Agreement. 6.2 The Event Coordinator shall coordinate with HHW Coordinator Contractor's Project Coordinator to establish site configuration to allow participants to deliver waste materials in a drive through pattern without leaving their vehicle. The traffic layout shall be agreed upon and prepared two (2) weeks prior to the Event. Although, legible instructions and traffic control signs shall be provided by Contractor, the CITY agrees to provide traffic control assistance on the date of the Event. 6.3 CITY shall require that participants provide proof of Broward County residency and record basic information on a survey form provided by the COUNTY. Completed forms shall be forwarded to and retained by the COUNTY and made available to the CITY upon request. 6.4 CITY shall screen participants for business -generated hazardous waste. Any business -generated waste shall not be accepted by CITY, and will be referred to the hazardous waste Contractor for separate attention. 6.5 CITY shall be responsible for staffing the Event for the transition and flow of traffic and data recording. The number of staff necessary for these tasks will depend upon the amount of advertising and the anticipated turnout. 6.6 CITY shall advertise the collection in local newsletters, flyers and any other media deemed appropriate by the Contract Administrator. The COUNTY shall be recognized as co-sponsor on all advertising pursuant to this paragraph. HEALTH AND SAFETY 6.7 CITY acknowledges and agrees that all staff, working the Event MUST attend the MANDATORY SAFETY BRIEFING at 7:30 a.m. prior to the opening of the event. 6.8 All terms and conditions of Bid #J-Y-03-282-B11, apply to this section. 16 Temporary Reso. No. 10965 — Exhibit 1 AGREEMENT BETWEEN BROWARD COUNTY AND CITY FOR A PROMOTIONAL HOUSEHOLD HAZARDOUS WASTE REMOTE SITE PROGRAM EXHIBIT "B" BROWARD COUNTY BID NO. J-Y-03-282-B11 17 Temporary Reso. No. 10965 — Exhibit 1 EXHIBIT B BID N0, 41:2i 282-a1 PURCHASINGDIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA ADDENDUM#1 DATE OF ADDENDUM: ARIA210 TO ALL PR 5P V 1 D S: �' E OTE TH FOL WING C AN E ; Section 17, For clarificatipn purposes, the Performance and Payment t3ond must be in the amount of 1p0°k or estimated total amount of the contract for a one year period which Is equivalent to the total up 7 and is to have a rider continuing the Bond for the entire term of the contract includiof Group renewal periods, 1 2. Attachment "A" Specifications, Section 1.3, �t7a 1.3 A. The final sentence in this section states, "... the COUNTY reserves the right to modify the format to increase service and/or better process or serve the community, For clarification purposes, this increase service may include additional sites and/or operational hours. 3. Attachment "A" Specifications, Section 3.0, 3.8 A. APE 4EM&I" ta has been revised to read: COUNTY shall be deemed to be the "generator" (for the purposes of Florida and Federal laws and regulations) of all materials accepted by the CONTRACTOR at the sites from Hazardous Waste Collection Program. the Household 3.8 B has been revised to read: CONTRACTOR shall assure that materials for which the COUNTY accepts generator status shall be accepted for disposal at the final disposal site(s). 3.8 C remains unchanged. 4. Bid Sheet(s), page(s) 15 thru 19 have been revised and are attached and MUST be completed and returned with your Invitation for Bid Form (Bidder Acknowledgment) due Tuesday, April 20, 2(X4 at 2:00 p.m. Page 17 of 50 now includes a .line for the Total (Items 1 thru 38). This addendum MUST be acknowledged on the bid sheet and/or returned with your Invitation f (Bidder Acknowledgment) due Tuesday, April 20, 2004 at 2:00 p.m. for Bid Form, All other terms, conditions and specifications remain unchanged for Bid No, J-Y-03-282-B1. NAME OF COMPANY; F4 Florida, Inc. HHw-P811-2003 U/ULG/04091PA04-2004 4112104 Temporary Reso, No. 10965 — Exhibit 1 SUBMIT" BID TO: ,yy BrOward County Purchasing Division 115 S. Andrews Avenue, Room 212 Fort Lauderdale, Florida 33301-1801 (954) 357-6065/66 BOARD OF COUNTY COMMISSIONERS BROWARO COUNTY, FLORIDA INVITATION FOR BID Bidder Acknowledgment -- GENERAL CONDITIONS -- THESE INSTRUCTIONS ARE STANDARD FOR ALL CONTRACTS FOR COMMODITIES/SERVICES ISSUED BY THE BOARD OF COUNTY COMMISSIONERS. THE BOARD OF COUNTY COMMISSIONERS MAY DELETE, SUPERSEDE OR MODIFY ANY OF THESE STANDARD INSTRUCTIONS FOR A PARTICULAR CONTRACT BY INDICATING SUCH CHANGE IN THE SPECIAL INSTRUCTIONS TO BIDDERS OR IN THE 810 SHEETS, BY ACCEPTANCE OF A PURCHASE ORDER ISSUED BYTHE COUNTY, BIDDERAGREES THAT THE PROVISIONS INCLUDED WITHIN THIS INVITATION FOR BID SHALL PREVAIL OVER ANY CONFLICTING PROVISION WITHIN ANY STANDARD FORM CONTRACT OF THE BIDDER REGARDLESS OF ANY LANGUAGE IN BIDDER'S CONTRACT TO THE CONTRARY. SEALED BIDS: This form must be executed and submit, ted with all bid sheets In a sealed envelope. (00 NOT INCLUDE MORE THAN. ONE BID PER ENVELOPE). The face of the envelope shall contain the above address, the date and the time of bid opening, and bid number. Bids not submitted on attached bid form may be reiecOd. All bids are subjected to the conditions specified herein. Those which do not Comply with these conditions are subject to rejection. 1- EXECUTION OF BID: Bid must contain an original signa- tune of an individual authorized to bind the bidder. Bid must be typed orprinted in ink. All corrections made by bidderto his bid must also be initialled, The bidder's name should also appear on each page of the bid sheet if required. Bids will not be accepted from firms in arrears to the Board of County Commissioners upon debt or contract nor from a defaulterupon obligations to the Board ofCounty Commis- sioners. Bidder certifies by signing the bid that no princi- pals or corporate officers of his firm were principals or corporate officers in any other firm which may have been suspended or debarred from doing business with Steward County within the last three years, unless so noted in the bid documents. 2• NO BID; If not submitting a bid, respond by returning this Bidder Acknowledgement form, marking it "NO BID", no later than the stated bid opening date and hour, and explain the reason In the space provided, Failure to respond without justification may be cause for removal of the bidder's name from the bid mailing IISL NOTE: To qualify as a respondent, bidder must submit a "NO BID." 3. BID WITHDRAWAL' No bidder may withdraw his bid before the expiration of ninety (go) calendar days from the date of bid opening unless vendor so notes in the bid. 4, BID OPENING: Shall be public, on dale, location and time sPecified on the bid form. The official time is the time dock located in the Purchasing Division reception area and will be accepted by all parties without reservatlon. Il is the bidder's responsibility to assure that his bid is delivered on date, location and time $pacified on the bid form. Bids, which for any reason are not so delivered, will not be considered. Bid files and any bids after they are opened may be examined during normal working hours by appoint- ment. Bid tabulations are available for inspection upon request. (Conlinuod on Page 2) BIDS WILL BE OPENED 2 P.M. APRIL 20, 2004 -- W MW mat be withdrawn within 90 calrnder darys'Ur Ich date and lima 1310 TITLE HOUSEHOLp HAZARDOUS WASTI; COLL 3 Dlsp sYCs 810 NO. JY0328291 PURCHASING AGENT WENDY LORENZO 1954) 357-6083 DELIVERY DATE April 20, 2009 CASH BID GUARANTY IS ATTACHED, WHEN RSQUIRED, IN THE AMOUNT OF : 5% Of bid total REASON FOR NO alp FEDERAL EMPLOYER I.D. or SOCIAL SECURITY NUMBER 2n-n414157 DUN IE (}RA05TREET NUMBER 09-372-9114 .—CR NAME EQ Florida. Inc. BIDDER MAILING ADDRESS1CITY/STATEIZIP 7202 East.Bth Avenue Tampa, FL 33619 AREA CODE TELEPHONE . (800) 624--5302 FAX NO, (813) 628-0842 AUTHORIZED &dNA Robert.Mulholland CONTACT PERSON Curt: DeBrunner WTER NET AppRESS curt-debrunner@ecionline. (Odginal in ink) -' General Manager 1 prior au11M i rrdb wtlgar TYPED NAME OF SIGNER P^r wedaniandiby, asNumea or cayddbn .iN arry crpo MVk arm or TITLEb"dbaN011116dnrNMhbwanddrtiyMalramauegnndld30DidbdIN0Mllydr.FrM byliMb"M LWW Ihofal@rrwneiNlflyrMgltamisWas Oiler I arorybd lore am 9r sad rrAdW aesibnrNa W far" Fftm Nlmae 11Mv. _ "i-we 0Awo mm140 WVWi3mcimwdlrlNlpviwetr. sisal Page 1 of 4 Temporary Reso. No. 10965 - Exhibit 1 (c) The properprecautions, handling practices, necessary Personal protective equipment, and other safety pre- cautions in the use of or exposure to the toxic sub, stances, including appropriate emergency treatment in case Of overexposure. (d) The emergency procedure for spills, fire, disposal, and first aid. (e) A description in lay terms of the known specific poten- tial health Asks posed by the toxic substance intended to alert any person reading this information. Vendor at his expense and redelivered at his expense. Rejected goods left longer than thirty (30) days wit be regarded as abandoned and the Board shall have the right to dispose of them as its own property. On foodstuffs and drugs, no written notice or rejection need be given. Upon verbal notice to do so, the Vendor shall immediately remove and replace such rejected merchandise at his expense. Rejection for non-conformance, failure to provide services confornhing to specifications, or failure to meet delivery schedules may result in contractor being found in default. (f) The year and month, if available, that the Information 14. INSPECTION, ACCEPTANCE AND TITLE: Inspection and was compiled and the name, address, and emergency acceptance will be at destination. Title and risk of loss or telephone numberof the manufacturer responsible for damage to all items shall be the responsibility of the contrac- Preparing the information, for until accepted by the County. 10, MANUFACTURERS NAME AND APPROVED EQUIVA- LENTS: Manufacturer's names, trade names, brand names. information and/or catalog numbers listed in a specification are for infcirmatien and establishment of quality level de- sired and are not intended to limit competition unless other- wise specified in the bid. The bidder may offer any brand which meets or exceeds the specifications for any item(s). If bids are based on equivalent products, indicate on the bid form the manufacturer's name and catalog number. Bidder shall submit with his bid complete descriptive literature and/ orspeaftcations. The biddershould also explain in detail the reason(s) why and submit Proof that the proposed equiva- lent will meet the specifications and not be considered an exception thereto. Broward County Board of County Com- missioners reserves the right to be the sole judge of what is equal and acceptable. Bids which do not comply with these requirements are subject to rejection, if Sidderfails to name a substitute it will be assumed that he is bidding on, and he will be required to furnish goods identical to bid standard. 11, INTERPRETATIONS: Any questions Concerning condi- tions and sPeicificationsof this bid shall be directed in writing to the Purchasing Division a minimum of 24 hours prior to bid opening. No Interpretation(s) shall bd considered bind- ing unless provided to all Bidders in writing by the Director of the Purchasing Division. 12. AWARDS: if a specific basis of award is not established In the special instructions to bidders, the award shall be to the responsible bidder with the lowest responsive bid meeting the written specifications. As the best inter- est of the Board of County Commissioners may require. the right is reserved to make awards) by individual commodl- ties/setvices, group of comrnpdities/services. at or none or any combination thereof. When a group is specified, all items within the group must be bid. A bidder desiring to bid NO Charge' on an item in a group must so indicate, otherwise the bid for the group will be construed as Incom- plete and may be *acted, However, if bidders do not bid all Items within a group, the County reserves the right to award on an item by item basis. When a group bid is indicated for variable quantities and the bid fcrthe group shows evidence of unbalanced bid prices, such bid may be rejected. The Purchasing Director, or the Board of County Commission- ers. whichever is applicable reserves the right to waive technicatlties and irregularities and to reject any or all bids. 15. GOVERNMENTAL RESTRICTIONS: In the event any gov- emmeMal restriction may be imposed which would neeessi- late alteration of the material quality. workmanship or Pertor- manoe Of the items offered on this bid prior to their delivery, it shall be the responsibility of the successful bidder to notify the County at one, Indicating in his letter the specific regulation which required an alteration. The Board of County Commis- skmers reserves the right to accept any such alteration, Including any price adjustments occasioned hu y, or to cancrel the contract at no further expense to the County. 16. LEGAL REQUIREMENTS: Applicable provisions ofall Fed - Oral. State, County and local laws, and of all ordinance, rules and regulations including the Procurement Code of Broward County shall govern development, submittal and evaluation of bids received in response hereto and shall govern any and at claims and disputes which may arise between persort(s) submitpng a bid in response hereto and Browsrd County by and through its officers, employees and autho- rized representative, or any other person natural or other.. wise. Lack of knowledge by any bidder shall not constitute a recognizable defense against the legal effect thereof, 17. PATENTS AND ROYALTIES: The bidder, without excep- tlon, shall indemnify and save harmless the County and its employees from tiabilityof any nature or kind, including cost and expenses for or on account of any copyrighted, pat- ented or unpatented invention, process, orartide manufac- tured or used in the performance of the contract. Including its use by the County. If the bidder uses any design, device, or materials covered by letters, patent or copyright, it is mutually agreed and understood without exception that the bid prices shall Include all royalties Or cost arising from the use of such design, device, or materials In any way involved in the work. 18, ASSIGNMENT, SUBCONTRACT: COntmator shalt not transfer, convey, pledge, subcontract or assign the perfor- mance required by this Chid without the Prior written consent of the Purchasing Director. Any Award issued pursuant to this bid invitation and the monies which may become due hereunder are not assignable, transferrable, or otherwise disposable except with the Prior written consent of the Purchasing Director. 13. NON- 19. QUALIFICATIONS OF BIDDER: Bids will be considered only CONFORMANCE TO CONTRACT' CONDITIONS: from firms normally engaged in pmvkring the types d TheCounymaywithholdacceptanceof, or reject any Items modtiest"i'vicessperifiedherein. The PUFC118sr pirectq or which are found, upon examination, not to meet the speci- the Board of County Cbnvr,6sionws nme,"S lop tight to fication regtrirerrients. Upon written notification of rejection, inspec:ithefacioties. equipment, items shall be removed within five (5) calendar days by the to .take any other action Penny to ere mineorgaNionor necessary to determine a6tiy to Page 3 of 4 Pages Temporary Reso. No. 10965 — Exhibit 1 perform In accordance with specifications, terrors and condi- tions. The PumhasingUrectorortheaosrd0fCour4yComrnis- sk)ners will determine whether the evidence of ability to per. form is satisfactory and reserves the right to reject bids where evidence Or evaluation is determined to indicate inability to Perform. The Purchasing Director or the Board of County Contrttfssianers reserves thedght to eonsidera bidder shistory Of citations and/or violations of Environmental regulations in determining responsibility. Bidder should submit with his pro- Posda completehistoryofallcitationsand/orviolalions nodctes and dispositions thereof. Faikme of a Bidder to submit such information may be grounds for terrtunalion of any contract awarded to successful Bidder. Bidder shalt notify County ins mcliately of notice of any citations or violations which he MaY receive after the Bid or Proposal opening date and during the time of performance under any Contract awarded to him. 20- EQUAL EMPLOYMENTOPPORTUNiTY:NoCorttractorshao discriminate against any employee or applicant for employ- ment because of race, religion. odor, sex or National origin, or PhYs" Or mental handicap if qualified, Contractor shall take affin'tive action to ensure that aPPticants are employed, and "tat employees ale treated during their employment without regard to their race. religion, color, sex or National adpin, or Physical ormentalhandicap. Such actions shall include. butnot be limited to the following: employment, upgrading, demotion, Or transfer, recruitment or recruitment advetltising. layoff Or termination. rates of pay or other formes of compensation: ion: and '0"' fertnaining, indudingapprentil eship, The Contractor agrees to post in conspicuous places available to employees and applicants for employment. notices setting forth the prow- sions of this non-discrimination clause. The Contractor further agrees that he/she will ensure that Subcontractors, if any, will be made aware of and will comply with this nondiscrimination clause. dar days after such aggrieved person knows or should have known the facts giving rise thereto. b. Any actual orprospective bidderorofferwhoisaggrieved in connection with the solicitation or proposed award of a contract which is less than $100,000 may protest to the Director of Purchasing. The protest shall be submitted in writing within three working days from the time the recommendation for award is made by a Purchasing Agent to the Director of Purchasing. 24. PUBLIC ENTITY CRIMES ACT: in accordance with the Public Entity Crimes Act Section 287.133, Florida Statutes, a person or affiliate who is a contractor, consultant or other Provider who has been placed on the convicted vendor list following a conviction of a Public Entity Crime may not submit a bid on a contract to provide any goods or services to the County, may not submit a bid on a contract with the County for the construction or repair of a public building or Public work, may not submit bids on leases of real property, to the County, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contractwith the County, and may not transact any business with the Counly in excess of the threshold amount (Currently S 15.000) provided in Section 287�017, Florida Statutes, for category two purchases for a period of 36 months from the date of being placed on the convicted vendor list. Violation Of this section shall result In cancellation of the County Purchase and may result in debarment. 25. 21. NOTICE TO SELLER TO DELIVER: No delivery shall become due or be acceptable without a written order or shipping instruction by the County, unless otherwise pro- vided in the Contract. Such order will contain the quantity, time of delivery and other pertinent data. However, on items urgently required, the Seller maybe given telephone notice, 26. to be confirmed by an order in writing, 22. MODIFICATIONS: All changes to purchase orders shall be by issuance of a change order. Any modifications or changes to any contract entered into as a result of this bid must be by written amendment with the same formality and of equal dignity prior to the initiation of any such change. 23. RESOLVE PROTESTED SOLICITATIONS AND PRO- POSED AWARDS: in accordance with the Broward County Procurement Code Sec. 21,118, relative to "Pre -Litigation Protested Solicitations and Proposed Awards": a. Right to Protest. Any •actual or prospective bidder or offeror who is aggrieved in connection with the solicita- Von or Proposed award of a Contract which is $100,000 orgreatermayprotest tofhe oirectorofpurchasing. The Protest shall be submitted in writing within seven dalen- RECYCLED CONTENT INFORMATION: In support of the Florida waste Management Law, bidders are encouraged to supply with their bid, any information available regarding recycled material content in the products bid. The County is Particularly interested in the type of recycled material used (such as paper, plastic, glass, metal, etc.),, and the percent- age of recycled material contained in the product. The County also requests information regarding any known or potential material content in the product that may be ex- tracted and recycled after the product has served its in- tended purpose. PURCHASE BY OTHER GOVERNMENTAL AGENCIES: Each Governmental unit which avails itself of this contract will establish Its own contract, place its own orders, issue its Own Purchase orders, be invoiced therefrom and make its own Payments and issue its own exemption certificates as required by the bidder. It is understood and agreed that Broward County is not a legally binding party to any contractual agreement made between any governmental unit and the bidder as a result of this bid. The entire chapter of the Broward County Procurement Code describing the aforementioned subject matter can be obtained from the Purchasing Division's Secretary by calling (954) 357- 6071. You may also view andfordownlOad the PrOcurement Code Notices for Bids. Requests for Quotation, Request for Letters of Interest, structure Of the Purchasing Division, telephone direc. tOry, How to do Business with BrOward County and Vendor Registration on the internet at: http:/hNww.co.broward.p.usfptfchasing_htm Page 4 of 4 Pages PREVIOUS CONTRACT NO. :jgg071. Temporary Reso. No. 10965 — Exhibit 1 BID NO. _J:Xg2- t12-B1 PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA Bids are hereby invited on an open-end basis for Household Hazardous Waste Collection and Disposal Services for the Office of Integrated Waste Management Division. The initial Contract period $half start on date of award, or June 27, 2004, whichever is later and shall terminate.two (2) years from that date. The Contractor will complete delivery and the County will receive delivery on any orders mailed to the contractor prior to the date of expiration. All prices, terms and conditions shall remain fixed for the initial period of the contract. In addition Prices, terms and conditions shall remain fixed for the renewal period of the contract. 'all The Purchasing Director may renew this contract two (2) one year periods subject to vendor acceptance, satisfactory performance and determination that renewal will be in the best interest of the County. Notification of Intent to Renew will be mailed sixty (gp) calendar days in advance of expiration date of this contract. In the event services are scheduled to end because of the expiration of this contract, the Co shall continue the service upon the request of the Purchasing Director. The extension period shall) not extend for more than ninety (90) days beyond the expiration date of the existing Contract. The Contractor shall be compensated for the service at the rate in effect when this extension clause is invoked by the County. No guarantee Is expressed or implied as to the total quantity of commoditieMervices to be purchased under any open end contract. Estimated quantities will be used for bid comparison purposes only. The Board of County Commissioners reserves the right to: issue purchase orders as and when required, or, issue a blanket purchase order for individual agencies and release partial quantities or, issue Instructions for use of Direct Purchase Orders by various County agencies, make random, open market Purchases for any or all of the Item(s) on any open end contract or, any combination of the preceding. No delivery shall become due or be acceptable without a written order by the County, unless otherwise Provided for in the contract. Such order will contain the quantity, time of delivery. and other pertinent data. However, on items urgently required, the seller may be given telephone notice, to be confirmed by an order in writing. HNW-Pp11-2003 WI&A1t Page 1 of so Temporary Reso, No. 10965 — Exhibit 1 PREVIOUS CONTRACT NO. 2ilmm . BID NO. -Y-03- 1-19 -SPEQIAL INS ffB9M=4QX—Q2M (Continued) 2• q_WARD CRIT,��; 2.1 If a specific basis of award is not established in the Invitation for Bid, the award shall be to the responsible bidder with the lowest responsive bid meeting the written specifications, 2-2 THIS IS A GROUP AWARD. ALL ITEMS MUST BE BID IN THE GROUP IN ORDER TO BE RESPONSIVE IF THERE IS A "NO CHARGE" FOR AN ITEM, INDICATE "N/C' : 3. PE W NCE: Hazardous Waste Collection events. CONTRACTOR shall describe 3.1 CONTRACTOR should have a minimum of three (3) years acceptable experience in Ho experience and furnish uSehOld verifiable references with contacts, title, telephone numbers and mailing addresses. 3.2 Contractor shall furnish references from a minimum of three Florida Counties, with a total population of at least 100,000 each whom with the contractor has acceptably contracted for at least one year within the past five years. These contracts shall have been Household stra#e acce Hazardous Waste contracts and references shall be provided to demonptable performance. Contractor shall furnish a list of references contacts and titles, telephone numbers, name of County, mailing address. 3.3 CONTRACTOR Shall have a three (3) year average annual tangible net worth of two (2) million dollars ($2,Ooo,oA0.00). 3-4 CONTRACTOR should complete reference form (Attachment "B"). 3.5 CONTRACTOR must have and maintain during the length of the contract term at least one Operational, Resource, Conservation Recovery Act (RCRA) Permitted Treatment Storage or Disposal (TSD) or TSD — like Facility in Florida. 4. ,ernp F9J AL . I 41 y and all subcontractors shall be identified as part of the Bid Submittal, along with their scope. No other subcontractor shall be used that is not submitted with this Bid. . 4.1.1 The CONTRACTOR shall be, at the time of bid submittal licensed to collect, recycle and store hazardous waste. The CONTRACTOR and any or all Subcontractors shall be, at the time of bid submittal, and during the contract dispose of hazardous waste. The CONTRACTOR shall submit the transport and any or all Subcontractor's, Environmental Protection Agency (EPA) ID number and proof of the Department of Planning & Environmental Protection Hazardous Waste Transporter Registration. HHW41811.2M anaAM r Page 2 of 5o PREVIOUS CONTRACT NO. J-3-0o o71-82 Temporary Reso. No. 10965 — Exhibit 1 - BID NO, J- N T 13 DER (Continued) HQUARN9LD A D I P L 1 S 4. 0 R SP CI R R • (Continued) 4.1.2 CONTRACTOR shall have the ability to manage Household Hazardous Waste events in the cooperative approach with BROWARp COUNTY'S staff. 4.1.3 CONTRACTOR shall provide Certificate of Disposal for all hazardous waste collected. 4.2 Ability i t in_g prgf&94Lqnaj1 a e Demonstrate the ability to maintain a professional image, Clean, well maintained equipment operated by uniformed CONTRACTOR employees is expected to provide service to the COUNTY. All employees working on COUNTY sites are expected to wear proper personal protective equipment, especially when handling any chemicals. 5. SP CFI ATI N AN RE UI MEN : The specifications, requirements and services to be provided are stated in Attachment "A" attached hereto and made a part hereof. 5 9URTHER INFO�III�,TJQIli ; 6.1 Bidders requiring additional information regarding any of the bid terms, conditions or administrative requirements should contact Wendy Lorenzo, Purchasing Agent at (954) 357-6083. 6.2 Bidders requiring technical clarifications should contact Joel King, Household Hazardous Waste Program Manager at (954) 960-3023. No change(s) and no interpretation(s) shall be considered binding unless provided to all bidders in writing by the Director of the Purchasing Division. 7 API*CIAL Nam; In accordance with OSHA Regulation 29 CFR 1928.11o1(k) (2), bidders are notified of the presence of asbestos containing material and/or presumed asbestos containing material at some Broward County locations, For a listing of those locations, refer to www.broward.org/purchasing;/bids/asbostos.pdf. You may request a copy of subject location listing by calling (954) 357-6066. 8. Eft rONFE NCE: Attendance at the pre -bid conference is optional. This information session presents an opportunity for bidders to clarify any concerns regarding the bid requirements, The bidder is cautioned that, although the Pre -Bid Conference Is optional, no modification or any changes will be allowed in the pricing because of the failure of the bidder(s) to have attended the conference. HHW44" i,M Mom Page 3 of 50 PREVIOUS CONTRACT NO. -3- 71_ 92 Temporary Reso. No. 10965 — Exhibit 1 BID NO. -Y- 3- 82.8 SPE 1 IN TIONS O BID ERS (COMinued) H W LL TION DDISPOSAL R E 8. pR �Q�� NFERENCE: (Continued) Job site visitation is strongly recommended; submission of a bid will be construed that the bidder is acquainted sufficiently with the work to be performed. PM-Bid�o,�erence LD,adte:APril 7,2004 11:00 Awl North Trash Transfer Station 2780 North Powerline Road Pom o Beach FL 33064 Take the Florida Turnpike to Sample Road East to Power►ine Road South,l/2 Block If you require any auxiliary aids for communication, please call 357-6065 so that arrangements can be made in advance. See Attachment ,A,,, Specifications. .ME ►�,. (SAMPLE INSURANCE CERTIFICATE AT1 ACHED)(Attachment -1") The Insurance Requirements contained in this Bid represent the minimal protection necessary for the County as determined by the Risk Management Division. Further modifications of the requirements may be made at the sole discretion of the Risk Management Division if circumstances change or ade ua Protection of the County is presented. No award will be recommended until a written determin i to made by Risk Management Division that the County is adequately protected. The low bidder shall be required to provide proper insurance to the Purchasing Division prior to award by the Purchasing is Director or recommendation of award to the Board of County Commissioners, whichever is applicable. Without limiting any of the other obligations or liabilities of CONTRACTOR, CO provide, pay for, and maintain in force until all of Its work to be performed under thisNTRACTOR shalt Contract has been completed and accepted by the COUNTY (or for such duration as is otherwise specified hereinafter), the insurance coverages set forth in this Section. 11.1 Workers' Compensation Insurance to apply for all employees in compliance with the -Workers Compensation Law of the State of Florida and all applicable Federal laws. In addition, the palicy(s) must include: 11.1.1 Employers' Liability with minimum limits of ($ On Hun re T o an �.,� each accident, d Dollars HHW-P&jj' A3 3A AAM4 V, Page 4 of 50 PREVIOUS CONTRACT NO. J-s-00 _B2 Temporary Reso. No. 10965 — Exhibit 1 BID NO. J-Y- 3-2 Z- N )CTI S ' (Continued) i 1. INS RAMC 1 (Continued) - 11.1.2 Notice of Cancellation and/or Restriction -- The pollcy(s) must be endorsed to restriction. Provide Broward County with �i (M days notice of cancellation and/or 12.1.3 If any operations are to be undertaken on or about navigable waters, coverage must be included for the U.S. Longshoremen and Harbor Workers Act and Jones Act. 11.2 Comprehensive General Liability with minimum limits of iv u r Thou Dollars Per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability policy, without restrictive endorsements, as filed by the Insurance Services Office and must Include: 11.2.1 Premises and/or Operations. 11.2.2 Independent Contractors. .11.2.3. Products and/or Completed Operations, 11.P.4 Explosion, Collapse -and Underground Coverages. 11.2.5 Broad Farm Property Damage 11.2.6 Broad Form Contractual Coverage applicable to this specific Contract including any hold harmless and/or indemnification agreement. 11.2.7 Personal Injury Coverage with Employee and Contractual Exclusions removed with minimum limits of coverage and Property Damage Liability. equal to those/required for Bodily injury Liability 11.2.8 COUNTY is to be included as an "Additional Insured" in the name of "Broward County Board of Commissioners" with respect to liability arising out of operations Performed for COUNTY in connection with general supervision of such operation. 11.2.9 Notice of Cancellation and/or Restriction -- The policy(s) must he endorsed to provide Broward County with tt (30) days notice of cancellation and/or restriction. pop s or so PREVIOUS CONTRACT NO. tom--0oo7�_a� Temporary Reso. No. 10965 -Exhibit 1 BID NO.i-y-U-282.13, P IAL t) (Continued) rl V -1:s 11. S Q 1 ME 11.3 Business Automobile Liability with m minimum limits of ( �? per Occurrence combined single limit for BodilyInjuryTlr Collars without restrictive endorsements, as filed by the Insurance Services Office and musp Property policy, t include: 11.3.1 Owned Vehicles, 11.3.2 Hired and Non -Owned Vehicles. 11.3.3 Notice of Cancellation and/or Restriction -- The oli s must be endors provide Broward County with th 3p days notice of cancellation and/ored to restrictions. 11.4 The CONTRACTOR shall provide to the COUNTY Certificates of Insurance evidencing insurance coverage specified in 11.1,11.2, and 11.3 above The Contractor should provide these Certificates within fifteen (15) days after request by the PurchasingA the Certificates of Insurance shall not only name the Provided, gent The required specifically to this Contract and section and the above pa agraphia cor ance is as all refer rer by such paragraphs of this Contract. If the initial insurance expires prior to the completion of h work, renewal Certificates of Insurance shall be furnished thirty (3p days their expiration. e ys prior to the date of 11.5 Certificates of insurance shall t>e provided as specified in sub -section 12.4 above unles s any of these coverages are, for just cause, inapplicable, and upon specific request by the vendor are excepted by written determination of risk management and approved by the purchasing director. If an exception is requested, the bidder should indicate in the appropriate area on the bid sh any such request including reason(s) thereto for exemption from insurance requirement eat specified in this section of this invitation for bid/quatation request. s as 11.6 Certificates of insurance shall be provided as specified in section 12.4 listin Event Partners as additionally insured in the name of the participating Public Agencyor Private Company for work conducted at Remote Collection Event Partner Sites.'g Remote Collector ate Hift-pall-2003 anal" Page 6 of 6o PREVIOUS CONTRACT NO. - p7 , 2 Temporary Reso. No. 10965 — Exhibit 1 BID NO. 1 INS glp R � (Continued) 12. IN N F C The CONTRACTOR shall indemnify and save harmless the COUNTY and Remote llection Event Partners, its officers, agents and employees, from or on account of any Injuries or damages received or sustained by any person or persons during or on account of any operations connected with the completion of this Project; or by or in consequence of any negligence (excluding negligence of COUNTY and Remote Collection Event Partners), in connection with the same; or by use of any improper materials or by or on account of any act or omission of the said Contractor or their Subcontractor, Agents, Servants or Employees. Contractor agrees to indemnity and save harmless the COUNTY and Remote Collection Event Partners against any claims or liability arising from or based upon the violation of any federal, state, county or city laws, by-laws, ordinances or regulations by the CONTRACTOR. The CONTRACTOR, and Remote Collection Event Partners agrees to indemnity and save harmless the COUNTY from all such claims and fees, and from any and all suits and actions of every name and description that may be brought against COUNTY and Remote Collection Event Partners on account of any claims, fees, royalties, or costs for any invention or patent, and from any and all suits and actions that may be brought against COUNTY and Remote Collection Event Partners for the Infringement of any and all patents or patent rights claimed by any person, firm, or corporation_ The indemnification provided above shall obligate the CONTRACTOR to defend at their own expense or to provide for such defense, at the COUNTY'S option, any and all claims of liability and all suits and actions of every name and description that may be brought against the COUNTY which may result from the operations and activities under this Contract whether the operations be performed by the CONTRACTOR, their subcontractor or by anyone directly or indirectly employed by either. 13. p,.�gyVLNT. Payment will be made by the County after commodities/services have been received, accepted Properly invoiced as indicated in the contract and/or order. invoices must state the purchase orand der number. All Bids shall be accompanied by either a Bid bond executed by a surety company meeting the qualifications for surety companies, or by cash, money order, cashiers check, certified check's Irrevocable letter of credit, (Attachment "C") treasurer's check a bank draft any national or skate bank, in an amount equal to five percent (5%) of the price, payable to the Board of County Commissioners and conditioned upon executing the Contract and providing the Performance and Payment Guaranty within approximately fifteen (15) days after notification of intent to award of Contract. A p@ QMI ;heck_ forfeited to the Board of County Commissioners not as a n - Guaranty of the Successful bidder be and expense incurred should said bidder fail to provide theerequired Performance dandamages p ant the cost Guaranty or fail to comply with any other requirements set forth herein. Guaranties of the unsuccessful will be returned after award of Contract. HHW-Poll-2003 sn&04 page 7 of so Temporary Reso. No. 10965 — Exhibit 1 PREVIOUS CONTRACT NO. k g107„ ; 81 BID NO.� PE IA INSTRuCTIgNS To MRMRA (Continued) SEH L W E N )I§POSAL§ERV1CgS 17. PERF0 MANCEANpp&M 19MA a. Within ten 00) days after notification of award, the successful Bidder shall furnish a Performance and Payment Bond attached hereto as Attachment "D". b. The Contractor is required at all times to have a valid Performance and Pa In force covering the work being performed. Bond must be in the amount of 100% Of totent al amount of contract guaranteeing the County the satisfactory performance of the work covered in such Contract as well as full payment of all suppliers, material men, laborers or subcontractors employed in the prosecution of the work. C. The Contractor agrees to keep such Guarantee(s) or a replacement thereof, in force at all ti during the period of the contract. me d. In lieu of the bond required by this section, contractor may fumish an alternate form of security which shall be in the form of cash, money order, certified check, cashiers check or irrevocable letter of credit of the form and containing all provisions of the Irrevocable letter of Credit attached hereto as Attachment "E". Such alternate forms of security shall be for the same purpose and shall be subject to the same conditions as those applicable to the bond required by this section. A determination of the value of such alternative forms of security shall be made by the County. 18.-UgLIFIC_ AT10NS no: Si I13E7Y: The Bid Bond and Performance and Payment Bond must be executed by a surety company of recognized standing, authorized to do business in the State of Florida as surety, having a resident agent In the State of Florida and having been in business with a record of successful continuous operation for at least five years. In addition to the above -minimum qualifications, the surety company must meet at least o following additional qualifications: ne of the A) The surety company shall hold a current certificate of authority as acceptable surety on federal bonds in accordance with the United States Department of Treasury Circular 570, Current Revisions, If the amount of the Bond exceeds the underwriting limitation set forth in the circular, in order to qualify, the net retention of the surety company shall not exceed the underwriting limitation in the circular, and the excess risks must be protected by coinsurance, reinsurance, or other methods in accordance with Treasury Circular 297, revised September 1, 1978 (31 DFR Section 223.10 Section 223.111). Further, the surety company shall provide the County with evidence satisfactory to. the County, that such excess risk has been protected in an acceptable manner. "MN-P611.2003 svlaMa r Pape a of so PREVIOUS CONTRACT NO.Temporary Reso. No. 10965 ,m Exhibit 1 BID NO. J-Y-Q3-2 2- 1 SPECIAL 1 ' (Continued) HOUSRDO C NA E V 18. 1 TI S F R (Continued) B 1) The County will accept a surety bond from a company with a rating of B+ or better for bonds up to $2 million, provided, however, that if any surety company appears on the watch list that is published quarterly by Intercom.of the Office of the Florida Insurance Commissioner, the County shall review and either accept or reject the surety company based on the financial information available to the County. A surety company that is rejected by the County may be substituted by the bidder or proposer with a surety company acceptable to the County, only if the bid amount does not increase. 8.2) The surety company shall have at least the following minimum ratings: Policyholder's Financial AMMU-1 Of Bond R in s i e ate 500,001to 1,000,000 B+ Class I 11000,001 to 2.000,000 B+ 2,000,001 to 5,000,000 A Class II 5.000,001 to 10,000,000 A Class III 10,000,001 to 25,000,000 A Class IV 25,000,001 to 50,000,000 A Class V. 50,000,001 or more Class VI A Class Vli C) For projects which do not exceed $500,000.00 the County shall accept a Bid Bond and Performance and Payment Bond from a surety company which has twice the minimum surplus and capital required by the Florida Insurance Code at the time the Invitation bid is issued, if the surety company is otherwise in compliance with the provisions of the Florida Insurance Code, and if the surety company holds a currently valid Certificate of Authority Issued by the United Title 31 of the United States States department of the Treasury under Section 9304 to 9308 of Code. Attachment 6P) D) The County will accept a surety bond from a company with a rating of B+ or better, provided, however, that if the surety company appears on the 'Watch List' that is published quarterly by 'Focus' of the Office of the Florida Insurance Commissioner, the County shall review and either accept or reject the surety company based on the financial information avallable•to the County. A surety company that is rejected by the County may be substituted by the bidder or proposer with a surety company acceptable to the County only if the bid amount does not increase. HHw-131B1i-2M an aao4 Pao 9 of so Temporary Reso. No. 10965 � Exhibit 1 PREVIOUS CQNTRACTNO..1-3- f_g� SPIC Blp NO. Y- - 8 - IA N N i B D S (Continued) 19. P�iE!~RENC; No contractor shall receive more than one county -authorized preference for the same procurement. if a contractor is eligible for more than one County -authorized bid preference for a particular procurement, the contractor shall be eligible to receive only the bid preference that is most favorable to the contractor. A O P _: (Attachment 'H") ._. _ a i .M..� w.1u1n r no di C i i i of hens for s. (Reference Ordinance No.199"3- as amended) In accordance with Broward County Code, Chapter 16 1/2, section 161/2-157 and the Broward County Administrative Code, Subsections 21.31.a.,6 j.,8., the Broward County Board of County Commissioners reserves the right to apply a preference in the award of a contract to those Contractors providing for nondiscrimination of benefits for domestic partners. This preference may be applied to all awards of $200,000 per annum or more. The deter preference shall be made by the Board of County Commissioners. mination to apply this To be eligible for the domestic partnership preference, a contractor's program eligibility criteria must be substantially equivalent to those established in Section 161/2-153 (b), Broward County Code. A contractor will be deemed ineligible for the domestic partnership preference N its benefits program discriminates against employees in violation of the Broward County Human Rights Act. B. C P N Al1S In accordance with Sections 1-74 through Broward County Board of Co1-80 of Broward County Ordinance No. 2002-19, the unty Commissioners provides a local preference. includes any county with which the Broward County This preference Board of County Commissioners has entered into an inter-iotal agreement of reciprocity. An apparent low bidder outside the Preference area and a local bidder whose submittal is within 5% of the apparent low bid will be given the opportunity to submit a best and final offer. Award will then be to the low responsive, responsible bid. Local business means the vendor has a valid occupational license issued by the county within Mich the vendor conducts their business at least one year prior to bid or proposal authorizes the business to provide the goods, services or construction to be purchased and a at Physical address located within the limits of said county, in an area zoned for the conduct of such business, from which the vendor operates or performs business on a day -today basis that is a substantial component of the goods or services being offered Post Office Boxes are not verifiable and shall not be used for the purpose of establishing a physical address. Nlf"811-I003 3M t 4 PO" 10 Of 50 PREVIOUS CONTRACT NO. IhIgg o7.82 Temporary Reso. No. 10965 — Exhibit 1 BID No. :xAL282-B, SPECIAL INSTRUC'TInU$ T ER5 (Continued) DCGOLLECTf 1 P VI E 20.MUG-FREE P CE R FI Broward County Procurement Code Chapter 21.31.a. requires awards of competitive seated bids and sealed proposals requiring Board Award be made only to firms certifying the establishment of a drug free workplace. The Drug Free Workplace Certification (Attachment "GO) must be furnished to this office prior to an award being made. Failure to provide this certification will render your office unqualified and ineligible for award. 21. P IME CT (AMENDED): With reference to Paragraph 24 of Invitation to Bid, eliminate the reference to $15,000 in excess of threshold amount provided in Section 287.017, Florida Statutes. Category two at the time of bid opening shall apply. threshold dollar amount 22.NbA E By signing this offer, the vendor certifies that this offer is made independently and free from collusion. Vendor shall disclose below, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Fla. Stat. 0989), who is an officer or director of, or has a material interest in, Influence this procurement. Any Broward County officer or employee vendors iwho has any inpuness, who is in a t Position the writing Of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. For purposes hereof, a person has a material interest if they directly or indirectly own more than 5 percent of the total assets or capital stock of any business entity, or if they otherwise stand to personally gain if the contract is awarded to this vendor. Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code. rl 61 ATI NSHIPS In the event the vendor does not indicate any names, the County shall interpret the vendor has indicated that no such relationships exist. this to mean that NNW-Ml t 2003 snaro4 Page 11 or so Temporary Reso. No. 10965 — Exhibit 1 PREVIOUS CONTRACT NO. J-3-000-071_g2' 61O NO, J-L -d -282-B1 Addendum #1 April 9, 2004 BID E T HOUSEHOLD 87ARDOUS WASTE COI. ECT ON D I POSAL SE VICES TO: BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA All blanks have been filled in, BID SHEET Is attached to the completed "Invitation For Bid" and returned herewith. In accordance with all terms, conditions, specifications and requirements, the bidder offers the following: GROUP 1 (ITEMS 1 THRU 38) ESTIMATED ITEM ANNUAL COMMODITY CODE NO. QUANTITY DESCRIPTION UNIT TOTAL PRICE PRICE M biliz io C r e _ Remo a !0-110c92D_EXeijts Mobilization for Remote Collection Events only. Does not apply to fixed facility drum pickups, mobilization of contract labor and supply deliveries. 1. #925 31 003 0001 9 Ea. Mobilization Charge One Day Remote Event Includes All Staff, Supplies And Equipment Costs. $ 1, 000.00Ea. $ -!= 9, 000.00 --�0 2_ #925 31 003 0004 9 Ea. Mobilization Charge for Two Day Remote Event Includes All Staff, Supplies and Equipment Costs. $ S$ 4, 5p0. pp NAME OF COMPANY. HHW-P811-2003 4112104 84 Florida, Inc. Revised Page 12 of So �. Temporary Aeso. No. 10965 — Exhibit 1 PREVIOUS CONTRACT NO. J-3-071-B2 BID NO. J-Y-03-282-61 Addendum #1 April 9, 2004 ID SH ET (CONTINUED) HOUSE OLD HA D U WA TE LL CTION Atin D SPO AL SE VIC S GROUP 1 (ITEMS 1 THRU 38) (Continued) ESTIMATED ITEM ANNUAL COMMODITY CODE NO. QUANTITY UNIT TOTAL DESCRIPTION PRICE PRICE Contract Labor — Fie Facit' Coil c 'ons and R m to Coil ti v nt Hourly rates based for contract personnel on site during operating mobilization and travel time to Remote hours. Does not include Collection Events and/or Fixed Facilities. #925 31 004 0002 3. 2,900 Hrs. Per Hour Rate — Regular (Up to 8 Hours Per Day) $ 30 00 `/Hr $ 87,000.00 #925 31 004 0003 4. 200 Hrs. Per Hour Rate — Overtime (Over 8 Hours Per Day) $ Lam./Hr. $ 0-pp S lie -- Includin belive 5. 100 Ea. 6. 7. 8. 30 Ea. 20 Ea, 600 Ea. #10016 0010001 Type 5-Gallon Bucket UN1 H2/Y24 #100 29 0010030 30-Gallon Drum UN1 H2/Y180 #100 29 0010045 Cubic Yard Box With Liner UN11 HH2/X1905 #100 29 001 0055 55-Gallon Drum UWA2/Y1.2, UN1A1/Y1.2, UN1H1/Y1.8 NAME OF COMPANY: E4 Florida, Inc. IiHW-PB11-2003 4112104 $10.00 S11000.00 13.00 Ea $ 390.00 $ 90.00 /Ea. $1 800.00 $13�j Ea $10, 400.00 Revised Page 13 of 60 Temporary Reso. No. 10965 — Exhibit 1 PREVIOUS CONTRACT NO. J- -0 -A71 2 BID NO.: I-Y-03-282-81 Addendum #1 April 9, 2004 BID SHEET (CONTINUED) GROUP 1(ITEMS 1 THRU 38) (Continued) .., ESTIMATED ITEM ANNUAL_ NO. QUANTITY COMMODITY CODE UNIT u li s — In I din Del ve DESCRIPTION (Continued) PRICE TOTAL, PRICE 3 Ea. #100 29 002 0001 85-Galion Poly -Over Pack Drum UN 1 H2/Y295 100.00 10 15 Ea. #100 29 004 0010 10 Ft./150# Net Fiber Drum UN 1 G2/Y46 $ 43.00 645 . p0 11. 100 Ea. #010 57 390 0100 Vermiculite (Per 16 Lb. Bag) $ 7.00 Waste Dis osal -_/Ea. $100.00 -~----- Rates based on net material weight (gross package weight minus standard container weights based container type). Includes transportation and disposal (Prepackaged) on LI I R D C 12. 60, 00Q Lbs. p A E T Alkyd (Oil Based) paint and 13_ Solvents $ 0.30 /Lb. ------ $18, 000.00 55;000 Lbs. Fuels and Solvents Halogenated 14. and Non -Halogenated $ 0.30 ���./Lh. $16.500.00 12,000 Lbs, Corrosives Acid or Alkaline 0.45 $-�/Lb. 55, 400.00 15. 500 Lbs. Pesticides $ 16.5,000 Lbs, $ 0.45 --��/Lb. $ 225.00 Sludges, Hazardous RCRA 17. Listed, High Solids, Law BTU $ p.4Q/Lb. $ 2� 5,000 Lbs. Sludges, Non -Hazardous Non-Rcra Listed, High Solids, Low BTU $0.2��/Lb. $1,450,00 NAME OF COMPANY: EQ Florida,, Inc. HHW-PB11-2003 4/12104 Reused Palle 14 of 50 Temporary Reso. No. 10965 — Exhibit 1 NE PREVIOUS CONTRACT NO. J-3-00- 7` -B AW) BID NO. 1-Y 3-282.B1 Addendum #1 April 9, 2004 OU EHOLD HAZAR pU WASF COLLECTION ANLQMagg&SERVICES GROUP 1 (ITEMS 1 THRU 38) (Continued) bl ESTIMATED ITEM NO. ANNUAL QUANTITY COMMODITY CODE UNIT DESCRIPTION PRICE tNa is Di osal (Continued) SOLID DRUMM D UL XCLUDi G C N JA I N&&ft19 Fl 18• 500 Lbs. Pesticides $ 0.45 19. 500 Lbs. Asbestos Friable ---� $1.25 w,_/Lb. 20.500 Lbs. PCB Ballasts �_/Lb. $ 0.4� 1��/Lb. 21. 2,000 Lbs. Batteries for Recycling. NICAD, NIMH, Lead Acid, Other 0.75 $--�/Lb. SOLI DS ND L UI LO S PACKED XCLUOING COT 1 I 9HT 22. 6.500 Lbs. Aerosol Cans $ 1.20 23. 15,000 Lbs. Allryd (Oil Based) Paint in Cans $ 0 /Lb. 24. 10.500 Lbs. Pesticides/Poisons Liquid _5 $ 1.50y__ /Lb. 25. 4,004 Lbs_ Pesticides/Poisons Solid _" $1. /Lb. 26. 1,500 Lbs. Flamm Zm — /Lb.50 a e Liquids Fuels Blendable $ 0. SO /Lb. 27. 19,500 Lbs, Flammable Solids Petroleum Distillate Containing Solids DOT Hazard Class 4.1 $1.25 NAME OF COMPANY: E'Q Florida, Inc. NHwpai 1-2003 4/12/04 TOTAL PRICE $ 225.00 $ 625.00 $ 205.00 $1, 500.00 $ 7mo.00 $ 7, 5500.00 $15.7 5 $ 6,000.00 $24,1 -pp Revised Page 15 of 50 Temporary Reso. No. 10965 — Exhibit 1 PREVIOUS CONTRACT Nt]. j_ _ 0 71 BID NO.,1-Y-03-282-81 Addendum #1 April 9, 2004 1 EE (CONTINUED) GROUP 1 (ITEMS 1 THRU 38) (Continued) V ESTIMATED ITEM ANNUAL NO. QUANTITY COMMODITY CODE UNIT DESCRIPTION PRICE TOTAL Ilifartte DI--- Sno.s�l (Continued) PRICE OLDS No L UID$ B PA K D C U I C TAIN WEI HT 28. 5,500 Lbs. Corrosives Liquid or Solid Acid or Alkaline $ 1.25 /Lb 6 875 -00 29. 1,100 Lbs. Oxidizers Liquid or Solid 2.00~ 30, 100 Lbs. Organic Peroxides Liquid or Solid 2•00 31, 4,000 Lbs. Pesticides/Poisons Liquid /Lb 1.50 $—� 200.00 6, 000.0o 32. 1,000 Lbs. Pesticides/Poisons Solid . $ 150' (Lb. $ � 33. 200 Lbs. Elemental Mercury /Lb. $ 1, 500.0o 34. 5.00 $�,�/Lb. $ 1, pp0.00 150 Lbs.. Mercury in Manufactured 35. Articles $ 5.00 _/Lb. $ 75� 0_ 100 Lbs. Reactive$ Liquid or Solid DOT Hazardous Classes 4.2, 4.3 Cyanide, Sulfide Bearing $ 5.00 U T P IC D ERI S E CL ING CONT 1 w/t-b. $ 5� 1 H 36. 1,500 Ea. Compact and Straight Fluorescent Light Tubes Four (4) Feet or More In Length $ 1. �/Ea. $ 1, 500.00 NAME OF COMPANY: NNW-Pe11-203 4112/04 EQ Florida, Inc. Revised Page 10 of 50 a Temporary Reso. No. 10965 — Exhibit 1 PREVIOUS CONTRACT NO. J-3-00- 7 -B2 BID NO. - J-Y-03-28282131 ..B . Addendum #1 April 9, 2004 ID HEFT (CONTINUED) HOU9EHOLD HAZARDOUS WASTE CQLLECTION AN DISP A SER VICE GROUP 1 (ITEMS 1 THRU 38) (Continued) ESTIMATED ITEM ANNUAL COMMODITY CODE UNIT NO. - QUANTITY DESCRIPTION TOTAL Waste i osal (Continued) PRICE PRICE UNIT PRICED MAT RIAL0 EXCLUDING CON T INER WEIGHT 37.-43.000 Lbs. Alkyd (Oil Based) Paint in Original Containers One (1) Gallon or Larger in Size Placed in Drums, Boxes, Roll Offs, or Other Shipping Receptacle Based on Net Material Weight Following Consolidation. $ 0.50 /Lb. $ 21, 500.00 38. 12,000 Lbs. Latex Paint in Original Containers) One (1) Gallon or Larger in Size Placed in Drums, Boxes, Roll Offs, or,Other. Shipping Receptacle. $ 0.23`/Lb. $ 2, 760.00 TOTAL GROUP 1 (ITEMS 1 THRU.38) 268,825.00 Services shall be rendered between 7 a.m. and 4 p.m., Monday through Sunday, except holidays. Services required at other times shall be by special arrangement only. Services will be rendered within 7 calendar days of the receipt of Purchase Order, not to exceed 14 days. Delivery MUST be FOB destination, freight included. In accordance with Paragraph 12.6 of "Special Instructions to Bidder" indicate if an exception to Insurance rerjulrements is being requested. Be specific and state reason: NAME OF COMPANY: FAQ Florida, Inc. AUTHORIZED SIGNATURE: By signing this bid sheet your firm is agreeing to the terms and conditions of the Invitation for Bid. HHW-PBi1-2003 4/12/04 Revised Page 17 of s0 Temporary Reso. No. 10965 - Exhibit 1 PREVIOUS CONTRACT NO. J 3-00-07'1-B2 BID NO. J-Y-Q,3-2,�, 82-81 Addendum #1 April 9, 2004 I §HCET (CONTINUED) HOUSEHO-OHAZA8902SWAS E O ECT YA D DI PO 1. SERVICES /N: 14 THE MATERIAL IN THEASOVE: VIRGIN ❑ OR RECYCLED di (CHECK THE APPL (CABLE BWO. IF RECYCLED, WHAT PERCENTAGE- _% PRODUCTDESCR/PTION: Oil Based paint and Solvents, Fuels — Fuel Blended Mercury Devices, Fluorescent Bulbs - Recycle/Retort 2 IS YOUR PRODUCT PACKAGED AND/OR SHIppED IN MATERIAL CONTAINING RECYCLED CONTENT? YES Q NO 0 SPECIFY.- 55-Gallon Drums, 30-Gallon Drums - Reused/Recycled 3• IS YOUR PRODUCT RECYCLABLE AFTER IT HAS REACHED ITS INTENDED END USE? YES N NO 17 SPECIFY.. Paints, Solvents, Fuels - Alternative Fuel Source Mercury, Fluorescent Bulbs -- Mercury Retort THE ABOVEIS NOT APPLICABLE IF THERE 15 ONLYA PERSONAL SERVICE INVOLVED WITH NO PRODUCT INVOLVEMENT - WOULD YOU ACCEPT CREDIT CARDS AS PAYMENT FROM BROWARD COUNTY? YES )C1 NO a DD YOU QUALIFY FOR THE LOCAL PREFERENCE CLAUSE YES D 'Visa, MC, AMEX NO ffl DO YOU QUALIFY FOR THE DOMESTIC PARTNER CLAUSE YES ❑ NO RI THE UNDERSIGNED BIDDER WILL EXTEND THE SAME PRICE, TERMS AND CONDITION$ TO OTHER GOVERNMENTS LOCATED IN AROWARD COUNTY DURING THE PERIOD COVERED BY THIS CONTRACT, IF REQUESTED? R YES O NO NAME OF COMPANY: EQ Florida, Inc. HHW-P811-2003 4/12104 Revised Page 18 of so Temporary Keso. No. 10965 -- Exhibit 1 PREVIOUS CONTRACT NO. 144-00-071-92 BID NO. J-Y�3-287.81 Addendum #1 April 9, 2004 ID T (CONTINUED) OU E O D AZ D 5 ST C LLECTt AtJD SP 5 L SERVIggS VENDOR FAX# (813) 628-0842 WILL. THIS PRICING BE EXTENDED TO OTHER GOVERNMENTS LOCATED IN DADE OR PALM BEACH COUNTIES? :7 YE5 D NO OTHER GOVERNMENTS LOCATED WITHIN THE STATE OF FLORIDA? XJ YES D NO ACKNOWLEDGMENT IS HEREBY MADE OF THE FOLLOWING ADDENDA OR AMENDMENTS (IDENTIFIED BY NUMBER) RECEIVED SINCE ISSUANCE OF THIS SIC): Addendum #1 (April 9, 2004) EMAIL ADDRESS: CUrt.debrunner@egonline.com BEEPER #. (813) 495-1060 20-0414157 FEDERAL TAX ID #; REMITADDRE'SS: P.O. Box 673095 Detroit, MI 48267-3095 IVOTIC@S W—U1SER: Please check the Federal Employers Identification Number (FEIN) and other information on the face of the Invitation for Bid/Bidder Acknowledgment Form (IFS) and MAKE APPROPRIATE CORRECTIONS ON THE IF8, IF THE COUNTY DOES NOT HAVE THE CORRECT INFORMATION, PAYMENTS CANNOT SE MADE TO YOUR FIRM. 2. BE SURE TO HAVE THE INVITATION FOR 810, [BIDDER ACKNOWLEDGMENT FORM] SIGNED BY AN AUTHORIZED REPRESENTATIVE OF YOUR FIRM OR YOUR BID WILL NOT BE CONSIDERED RESPONSIVE. NAME OF COMPANY: EQ Florida, Inc. HHW.PB11-2003 4/12104 Revised Page 19 of 60 PREVIOUS CONTRACT NO. J& A7L_= Temporary Reso. No. 10965 — Exhibit 1 Blp NO. TT CHM "A" $P9QIFJQAMQ1N§ AND flEQffiCM_k"T O pAIM999YASIEL p L VIC DEFIN1T10: Whenever the following words or terns appear in the Contract documents, their intent and interpreted as follows: meaning shall be Adftnd&- Add¢,g_dum): Any modification to the Contract documents issued in writing prior to the bid opening, or the execution of the Agreement. A This document, including any written amendments hereto which are approved by the BROWAAD COUNTY Board of COUNTY Commissioners, and other written documents which are expressly Incorporated herein by reference. Bid: The offer or proposal submitted on the specified bid forms by the Bidder setting forth the prices for the work to be performed. Signds: Bid, Performance, and Payment Bonds and other instruments of security, fumished by the CONTRACTOR and his Surety. s rt A certified check or cashier's check furnished by the CONTRACTOR in lieu of a Surety Bond covering the same required amounts and providing the same guarantee as contained in the respective Surety Bond. oA 111:111,11 naih. CK ft aI n ' Brat ; Those businesses generating less than 220 pounds of Hazardous Waste per month and never accumulating more than 2,200 pounds. "F Code of Federal Regulations. 99m: Broward COUNTY, Florida a political subdivision of the State of Florida. Hrrw-pell 2005 $/r M4 Page 20 of 50 PREVIOUS CONTRACT NO. .1- 1- Temporary Reso. No. 10965 — Exhibit 1 BID NO. J:Yzokga . ATTACH w�A- (Continued) PE 1 UQUS 1 T H I.D W T L N 1 P A E VI DE- EF L. M: (Continued) ATE OF M NCE NT: The date as established in the "Notice to Proceed: from when the Contract time begins. 4MMMMU A method packing shipping containers by emptying the containers into the shipping container. g contents of the original waste The Florida Department of Environmental Protection, The facility at which wastes are destroyed, recycled, treated or otherwise processed and will not undergo further processing. Facility employed by the County for the purpose of the collection of waste materials on a regular basis from households and CESOG's. o e ure: An act of God, epidemic, lightning, earthquake, fire, explosion, storm, hurricane, flood or similar occurrence, strike, an act of a public enemy, blockade, insurrection, riot, general arrest or restraint of government and people, civil disturbance or similar occurrence, which has had or may reasonably be expected to have a material adverse effect on the rights or obligations under this Agreement which by the exercise of due diligence such parties shall not have been able to avoid. Such acts or events do not include acts or omissions of third party CONTRACTORS, materialmen, suppliers, or their subcontractors, unless such acts or omissions are otherwise encompassed by the definition set forth above. F"e"8��i : The use of flammable wastes, through processing or combining with other materials, to -produce a fuel for energy recovery. Hazardous waste is any substance defined or identified as a hazardous waste in 40 CFR parts 260.265 and appendices, promulgated pursuant to the Resource Conservation and Recovery Act (RCRA), 42 U.S.C. § 8947, St. as amended, and rule 17-83-. F,A.C. Material designated as household hazardous waste shall have characteristics that have at least one of the following characteristics: flammability or ignitability, corrosively, reactivity or toxicity. HHWf911-20N 3MS/" Page 21 of 50 Temporary Reso. No, 10965 — Exhibit 1 PREVIOUS CONTRACT NO.,I-&Of,�p77-87 BID NO. (Continued) SPECIELCATIONS1 DEF N : (Continued) ncine Lion: The thermal treatment and destruction of waste where the physical destruction of the waste is the sole Intent of the process, Does not include fuels blending. Intermediate JL9 tv: A facility that is utilized for storage, consolidation, preparation, or other purposes for th Preparation of wastes for final disposal. e Lab P ek: A method of packing shipping containers with waste Items left in their original containers surrounded with absorbent material. A detailed list of items usually accompanies the container. L.angnin A US —EPA -permitted (RCRA Part B Permit required) Hazard method of disposal is burial. ous Waste disposal site where the The placement of wastes in a permitted land based disposal unit. WOM Pack: A method of packing shipping containers with waste items left in their original containers but absorbent materials and a detailed list of items is not used ti tQP�oCC�d: Written notice from the BROWARD COUNTY Board of COUNTY Commissioners to the CONTRACTOR authorizing the CONTRACTOR to commence work relating to one, several, or all of the tasks described In this Agreement, or any changes or additions made thereto pursuant to this Agreement. fAd ° a d: Cash Bond furnished by the CONTRACTOR, or a Surety Bond furnished by the CONTRACTOR and his Surety as a guaranty of good faith that he will execute the work, make payments, and clean-up in accordance with the terms of this Agreement. provide final ��� oardinator Contractor designee responsible for the direction of Contractor provided collection sites. The Project Coordinator shall hold a four (4) ear degreein Chemistry oia na Rled elated Fy Field with a minimum of two (2) years experience as a Project manager for Household Hazardous Waste Events such as those held in Broward County. "NW-01311-=3 VIaA4 Cr Page 22 of 5o PREVIOUS CONTRACT NO.Temporary Reso. No. 10965 — Exhibit 1 BID NO- Y_03-2 _g1 (Continued) SPECIFIrgATT N N IMUSEHOLDH p 1ArA~Wl QEFIN d S: (Continued) R_ CRA: Resource Conservation and Recovery Act. The 1976 Resource Conservation and Recovery Act. The recovery or use of wastes as raw material for making products of the same or difference nature as the original product. �iEMQTE COLLECTIONNT: Day or set of days of collection of waste material from households at temporary collection sites. e o ve a r: Entities public and or private within Broward County whose sites and resources are utilized to conduct Remote Collection Events. a��]G The corporate bond company or individual which is bound by the Performance Bond with and for the CONTRACTOR, who is primarily liable, and which engages to be responsible for his acceptable Performance of the work of which an Agreement has been made and for his payment of all debts pertaining thereto. S d: A bond issued through a local surety bond agency covering the required amount and providing the same guarantee as contained in the respective Cash Bond The work as described in Article 3, or any changes or additions made thereto pursuant to this Agreement. The Processing of wastes by chemical, physical, or biological mean hazardous characteristics or constituents, g s to remove or reduce their TTSD: Transfer, Storage and Disposal Facility recognized and permitted under RCRA. HHW-P RI I-xo03 MUM Page 23 of so Temporary Reso. No. 10965 — Exhibit 1 PREVIOUS CONTRACT NO. 1.g BID NO. - 1 A w n (Continued) _ CIFICATIONS AND M� EMENTS �: A facility that operates similar to a RCRA TSD facility but is not required to be permitted under RCRA. Le 10 Day Storage Facility. R mMe Disggsal Facilitrr: The facility at which— the residual materials or by products from the Final Disposal Facility,, such as incineration ash are managed. I—JSD�OT: The United States Department of Transportation HHM►-PB'f t-2003 � anerw PRO 24 of 6o PREVIOUS CONTRACT NO. 71-a2 Temporary Re.so. No. 10965 — Exhibit I BID NO. - B -131 (Continued) IFI I HOUSEHOLD D9A NAAR COLLEMOM911MAL SERViggg 1.0 -GEtIERA 1.1 Pwamm Objeove The primary objecctivve of this solicitation is to obtain the services of one or more contractor($) who shall provide hazardous waste categorization, identification, collection, Packaging, transportation, shipping, disposal, and related services for the COUNTY'$ Household Hazardous Waste (HHW) Program as designed will Household Hazardous Waste Collection Program in the most cost effective manner. The proper disposal of household hazardous wastes with year round coprovide an outlet for llection facilities. available for selected noxious and special waste. The CONTRACTOR shall offer to provide collection, packaging, transportation and disposal of Hazardous Waste Material generated by COUNTY based CESQG a minimum of twelve times per year at Fixed Facilities. 1.2 JoLent This program Is open to all residents of Broward County. The current program offers weekly collection for seven hours per day at two Fixed Facilities (2780 North Powerline Road, Pompano Beach and 56o1 West Hallandale Beach Boulevard, Hollywood) this service is available rain or shine and on most holidays. The site locations are in the North and South ends of the County, however additional or alternate Fixed Facility sites may be established and applied to the specifications of this bid. MI'rW-P81 U�qQ� MUM Disposal costs shall be based on the net weight of waste. Weight shall be determined by on site weighting. A scale shall be provided by the contractor. Calibration shall be from 1 to 650 pounds certified by the Department of Agriculture. Container weights are excluded and tare weights shall be subtracted and noted or the invoice. Net weight shall include all materials inside the container including absorbent materials when used. Only vermiculite or organic absorbents are allowed for use except where incompatible with the waste. Other absorbents such as clay absorbent are not permitted. For purposes of determining net weight the following standard container tare weight will e used: Popp 25 or 6o PREVIOUS CONTRACT NO. J--3 T emporary Reso. No. 10965 —Exhibit 1 BID NO. Y _ 1 (Continued) APErdFIGATIQNS ANR REQUIRE LD H C plspgsAL VI S 1.0 G�� (Continued) 7.2 latent (Continued) 1.3 HH"1311-2003 ansa4 r 55 Gallon Steel Drum 55 Gallon Poly Dram 50 Ibs 30 Gallon Drum 30 Ibs Palietized Cubic Yard Box With Liner 30 bs 85 Gallon Poly Over Pack Drum 75 Ibs 10 Ft. Fiber Drum 50 Ibs 5 Gallon Bucket 20 Ibs 3 Ibs The weights of other shipping containers not listed will be reasonably determined by weighing or agreed upon as needed. It is also the intent of this program to offer disposal opportunities Conditionally Exempt Small Quantity Generator (small businesses). Disposal fees and methods to calculate such fees charged to BrOward Countybased Conditionally Exempt Small Quantity Generators shall follow the guidelines of this bid. &n Ia s d bY HOusehold a ou Wa r am MAY Inc de: A. B. • unit or other designated'-u-n'....r, %"ILowulize, piace waste in the aZardoUs storage units. The contractor shall provide these services on a regular basis subject to a 72 hour notice. This format is expected to continue into the next fiscal year, however, the COUNTY reserves the right to modify the format to increase service and/or better process or serve the community. m t c ti n ev One day prescheduled collection events at municipal sites, with thirty days advanced notice. The contactor shall supply all necessary staff and equipment in coordination with the County Program Coordinator. One day event shall require the Contractor to remove waste for disposal at the end of the day. These events will probably be scheduled on a Sunday. It is estimated that there will be approximately 9 remote site collections per year. Na waste shall re on site after collection- The COUNTY shall not be responsible for occurrences at the Remote Collection Event, Mobilization Charge Item #1 and Labor Rates Item #3a, #3b & #3c will apply, Page 26 of so Temporary Reso. No. 10965 — Exhibit 1 PREVIOUS CONTRACT NO.jj&2Lo7jj2 BID NO. -03-2 2- 1 (Continued) AjEf&LFICATIONS AND RL9MIREM NT JMHQLD VAZ MQOUS_W8jTjL N AN I D P AL RV 1=S 1.0 E N (Continued) 1.3 ISM10s hol N p d = (Continued) C. 920alonal emat Mail Quantfty Ga t (CESQG). e Contractor is required to conduct pe odre QG Collection events and to Provide on -call pick-up, categorization, identification, collection, packaging, and transportation, shipping disposal and related services to local CESQGs. The fees charged for services will be the responsibility of the generator. The fees must be . inclusive of all contractor costs, The COUNTY shall not be responsible for any services related to CESOGs. D- JQI a a onCharge Demand service for incidents and Remote. Collection Events. To Include all staff, trucks, scales, tools and equipment. 2.0 A. The Contractor shall upon 5 working days notice provide transportation of materials stored at fixed facility sties (drum pickups). Collection mobilization charges and Contract Labor Rates Item Nos.1, 2, 3, and 4 shall NOT apply- B. The Contractor shall supply one permitted 20 cubic yard container, properly licensed as required by law by all applicable Local, State, and Federal Regulations for the purpose of accumulating alkyd (oil based) paint in cans at Remote Collection Events. If requested the contractor shall provide two permitted 20 cubic yard containers, properly licensed as required by law by all applicable Local, State, and Federal Regulations for the purpose of accumulating alkyd (oil based) paint in cans, that can be left at Fixed Facility sties, and replaced with an empty 20 cubic yard container when full. 3.0 PLI G A 13 LE CI F I C N arl004 3.1 B0QUI Qn ali c All work performed under these specifications shall meet or exceed all requirements =92W by designated USEPA permitted treatment, storage, or disposal facilities regarding labeling, manifesting, packaging, segregation, and transport of hazardous waste to insure acceptance of collected wastes at the final disposal site. Pmp 27 of 50 PREVIOUS CONTRACT N0.J:J:QL071.Temporary Reso. No. 10965 - Exhibit 1 g� BID NO.J-Y-03,2$ (Continued) REGIFICATIONS ANO FlEoUlFigigN H11.- 80OU W DI A AL VI 3.0 APPLICARLP -QPVf-1C1f% ON (Continued) 3.2 The CONTRACTOR shall prepare and maintain Uniform Hazardous Waste Manifests (USEPA Form 8700-22) in accordance with 40 CFR Part 262, Sub -part 8, for all TY hazardous waste collected during this project and transported from the COUN. Further, the CONTRACTOR shall provide copies of all Uniform Hazardous Waste Manifests to the COUNTY within a mutually agreed.upon time period. The final manifest shall be submitted to the COUNTY within 90 worldng days. 3.3 JoyQiMs - Invoices shall be submitted monthly in accordance with the unit prices and disposal requirements specified in this Agreement. Each invoice shall be submitted to the COUNTY within thirty (30) days of completion of service. Invoices shall note correspondence, manifest numbers where applicable 3.4 The NTNTRACTOR shall comply with 40 CFA Part 2, 'Standards Transporters of Hazardous Waste"; Chapter 17-730, Part 3, Florida Applicable Code; and all applicable USDOT requirements for transportation of hazardous'materials. 3S T s The CONTRACTOR shall ensure that all transporters transporter permits, and that all local, state and federal rregulationsaconcernin d federal and transport of hazardous waste encountered en route are complied with. g packaging CONTRACTOR shall identify the transporters of all waste materials, including the name, location, number and type of license, and any fines, citations, or accidents within the last five (5) years. 3.6 f_!e gr2agaj_tots The CONTRACTOR shall provide the COUNTY with a Drum Summary Breakdown sheet Indicating manifest number and container content sheet numbers for each drum of hazardous waste collected during this project within a mutually agreed upon time period. CONTRACTOR shall also provide an invoice cross reference sheet for every disposal line item which shall include description, size of container, quantity, and all drum numbers per category as they appear on the Drum Summary Breakdown_ Hww-Bell-zofb any PUP 28 of 5o 1,W PREVIOUS CONTRACT NO. 071,g Temporary Reso. No. 10965 �-- Exhibit 1 BID NO. J-Y- 2-81 AMGHMEff "A" (Continued) SPECIF&ATIONS A VND-RE UIgfM MEMO HAURRQUSW ON 1 S I QES 3.0 APeUQA8Lg S CIFI ON (Continued) 3.7 Certificates f is t— he CONTRACTOK-if0i provide Certificates of Disposal for all hazardous waste collected during this project to the COUNTY within 60 days of waste manifest date. 3.8 ft or to us and AcaafallpA for 182MI A. CONTRACTOR shall be deemed to be the "generator" (for the purposes of 'Florida and Federal laws and regulations) of all materials accepted by the - CONTRACTOR at the sites from HQusehoJQ Hmn:12129. Wash - ollectinn Program. B- CONTRACTOR shall assure that materials for which CONTRACTOR accepts generator status shall be accepted for disposal at the final disposal site(s). C. CONTRACTOR shall be, and shall remain, liable in accordance with applicable law for all damages to the COUNTY caused by CONTRACTOR's negligent performance of any of the services furnished pursuant to this Agreement, except for errors, omissions, or other deficiencies to the extend solely attributable to the COUNTY, COUNTY furnished data or any third party. CONTRACTOR shall not be responsible for time delays caused by -circumstances. beyond the CONTRACTOR's control. 3.9 Ingul ft — The CONTRACTOR shall dispose of all hazardous wastes that cannot be recycled at a USEPA-permitted (RCRA part B Permit required) hazardous waste disposal site approved by the COUNTY. Any exception to this type of management must be approved by the COUNTY and FDEP. CONTRACTOR shall allow COUNTY staff and/or its agent to visit and inspect disposal facility(ies). Contractor shall remove all accepted waste at the end of each collection event uniess the waste is to be secured In special storage containment unit. If stored, all accepted waste shall be removed by contractor upon request and coordination with Hazardous Household Waste Administrator. No waste from HHW or CESOG shall be disposed of in a Class I, Class 11, or Class III landfill. NHWA311. M an"4 POP 29 of 50 PREVIOUS CONTRACT N0.Temporary Reso. No. 10965 — Exhibit 1 ,�3.00 t171-� BID NO. (Continued)' P ffQUSEHQLDTI A R I ES "0 AP&&&&�,SP , F-1QA- nON (Continued) 3.9 2111 _ (Continued) The Contractor shall identify all Intermediate, Final and Ultimate Disposal Facilities employed for the management of Broward County's waste. Name, location, type, permit and any citations/permit violations within the last 10 years must be listed. The contractor will identify wastes by Item No. and the corresponding waste management process or processes for listed Item Numbers handled at each listed facility. The contractor must designate all applicable facilities for all and each listed waste Item Number. W" to Manaaement ProcesgAiv Fuels Blending Treatment (Provide Detail) Incineration Storage Processing (Provide Detail) Recycling The Contractor shall complete the fallowing form for each Facility utilized. N WQ'M oos � r Pale 30 of 6o PREVIOUS CONTRACT NO. ka&jUj.M Temporary Reso. No. 10965 — Exhibit 1 BID N0. . - 1 ..a. (Continued) SEECIFIGATIONSE 1 g )MUSEMI-11HAZARDOUS N 1 T OE W A EM NT F CI 1 T'i Facility Name: Address: EDA ID Number. Contact: Telephone: Type Of Facility Intermediate/FinaWkimate: Permit Types/Numbers: Waste Item No.: Process: Waste Item No.: Process: Haste Item No.: Process; Waste Item No.: Process: Waste Item No.: Process: Waste Item No.: Process: Waste Item No.: Process: Waste Item No.: Process: Waste Item No.: Process: Waste Item No.: Process: Permit Violations/Citations Within the Past 10 Years: HHW-PB11.2003 anew PUP 31 of SO PREVIOUS CONTRACT NO.kJ:g9_gL1.M Temporary Reso. No. 10965 — Exhibit 1 BID NO. J-Y. 2. 1 A]Z#M!MFNJ&dA0# (Continued) P CIaggU189MAM HAM82096 WMIC D P SE Ft IC 4.0 IMP E fVTAT,�ON 4.1 1#e qt1f' a The CONTRACTOR shall provide on -site identification of all hazardous waste received at the collection centers. Identification shall be sufficient to properly package all hazardous waste pursuant to USOOT requirements and to ensure acceptance at an EPA Permitted storage, treatment or disposal facility. 4.2 ' e in*MOM andti A pre -collection coordination meeting shall be held to discuss coordination between CONTRACTOR' Project Coordinator and COUNTY Household Hazardous Waste Coordinator, The collection location shall be completely set u p prior to the items specified by the COUNTY. A joint inspection by the COUNTY HHW Program n of Coordinator and the CONTRACTOR Project Coordinator will be made prior to each event. Any observed deficiencies will be corrected prior to opening the collection location to the public. 4.3 TritULcaXrol The CONTRACTOR shall establish the configuration of the collection center to allow participants to deliver waste materials in a drive through pattern without leaving their vehicle. The traffic layout is to be mutually agreed upon between the County's Program Coordinator and the CONTRACTOR'S Project Coordinator. A layout of the traffic pattern shall be provided o the COUNTY in writing 7 days prior to a collection event. The traffic control pattern must be mutually agreed upon by both COUNTY and CONTRACTOR. Specific legible Instructions and traffic control signs shall be provided by the CONTRACTOR as required and shall be posted to inform participants of their responsibilities and to ensure the safe and smooth flow of traffic. 4•4 aorrs li tl n The CONTRACTOR shall make provisions to consolidate compatible hazardous wastes In order to minimize per unit disposal costs. Additionally, the CONTRACTOR will make a Procitable sions to bulk fl�nmg& materials or other compatible wastes if such options are 4.5 hoc In The CONTRACTOR shall comply with pre -transport requirements of 40 CPR Part 262, Sub -part C. Only state and federally approved containers and packing materials shall be utilized for the packaging and transport of hazardous waste. CONTRACTOR is expected to remain at the Collection location until all hazardous materials are safely stored. HHw-Pa11 2M anaA34 r Pe9e 32 of so PREVIOUS CONTRACT NO. - 1_ s Temporary Reso. No. 10965 — Exhibit 1 a 810 NO. - 8 -B ATTA MMCNLW (Continued) JUQIFIQATIQff§AM REQULMMENTI H H RQ U WASTE QO AND Di P A RVIQce 4.0 1MeL9MEbMON (Continued) 4.5 P o in — (Continued) The CONTRACTOR shall not, unless directed by the COUNTY, package nonhazardous solid waste or empty containers formerly containing hazardous substances. The COUNTY reserves the right to give contractor a list of products and substances that are to be retained by the COUNTY. The COUNTY further reserves the right to purchase equipment and materials from additional sources as the COUNTY deems in its bast interest. The CONTRACTOR will be notified prior to the opening of the collection as to what materials will be saved for the COUNTY. CONTRACTOR shall identify tasks which can be performed by County Personnel and volunteers, with and without direction from the CONTRACTOR's professional staff. Milk FlMnj The CONTRACTOR shall coordinate with the Household Hazardous Waste Program Coordinator to implement an as needed "milk -run" arrangement to pick-up material stored in the COUNTY's household hazardous waste containment unit. 5.o HE L AND SAFETY 5.1 Seou A. The operational sites shall be secured daily at the close of each day by locking all samples, packaged chemicals, site materials, emergency equipment, etc., In the appropriate storage buildings. 8. The COUNTY'S Program Coordinator shall have the authority to remove anyone from the site, and prohibit their re-entry, should the Program Coordinator or CONTRACTOR'S Project Coordinator determine that the person threatens site safety and/or security. 5.2 UNIX 00d 12111 Qgntill PI The on site COUNTY Program Coordinator and the CONTRACTOR's Project Coordinator may upgrade or downgrade protection requirements, depending on the associated hazards, volume of traffic, and weather conditions. HHw-vs» 2 3MOU PAP 33 of 50 anum PREVIOUS CONTAACT NO. Temporary Reso. No. 10965 — Exhibit 1 - p y_ BID NO.,h (Continued) SP D REQUIR MEWTS • im I Tiarlyq.. ILSI - 5.2 44ft Snd n C Pis 9 — (Continued) CONTRACTOR and COUNTY staff shall be required to follow basic protection guidelines which include but are not limited to the following: (1) ' Wearing of work uniform, safety glasses, and safety shoes. (2) Wearing chemical gloves when working in the receiving area accepting waste materials shall be required. (3) Lab packaging of chemical waste shall require the same level of protective gear as worn in the receiving area with the addition of a protective over suit. (4) An individual air -purifying respirator, (equipped with organic vapor/acid gas/high efficiency combination cartridges) shall be available within reach of all personnel. (5) Each individual shall have a pair of chemical splash goggles available. (6) Segregation -and packaging of liquid waste shall require Tyvek coveralls/apron, chemical gloves, chemical boots, or boot covers. Additionally, respiratory Protection, and chemical goggles and face shield (if not using a full -face respirator) may be required by the Program Coordinator, or CONTRACTOR,s Project Coordinator. 5.3 I i on 'n e I n-- The Project Coordinator is responsible for notifying and advising local emergency groups and agencies of collection events prior to public participation. A list of these agencies and services shalt be maintained at the facility and shall Include but not be limited to phone numbers and addresses of the nearest hospital, emergency medical transport, fire and police departments. Directions to the nearest hospital. shall be available to all personnel at each site. 5.4 XM gear s „gse P_J0n The Contractor's Project Coordinator has the authority to activate the COUNWS Emergency Plan. Under emergency conditions the CONTRACTOR'S Project Coordinator will support and advise the COUNTY's Program Coordinator or Designee. Emergency response guidelines include but shall not be limited to: Cf Pays 34 of 50 PREVIOUS CONTRACT NO. QZ1_B2 Temporary Reso. No. 10965 — Exhibit 1 BID NO. Y 20 - 11 M.. (Continued) SJ!ErJE1pDREQUM§MIM HOUSEHOLD H&TM209LWASTESOLLICIMAND DISP 2AL SERVICES 5.0 LLEALMND EETY (Continued) 5.4 nry, g9lpona Plan .- (Continued) Worker Related - COUNTY shall maintain a first aid kit with sufficient supplies to care for minor injuries, heat stress problems, etc. MMW-P&114=3 MOM COUNTY shall provide an on site emergency personal deluge shower station at the main location at 2780 North Powerline Road, Pompano Beach, Florida 33064. The COUNTY shall provide a portable eye wash at alternate collection locations. In situations of inhalation of a toxic compound, the affected individual(s) shall be removed to fresh air and transported to an emergency medical facility, and other personnel will be evacuated If necessary. If transporfatinn/evacuation by CONTRACTOR is not feasible, the ambulance or rescue squad will be contacted and site personnel shall continue first aid treatment until medical personnel arrive. Waste Related - Waste related incidents shall Include but not be limited to, spill, fire, explosion, chemical reaction or release of toxic gases or vapors. In an emergency waste related situation the Program Coordinator shall be responsible for assessirig the situation and shall initiate action. CONTRACTOR shall have a medical surveillance program for personnel involved In the direct handling and/or exposure to the chemical waste or the primary containers to detect and correct job related injuries or conditions. Training sessions for volunteers will be provided by the CONTRACTOR's Safety Officer prior to any collection event occurring at this facility. CONTRACTOR and COUNTY staff shall restrict public access to the site as appropriate. COUNTY staff shall assist public by removing chemical waste from their vehicles to the receiving area. The entire collection facility shall be designated a non-smoking area and be clearly marked by the COUNTY with "No Smoking' signs. An emergency air hom will be placed in the active work location. Notification of state emergency agencies will be the responsibility of the Project Coordinator. Pays 35 or so PREVIOUS CONTRACT NO. .1:2:gg077.82 Temporary Reso. No. 10965 — Exhibit 1. 810 No. iy-man-ni N 1/ (Continued) A 5.0 EALTH (Continued) n 5.5 41 'f a I on A. COUNTY shall provide all spill control measures which are necessary to Control any type of spill. Additional control measures CONTRACTOR, as necessary. maybe provided by the B. CONTRACTOR is completely responsible for the cleanup and any associated costs of any spill as a result of their activities at the pickup site, during transportation, or at the disposal facility. CONTRACTOR shall clean up spills in accordance with Federal, State, and Local regulations and verify that the cleanup meets applicable cleanup standards. COUNTY reserves the fight to verify cost; and quality of any such cleanup required of the CONTRACTOR in performing tasks under the terms and conditions of this Agreement. 6.0 pg 6.1 _qoHI 'on Date Number of CESOGs participating (as applicable) Type and quantity of hazardous waste collected from households Types of Waste: Chemical and generic terms by percentages Total cost to .the COUNTY 6.2 The C0 THACTOFi shall prepare and submit info rmatione CUNTY sufficient to complete the annual hazardous waste generator report required byF DE and submit a monthly discarded, hazardous materials hauler Report to Broward County's Department Of Planning and Environmental Protection. 63 _ The CONTRACTOR shall provide an annual project report which shall household hazardous wastes collected during each project, disposition of all hazardous waste collected, and the total cost to the COUNTY. All reports produced by the CONTRACTOR during this project shall become the property of the COUNTY without restrictions or limitations upon their use. MN"811-2003 afla(04 r Pwye 36 of So PREVIOUS CONTRACT NO. J-3- 7t-g2 Temporary Reso. No. 10965 — Exhibit 1 BID NO. J-Y - 82.131 (Continued) SPECIFIQLTI I NT H L "AMMMIS W TE GOLLEGTION N SAI canxilr4a 6.0 E D (Continued) 6.5 Regulatory otices gr gMions The CONTRACTOR shall provide to the COUNTY a copy of any regulatory notices or citations issued at any transfer, treatment, or disposal facility that is or has been used for COUNTY household hazardous waste within ten (10) working days of issue. 7.0 QRL)MED C NTY E P N ES 7.1 ou o H ous W to(NNVA Fixed Colleao Saturday Collections are to be held at the COUNTYs facility, 2780 North Powertlne Road, Pompano Beach, Florida and 5601 West Hallandale Beach Souievard, Hollywood, Florida 33023. The COUNTY reserves the right to use alternate facility locations. When alternate facilities are to be used, the COUNTY shall consult with the CONTRACTOR. 7.2 f&NTY Res onsibitities 1. The COUNTY shall review and approve records and reports submitted to the COUNTY pursuant to Tasks described above. 2. The COUNTY reserves the right to remove any materials from the waste stream (such as oil, batteries, paint, tires, or other commodities) for recycling or altemative disposal. 3. The COUNTY reserves the right to provide some or all of the staff, equipment, or materials required for setting up or operating the collection center(s). 4. The COUNTY shall monitor, oversee and supervise all collection events, and shall have a designated program coordinator on -site to coordinate activities and assist in resolving any problems that arise. 5. The COUNTY shall distribute irLormation materials and conduct surveys at all collection events. 6. The COUNTY shall be responsible for all costs associated with the proper handling, transportation, and disposal of household hazardous wastes as provided by this agreement. 7. The COUNTY shall not be responsible or liable for the collection, packaging, transportation, or disposal of any CESOG or other non household hazardous waste accepted by the CONTRACTOR, nor for tttB costs Incurred by the CONTRACTOR in the performance of this Mrk NNW-P911, 003 Vla/04 Page 37 of 50 PREVIOUS CONTRACT NO.o7 - Temporary Reso. No. 10965 — Exhibit 1 SID NO. ) -p -282-8 A (Continued) P ANDRgo 7.0 B IMMID Cam, REJPONSI_,LMES (Continued) 7.2 !LouMn 2gns1b11&g(Continued) 8. The COUNTY reserves the right to cancel or reduce the hours of operation of any scheduled collection due to inclement weather, reduced participation, funding shortfalls, or other reasons. 9. The COUNTY shall provide a dumpster for nonhazardous waste at all collection events. 8.0 Q2b0A=R RESPOIgS.1BILMES 8.1 EM o E naI 1 • CONTRACTOR shall provide a minimum of two (2) trained personnel per collection site on Saturdays unless alternate arrangements with COUNTY have been pre -approved, to Include as follows; 1MNW4PB1 J'2M al N04 2. Four (4) technicians having at least one year experience in Household Hazardous Waste (HHW) field operations, including the identification, characterization, and handling of HHW, 3. Contractor will provide sufficient personnel to fully staff Remote Collection Events and scheduled CESQG Collection Events. Required staffing levels will be set for each Remote Collection Event based on historic participation data and as mutually agreed upon by the County and the Contractor. 4• The CONTRACTOR is and shall perform this agreement as an Independent CONTRACTOR and, as such, shall have and maintain complete control over all of its personnel and operations. Neither the CONTRACTOR not.anyone employed by the CONTRACTOR shall represent, act, purport to act or be deemed to be the agent, representative, employee or servant of the COUNTY. 5. All staff shall have required OSHA training. 6. CONTRACTOR will designate a Contractor Project Coordinator responsible for directing Contractor supplied personnel for the purposes of Conducting Remote Collection Events. Pale 34 of so PRE Ous CONTRACT NO. ";&071-BZ Temporary Reso. No. 10965 —Exhibit 1 BID NO. g - B -B TT M "A" (Continued) P 1 N AND RE W_UAEH9hD_AZAW= WAST AND IP R VICES 8.0 CTD R SPON 1 (Continued) 8.2 jM!nIn CONTRACTOR shall conduct training of COUNTY staff with regard to packaging and manifesting regulations, and tasks. Such training shall occur during waste removal operations and during the packaging and manifesting periods following the collection events. CONTRACTOR shall provide all 29 CFA 1910, 120 and other appropriate training for up to'iwo (2) staff members of the BROWARD COUNTY Office of Integrated Waste Management, including all costs incurred, lodging travel per diem, etc. 8.3 EGUIRMent CONTRACTOR shall provide ALL of the necessary equipment and material for setting up and operating at the COUNTY's collection center and any other Collection. site designated for a HHW s HOWEVER, the COUNTY reserves the right to opt to provide some of all, of the equipment or materials required for setting up of operating the collection center(s). Should the COUNTY exercise this option, the Program Coordinator shall consult with CONTRACTOR prior to collection event. 8.4 er S g2jj g_qdterla 1. No disposal of HHW or CESOG waste shall be provided using. a Class I, Class 11, or Class III landfill. Landfilling of materials such as tt and solid n f li may be allowed a i i f f Walte Maniatm-01 in a Subtitle "C" secured hazardous waste landfill. MNW-PBl l-�ppg 3F1104 2. THE CONTRACTOR SHALL PROVIDE A STATEMENT OF AGREEMENT WITH ANY TREATMENT/STORAGE/DISPOSAL FACILITY NOT OWNED BY SAID CONTRACTOR. 3. The Contractor shall provide Certificates of Disposal for all hazardous waste collected. 4. The Contractor shall provide service to County Based CESQG's that includes direct pick-up. The Contractor shall be responsible for notifying all CESOG of the availability of collection and disposal services and shall provide such serves to all Qualifying parties. All CESQG's shall be charged the same disposal prices charged for HHW. Page 39 of Go Temporary Reso. No. 10965 — Exhibit 1 PPIWOUS CONTRACT NO. . I MONO. i Client Conhut- Addrm; Telephone: COntract DOWdptlon: Contract Term: Connect Value: j DOwdPtlOn of Services i Performed: f�aiw�ns+,.a� aNfYW Pop do of so Temporary Reso. No. 1096.5 -- Exhibit I PRIMOUG COMMACT IM "i ii ow NO. AITMHMMIT .. OR MAN= EM Date of Issue Issuing Bank's No. &VM d Cwj* throUM Ifs i & w■rd County Board of County Administrator County Commleskram Governmental Canter 115 South Androws Avenue Fort Lauderdale, Florida 311301 Amount: - . (in Unked 8taf % funds) bxpiy. (Dab) We hanky authorize you to draw on e+d/f cmtract Number le (Bank, Issuer hems) by ardor of and for the account of (Brwxhdress) (C**vctar, ApplWwt, Customer) up to an aggregete amount, in United States Funds, of _ available by your draft at night, accompanied by: (1) A signed stdan ant from the A rninlstrt of Broward County, or the AdminlebakWe authorisedrepreasOladve, that the drawi q is due w defauk in parfarmanoe of certain obligations " the pert of agreed upon by and between — - Br wind County and (Contractor, Applicant, Customer) (Conbactar, Applk", Customer) --- riusnt fa too Old/Contract No. - ; ..._._,.,.,for (Name of Projedt) Drafts must be drown and nagadaW not later than (Erdpiration Dade) Drafts must bear the alms: "Drawn under letter of Credit No. (Number) of (Bank Name) doted NNW-PH1410031 shags na. 41 of sn Temporary Reso. No. 10965 — Exhibit 1 PRBVIOU$ COWMACT NO. J:JMLqM.M AZQMBNT (Conanued)�Cw BIQQenn� (CoMnued) T'hls Uttar of Credit .hell be ronewed for sueoss" prrlods of One (1) Yearl each unless we prows ft Browarid Ctarr V thft AdrrtlnOkutor with When no#ice of our Intent to mm hats the orodit heroin sacjlrtded, ~ no** rraut be Provide tat Isom M days Prior to the ex hom date of the original tam hereof or any rantiwed one (1) YO r t wh. NoOkanan tO ftWug: County that *ls Late of Credit will expire prior to performance of the 0MTftftwa olftokm Will be deemed s: &*wit aTh's Leihr Of Credit Oft forth In full the terms of our i amended. Or amPIMed by reference to any documental. indent or aWod such undertaldnb shall t In any way be � Credit Is rolemrd or this I„atter of Cana rolateg� and m� referred to htirrin or to whiptr tfHr L.elter of any docum*nt, kt*umstnt, or apreenrern such reference shop rI�[ be deemed to aromrppr eta hurt by raf�rawn We herebyalpres with the drawers, endorsers, and bona fide hoklera of all draft# drawn under end in OmpNanee va the tam of this aradft than such drafts will be duly honored upon pnmwtati m to ft dam. The MOuBan of the =*art and the submission d the NquW Perk mano� and P"Mord C3uaraht OW Insurer" CerMcols by the (COMSAor, APP . Customeh shall be of obligations. This Credit Is subject to the oun farm CueWms and Practice for Dcaxn (1964 r AWM), PutOw"On NO. 400 and, to the pmvisions of Florida law. if antMy Ma� nq�orrn Cns>JaaggOffeer of a�and Prac*ce for DWMWR py Credb and Florida law Should arise, Ronda lawshed state or COuMy and Fforkla law should arise, Fkxlda law shall prevail. • N a ac i tbowm ff o low of ancow tees�r�et�.woa arteAM Pop 42 of so Temporary Reso. No. 10965 Exhibit 1 PREVIOUS CONTRACT NO. �� BID NO., Y � AND PAYMFffft= KNOW ALL MEN BY THESE PRESENTS: That we ae Surety, are bound to the Board of County Commissioners of Bn>wrud County, Floridak AS Obiwo, heraineftar celled COUNTY. in the amount of Dollars edmini trrator�r. m � ant whOr" CONTRACTOR and Surety bind thy, thakk ha�rv, axvcumm, . j&* and ■evenpy. WHEREAS, CONTRACTOR has by wrMtsrr agreemO t entered Into a Can#rsd doted'Vft day of With COUNTY for which Contract is try reference. made a part hereof, and is hereinafter referred to go the Cantrw. THE CONDITION OF THIS BOND Is that if the CONTRACTOR: 1. Performs the Contract between ew CONTRACTOR and the COUNTY for co�atructi in of the COMrad bakbg made a part d this Bond by ntlererroa at tt o tknes and In the manner paw bed in the Contrast; and ' 2. Promptly makes paymwnts m all claimw ta, as defined in Section 26S.05 (1), plorlda . supplying with tabor, meterlale, or supplies, wed direly or mareedy by CONTRACTOR In the pmeecudw of the work provided for in the Contract; and PWP COUNTY COUNTY 401 mod, damages, exC�at�� coo 5 and moneys fees including appellsfe Wocaedtnps, that 4. Performs the guarw tee of all work and maeertals furnished under the Conbse for the time apowied in the Contract, than this Bond Is Vold; otherwise It remains in fL* f =. Ths Suratyhereby wahaes notice of and agrlees that any changes in or under the Conhaot Daeurrnertb and compliance or nanconnplgmoe with any formald" aonnectsd with the Contractor the changes does'not atfeat Suratys obligation under this 9eand, Whenever CONTRACTOR shall be. and declared by COUNTY to be, in default under the Contract, the COUNTY haft Performed COUN'TY'S obligation thereunder, the Surety may promptly Wnedy the delFault, or shall promptly (1) Complete the CONTRACT in accordance wfth its terns and condltlons; or (2) Obtain a bid or bida for compleft the Contract in accordance with its terms and acnditlam, and upon determination by Surety of the lowest nidporrsble Bidder, or, 0 the COUNTY slam. upon datermhatim by the COUNTY wW rely }oirrtiy of the lowest responsible Bidder, arrange for a Contract between such Bidder and COUNTY, and male available an work progresses (eve though there should rise a f deault or a rw iocesalan of defaults under the ConMeet of Contreata of Completion arranged under this paragraph) eWfiohnt funds to pay the cast of oomple tlon less the balance,ol'ths Contract Prlae; but not aemeWing, klokrdirg other—b wWdamages for which the Surety may be lbkft hereunder, the amount ast forth in die fk>tt yfararpraph hereof. The tr mt 'baklnq of the Contract price," as ►reed In this paragraph, "I mean the bft amount payable by COUNTY to CONTRACTOR under the Contract and any amendments theroto, lava the amount properly forbid by COUNTY to CONTRACTOR. 8114=8 an"4 PMP 43 of 50 Temporary Reso. No. 10965 — Exhibit I. PREVIOUS CONTRACT NO. i WD NO. .w%V1 No right actlon shall accrue On this bond to Or far the we d any person or aOfp�uatbn olherthan the COUNTY Mmed herein and atpersons or corporadws pmvklmd for try Secoon 255.0g, Florida Sfattr W, or tlwlr hams, executors. edrrttnlstramore or i Arty MOM under this Band trust be Inatttuted in acomdanm with the Notice �nd rims LrniF,etians pmWskwo presoribed In Beogan 258-M 2), Florida SWUM. Signed and sealed this _ day of +�. A. 2004. (Name of Q)rporaf0h) wr rNESSES: BY: (SWOWro and TOO) BY: (CORPORATE SEAL) (TYPe NameIand Tidy Oiled abwe) IN THE PRESENCE OF: i INSURANCE COMPANY. - BY. Agent and Attarnsy-in-Fact Address: (street) (ury/wowzIp Cade) i Telephone No.: HNw-Pe? i4M grtNua4 N sa at a Temporary Reso. No. 10965 — Exhibit 1 Groward Countythratfgh its Srawa/d County Bold of County Commissioners County Administrator Governmental tenter 115 South Andrew Avenue Fart L AWWdale. Florida 3=1 Amount Uorr• (Dkw) BIdr,ontra t Number WO N" author 20 you to dodo an .l tot �1 t. In United Suites Fund (Bank, Issuer name) by order of and for the aoocunt of (Branch Addroes) up to an epg gF10 amaurtt, in United Staters Funds, of (fir' ant' CuMner) available by your draft at sight, accompanied by. (1) A signed statement born the County Administrattor of Braward County, or the Adma authodmd r�epresenUthm. that the dtewing is due to ddfauft In performance of cartiln oblfgatiors on VW part (Contractor, Applicant, Customer) aproed upon by and between Broward County pursuant to ft Bidrontract No. for (Contractor. AppIN=% Ont nee) and Section 255.015, FkMa Statutas. (Name of PnlJetyt) Drafts must be drawn and negotiated not later than (ExpiratIon Daft) Drafts must bear the clause: 'Drawn under Letter of Credit No. of (Number) (Bank Nuns) dated analm pap As,*, so Temporary Reso. No. 10965 — Exhibit 1 PREVIOUS cCWMACT NO. j:W 0 WD ft �r r (Continued) cW Lamm This L w of CredR sale forth In toil the terms Of our undertaking, and such undertaking shad not In any be modirkd, amended, or amplified by refentnoe to any documents, instrument, or agreemeM referred to herein or to ~way ah this Lotter of Credit Is retemsd or this Latter of Crsdk relates, and any such refarenoe shall not be downed to hoorporge herein by refwnem* any document, inaftmwd. or agrewrnent, We herebyagree With the drawers, wndoroers and bona tide holders of all drop drawn under and in co, p&vm With the femme Of this credit that such drafts will be duly honored upon presentation to the drawee. Oblipodorw WOOF this Lotter of Credit shall be released one (1) year alter the gral completion of the PrOJect by the (Contractor. Applicant, Customer) and final 6000 mce by Broward County, This Credit Is subject to the "Uniform Cusoomw and PnwOm for Documentary Preft,' inhma*mal Chamber of Commerce (1984 nwislon), Publkatlon No. 400 and to the pmvisiane of Florida law. K a omrMlct beb"en to UnMam Cudoma and PMcgce for Documentary Credits and Florida few Should arise, Flo"da law ehadiprevaL If a O&ff t Wwean the IsW of molter state or country and Flodda law should arise, Florida law shad prsvall. (NAIIAE OF ISSUIN613ANIq Aiuthoriaed s�nawrrr i Type Name Type fk relw-Pati4mog arlans PjP 46 of 80 Temporary Reso. No. 10965 — Exhibit 1 ; 1 PREVIOUS CONTRACT NO. "A M432 IIID NO. FORM OF CPJMFICATB AND AFFIDAVIT i TO: BOARD OF COUNTY COMMISSIONERS OF BROWARD COUNTY y RE: BID NUMBER i BIDDER NAME ADDRESS i PHONE AMOUNT OF BOND SURETY BOND COMPANY NAME ; ADDRESS PHONE This Is to certify that, In acowdence with Chapter 85-104, Laws M Florida (HB12"), to Wmrer named sbaw: Holds a certificstte of authority authorizing it to write surety bonds In Fb ld L Has twice the minimum surplus and capital fmored by the Florida; Insurance Cade. Hold$ a atlrrertffy valid certificate of authority issued by the United States Department of Treasury under Semler 9301 to 93M of Title 31 of the United States Code. Date Agent and Attamay-in-Fact' od AFFIDAVIT STATE OF FLORIDA ) COUNTY OF AS Before me this day personatly appeared Chief Financial Officer of who, being duty swam, executed the forgoing Instrument and aQknawledged to and before me 1he buth�nase end a>Ioarrew of the stoterrreMe In the foregoing .Instrument. `i Signature of psrsan maidng Affidavit SWORN TO AND SUBSCRIBED before me this day of _ r 2004 Notary Public, State, Stele of Florida Temporary Reso. No. 10965 — Exhibit 1 PRIMOVg Coen RACT NO. *IM M.922 810 NO. . The undsndgned verWar hereby ewMMes 9w it %M prodida a drtpdrwr wafoplaca prggramr by (1) Publishing a sh"" e d naMfying Ib employees that the unlswlul rnamdaoitrne, an by: cOnd�oW MAWar� Is pMtdbibd In the oftmes r poseaeefon; or ww of s leer vk*mam or ajar prohibition and apaoifying the scMorta that wiN be talsen adshd amvfayeas (2) Esfabfiahing a conlirtutng drug -five awaruneas program to Inform lb employes about (1) The dangers of drug abuse in the wurtoplaoa; 00 The ca"ferora PoNcy of mainh ining a drug -free warlol de. (no Any avellable drug eounaetlng, fthel tallon, and a Vbp w aeribana prografflK end f f Owing all The lea that may be Imposed upon �pyew for drop ebuae vfO sftM agduirirtp In the w�prkpmW (4) �Mng all l �tpioy n. In w d in ps►tomtence of M'b oor1 a cppy at the elsass nt rraquired by aubpanpatph (1), oovarod confrere In Wm s, Of the atefernaM required by subparagraph (t 1 jW as a oortd ow Of arrtpipynpm on a arnployea shah: (11) A►blda by the tenrte of the sWMm nlr and No* the ampioyer In wrftg of the errrgnloyee'a cut On Of, err Plea of guftry or mole mnlenckire fo,'amy vlaiedan of ChNmw M Or of any aorthnlled abMence law of the Unhad ft tm or of any state, for a vldsdan occurring In the workplace NO later than in days alEer each efomv"m. (5) Non"ang 9wand County gowrrvn=w in writing within 10 calendv deye aRer noMee under M& Walon (4) (9) abom e nan serpinaoyre or otltenrwiea raceiWrfg acstual mama of suatr conWctlan. The nOw OW W de the Pmbc n tWo of the (g) calendar d1W after reaelWrtg rtotke under wbparagraph (a) of a eonvktlon, taking one of the bllaeeng acgata with MOW to an arrtployw who is awAcbd of a dnp abuse vtalatlon aceunfng In the wortbhge; Te" personnel aoI' m sgaind such aman pioyae, up to d Errmirm t m" or fir" P*e to partlolpate eatietiotority In afto abuse a a retrablMgrppMgMM on such pugxmo by a federal, fie, or Wd hesift 4w enbtemertt, or other approprim h7 (s a good Palm effort m mutlntaln a drugdrw workplace pragdun through M;Man%ame&m of *ApwaWqft (1) duoagh STATE OF COUNTY OF Nandor Sigrtapme) (Pr1nt Vend" NWM). The faragdng InMr"" WO acknowledged before me this ____day of 2004, by (Nam of Pardon who's signature is being notwbed) as of �) (Name of t'.orporationl�Cefmpenry) known m me to be the pereon descrlbad herein, or who produced MOP of ldsrttllloatlon) as ideMiticdfon. and who dld/d d not taros an Bath. NOTARY PUS C: (Sionadurej "' (Prfrrt Idamne) My commtse 0n eneplres: Nrrw�tt-nods snela�t Pose as of se A Temporary Reso. No. 10965 — Exhibit: 1 PRE 0Uq C0WRACT NO. *M gM,M MD NO. ON" 170 underslgnad Yehdor henby oefflllea Zile! he employes bwoft pdktee am bf aarriplwfae wMh b �. amended by Hrowerd County Ordnance e1"&.18, as kW..: Cd�rrntyOrdnenardl A Vendooa empkw* benaffEfi pnopram bfdudw the following nvnlmwn awdarde: 1. Any vendor's employee who Is a pant► to a dorfsedr parftMhlp relatlanehlp Ie enWled to elect ina mnia400vsraps for his a her darrwetlo garter or a dependant! of SLIM doefesdc partner an the came bads in which any dlwr vendoft e"Oftea may "d IeatlrWM ooMerape lbr hia or her epouas Of Insurance oofrmape for his or her dpmeadc Penner. or the peril to . ° Pad by the vendor to the tipoifest and daperfdsrts of vsndar'a AS ftwo 2 Anyv@ndWaby Ute vendor who is a parry to a dwwft PaM*mhlp reletiantsitlp In andtledWIMed touse ail few M of MOM- Vided dependent dff .1r danieetlo� nct imltW W sleave and arf KW leave to can tar hM or her ftmeWo Partner or to a. AY outer berwtlta Pam" as �ick. th tare do"W"de pvMWor�d pendent Of Mich dwmoft d vendors enlplcyaeM are e Pemadewho 10 Pan the adnle bads P� �fdlorMfltip. nner, Ofe vrndor'e mplayee who y party to a danfwlb 4. l dim oft. as io what banellte an proyl ftd to Its4Mpyvep and whatffer vnrrdar'a errPioyrp who 19M-W, as amended, In o el�r aaccese b � Wth Sid C°� OlWW a Na. 6. The vendors danesllc 1 P&M@* P W"ft Mteta an aubetN *dY equh Wont to the fallowft. Each � pefkfer tr at least 18 yeNrs old and ownpeb t to oont =L 3. rtner dopnoift partner In minted nor a Pato a w*wr domeM par fnemhlp mink""" P� are rat ngatad by !flood. a. Consent of ether domeepc paftnar to the domaatk pafbwsNp relationahip has not been abtslhed by foss. duets or fraud. S. Each domestic partrwr adreea to be job* mgxww ble for each ~e bait %od and W W or. (Vendor alpnature) STATE OF (f'rint vendor name) COUNTY OF The fo "(*V instrument was SCMWwiedyed before me this dry of of (Name of f whom signatum Is bebp nit wWwd) M'b) (Nartfe of oorperagoryarreff4 thknown to me to be e person descreed harem, or who produced as Ids, and who dkt�d not »irks an cetlf. NOTARY PUBLIC: (Typeof identificavon) (Slanalum) (Prkft name) Stets of at large (SEAL) W Q*Mmlaeion erfpirw. ��11�e3 SHAM POP 40 of 60 Temporary Rasa.moo: r�—.Exh;hir 1 PREVIOUS CONTRACT NO. A4-W M-W DID NO. The tlollb rag avwragss are deernad appa oomts J w mmrmum meumnee +requirements for V" prop t end will be mqulrpd of flte salaclsd firm end idaMlGtiad !n fife nepotielad apreenWIL Any deviation tx charge dtirfnp lean Contract shall be Rick M neyolistion panod TYPr. OF IfalBUWAF s Lhafle ow,L ebNlly In 1 baNaetihltMir d gams• Each Qeeurrenee �IYYI CltEliRi AL 1.La MU" rx] Cammwc ml Garw al t k m"Iy godly Injury ProP Y Owns" IXj'EMMOMiort A t:blteprr M EX ] UndePyround I-Inard Bodily Injury and 35OCK $600k ] XJ P—d"Cimmomplate d Oporal9arta Hazard Properly I0nNage Pq Go"Irmwal Inauasrnce Ccrnbinsa ( X] (grand Farm Proparpr narna(Js X] Independent Qontractprs Personal Injury( Ix] ftym ml Injury AtJiO LtAS1LITI/ 1 Gcampr ensiva romp OWrIW B Injury (esch IX X Ily �wY (� t+ "• INNoO n-Owned [ ] Any Auto -- Bodily Injury end 34100K Property Oamape CCMNn*d ]EXCESS LIABIL1Ttl Baft Injury and I ] Urnbmilm Forth I' l OWW then I.lmbra lle Fom rnaqp Cq r� (x] WORiLMR•6 BOIMPMNiATU M ANo MUFLOYER'S LIABILITY (NOTE •) (af] STATUTORY "" r ;.'_.- .r � ,7 .w,.• 1 (oath aacidart[J 6100k I ] P'PtQFESSIOMAL LIAi11JTY — "O Maxlmwrf Deductible s s I ] P.ittOPI!IgrY COVERAM'dtRXmR's RISK Maximum Deductible S IMC tf D 6NO Ili. (1 KPr)ject grsagar than 8100k — installation flom"r required %r replacement of malarial, Maximum Daeuctlble $Iok deduOkft Aplaad value OCNIP tent. installation. toots oft. NI risk, agreed Each Claim `r value. Otharwiss. Contraedlor will be roe. nsible for tools, -fthw t. equoTwnt, machinery ate, until oompletfon and County, takes possession. or w,�crerr.r,oweurrr,� C,er'tiflG9ft must show on 9erleral limbilify and: Additkam kwuradt IMraWa/d CaY Board of County Gorn" 118*1onere, Broward County, Fionsa. Alma when applicable Cerrigcate should show a.11.C.G US aadltsOnal.Insured for Prrrpeflly aofrerapfl/builderhe dale I lnelaftUen floater when oaveraoes are raqulrsd.CerdfiC4ft Most be Signed and M appticatlla Dedur*iblas shown NOTE' - If tine Oornperry is eara"kne roam Warren omparrsatian Caysrtrae piamee Providea lellar an SfstVa earMnptlart which lfoarrltnanfa this rNrhjm end ■god* to the Ceniticats or rnsumnoa for �ls+nYietler►rradoraaopy era undptiakan an or about ne apprtxalI M CANC 11 wwwra. mrarrga mu" be inckmWd far U.S. Lonpingwmen a harCor � �On/ am to are w aarneartaNprr reaav%nd to tlre,C Mwarr, Werkars' Iksl a .Enna. Art N"'. A4s�. er wraareau rfeterr drorrard County Board of C4PurttY Cammisslon*rs r PlArchofeirrll Motsion, Sufte 212 JJ 113 Souih Andrimm Avenue Lmvmne WW Gearile. O r Fort Lauderdale. FL 33301 RlrkrlMefanrnt Owision RPa: ■IWW 3'YO3=131 vrajaa:are 11/24/03 Daft lsaruad NHW�a11,�0ti3 3/1 t1lOd P1ds s0 of so Temporary Reso. No. 10965 — Exhibit 1 PREVIi, ,IL27-1-82 BID NO. -B1 AITA T %' of InsurAnce foLftQ=h2ld Hagoggug WasteggilectI013 The following coverages are deemed appropriate for minimum insurance requarements for this project and will be required or the selected firm and identified in the negotiated agreement. Any deviation or change during the Contract negotiation period shall be aooroved by Risk 111nnarvwr n► TYPE OF INSURANCE GENERAL LIABILITY [Xj Commercial General Liability IX I Premises -Operations ( X) Explosion 6 Collapse Hazard [X I Underground Hazard [ X) Products/('Ompl ated Operations Hazard [XI Contmctual Insurance (XI Broad form Property Damage I X) Independent Contractors (x ) Personal Injury AUTO LIABILITY [XI Comprehensive Form [X ) Owned [ X( Hired I X )Non -awned [ I Any Auto ` EXCESS LIABILITY () Umbrella Form () Other than Umbrella Form [xj WORKER'S COMPENSATION AND EMPLOYER'S LIABILITY (NOT5 `) [ I PROFESSIONAL LIABILITY - E&O I 1 PROPERTY COVE;AlGW BUILDER'S RISK [ I If project greater than 5100k — installation floater required for repfacement of material, equipment, installation, tools etc. All risk, agreed value. Otherwise, contractor will be responsible for tools, materrials, equipment, machinery etc, until completion and County takes possession. Llrn tt; on Liability In Thousando,of Dollars Each Occurrence Aggregate Bodity Injury Property Damage Bodily Injury and S500K $5O0k Property Damage Combined Personal Injury Bodily Injury (each " 71► person) Bodily Injury (each .'il accident) Progeny y l Damage .-�. Bodily Injury and $500K Property Damage ^a - .•. Combined +' 4' Bodily Injury and Property Damage Combined [XI STATUTORY Y.: ��»,y'+�►''�w�ye>b• �;� each accident 100k Maximum Deductible $ $ Maximum Deductible 3 Maximum Deductible S10k deductible Agreed value Each Claim Certificate must snow on general liability and: Additional Insured: Broward County Board of County Commissioners. Broward County, Florida. Also when applicable Certificate should show as additional Insured for property coverage/builder's risk / Installation !foster when coverages are required.CertifiCato Must be Signed and All applicable Deductibles shown NOTE' - lithe Company is exempt from workers' Compensatian Coverage, please provide a letter pn company IetWr_h@ d or a copy of the State's exemption which documents this status and attachili to the Certificate of rsurance for approval. If any operations are to be undertaken on or about navlgatHa waters. coverage must be included for J.S. Longshoremen & Harbor Workera' AcIf rlA ,ones Act CANCELLATION: Thi 30 Pay written nestles of canaslletion required to the-" Molder. Fftfrchapsina s a er tartfroests NOklsr County Board of County Commissioners i ,, r Division, Suits 212 Osrlane S George. O(racter nCrewe Avenue Risk negament 1]ivision ale. FL 33301 a303I �g I p"O�eC1�' 11n4ro3 Oslo Issued MHW-PB11-2W3 1?,f17It13 Page 56 of s0 Temporary Reso. No. 10965 — Exhibit 1 F ORD�, CERTIFICATE OF UARLITY INSURANCE page 1 of 3 0$/1DATE 0/2004 rx 077-945-737A THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION WillisN THE CERTIFICATE North AMarice, Inc. HOLDE%ONLY THSOCERTIFI ATE DOES NNFERS NO RIGWS OTAME p, EXTEND OR 76 Century alvd, ALTER THE COVER ARFORDED 5T THE pOUCIES 9ELOW P. O. aox 305191 Nashville, TN 3723o-Sy91 INSURERS AFFORDING COVERAGE INruRSb >rlaride, Iac. 7703 BAet Bth Ilva. aYSURERA Camerae and Iadart Iaeuxiacl axe 19410-006 TaINpa, !L 33619 W9URERg: Coasexce and ■ In 29nn7_ THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REOUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE MAY PERTAIN, THE INSURANCE AFFORDED ISSUED OR BY THE POLICIES DESCRIBED HEREIN 18 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND COIUITIONS POLICES. AOGREGAI E LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, INlR OF SUCH L TYFr QF INSURANCE POLICY NUM&M T P YE71 YION ]► GENERALUAYNUYY GL9177902 B/1/2003 8/3. 2004 LINRa EACHOCCURRENCE C<1MM6RCIAL OEy€RAL LIABR,IiY I MAIMS MADE OCCUR FMOAMAGE anetrnl f LIED EXP now I O • wERSONALJIADVN4NtRY i GEN'LAGWGATEUANTAPPLIESPEL- GENERALAGGREGATE I D D D POLICY ippa LOC PRODUCTS -COMPADPAGG I R AU70MM EUAeIfTy CA7665295 8/1/2003 B/ 1/2004 ANYAUTO COMBNYeDSINGLEOMIT I 1,000�QDO ALLawNED AUTQ$ SCA-MDULED AUTOS RY I HIRED Autos (BPODIL��) NON-OWNEDAUTOS S (LYMURY 1 GARAGR LUUIIUTY A►+YAUTO AUTO ONLY -EA ACCIDENT f . OTHER THAN EA ACC f C rKCISSLNABKtfY AUTOGNLY' AGO f 11LBQ86095 8/1/2003 a CLAYIS MADE . 8/1/2004 EACH OCCURREPCE I AGGREGATE I 01~AUCTiBLE f FtE'rENTION f 1 A WORKERS COMPENSATNKI AND RMPLDYlR6NJABI.11Y NC9680369 1/1/2004 S 111/200S AT� D E.LEACHACCX)Ew f cnn Ann f] OTHER PLS26735 E.L. DISEASE-POUCyUMIT f Pollution Legal a D Llebility =7A,000,000 Xseh Claia 12t,000,000 Aggregate OFOCR0�TI0NOPpwI nomyLo"TMNGWHN:L1i--USIONSADDEbrYINDORSIAItNT7SP! .. Sew Attylched. CUU. PROVISIONS SHOULD ANY DP YNe Asova DEsciumEO POLICIES rE CANC NUM SUCK THE EXPIRATION DATE n4NE P. THE MUNG INSURER WILL ENDEAVOR TO MAIL 3 0 DAYS WRITTEN NOTICE To "M CERTIFIGLTE "MM NAMED TO TNI LEF►, BUT FAILUIS TO DO 50 SHALL IN IOU No OBLIGATION OR 1­1644NIM OF ANY KIND UPON TH! — ITS A4ENT as'vYrs.rd CouiLCy Board o1 County Cpaarira3,pa REPREr6NTAY1VEs-NO%I OR 115 South AndrawB Avenue AUTNDIIrs:bRrFREWNYATIre !t. "undaxrdall, rl, 33301 ACORD 2" (71971) C011:918097 Tp1:240684 Cert:4042281 m ACORD CORPORATION i988 r Temporary Reso. No. 10965 — Exhibit 1 Willis CERTIFICATE OF LIABILITY INSURANCE Page 2 0f 877-945-7378 THIS CERTIFICATE 19 ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE willia North America, Inc. HOLDER THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 26 Century Blvd. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, P. 0. Box 30519i Maahville, %W 37230 •s191 INSURERS AFFORDING COVERAGE: 01SURE0 39 Florida, Zoo. MURERAccommerce and Zudumha Iaeurance MT 13410-006 7103 =aat 4th Ave. TOV , FL 33619 PMRER& casmaraa 0 4 Zzkdnvtr jLAnsurance CespgnY 19410-001 Excess umbrella Policy No. AN9550239 8/l/03 - 8/l/04 Issuing Carrier: Allied world Assurance Company $6,000.000 Each Occurrence $6,000,000 Aggregate Excess Umbrella - Policy No. 9550239 8/1/03 - 8/l/04 Issuing Carrier: Lexington Insurance Company $9,000,000 zach Occurrence $9,000,000 Aggregate Certificate Holder is an Additional Insured as respects the General Liability Policy, and a waiver Of Subrogation is in favor of Certificate Holder, as required by written contract and as their interests appear. Both provisions are limited to the liability arising out of the opezations of the Named Insured. C011:93$097 Sp1:240604 Cert:4043282 PV Temporary Reso. No. 10965 — Exhibit 1 Page 3 of 3 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 WANED, subject to the terms and. conditions of the policy. certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endomement(s), DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s). authorized representa0ve 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 2$4 (7197) Co11:91.6097 ?p1:240684 Cert:4042282 ... Temporary Reso. No. 10965 -- Exhibitl B,, "'W" R""`,,,--WARD Iv, Rvt'; •r Ncrks and ' nsoo� :aticr pepartnient - Masts and Recycling semces RECYCLING AND CONTRACT ADMINISTRATION DIVISION N, Ur11VPrsrW Drive. Srsite 400 • PI.arLa:ion. Florida 33324 • 934-755-4.2C2 • �AX S54-577 2390- April 25, 2006 Mr. 3effrey MI'der City of Tamarac 7525 NVV 68 Avenue Re: Household Hazardous Waste Remote Collections Dear Mr. Diller`:. n August 10, 2004, BrowaFd County approved. a Joint Participation Agreement for ausehold Hazardesus Collection Events, which was executed by your City on August 25, 2004, The Agreement expires June 27, 2006, but may be extended for up to two (2) adtitior:a€ one (1) year periods, In accordance w,rith:. Article 4.1,this letter constitutes written notice extending the Joint Participation Agreement through ;une 27, 27007,, subject to the consent of your City. All other terms and conditions of the Faint Participation Agreement remain unchanged.. We have at-acl'ed the graphical usage data: from your City`s most recent event. As the host city your residents realized greater convenience. Municipal based information helped extend awareness and bolster participation. Vile feel the program is a realwin-win situation and look forward to continuing this partnership. The City's consent to extend time Joint. Participation Agreement is required for future. events. We look forward to your expeditious attention and response, Thank you.. Sincerely, Pe.ter''Fcaye. Director C: Commissioner Ilene Lieberman, Commission Districtl Commissioner Ben Graber, Commission District 3 Commissioner Josephus Eggelletion, Commission District 9 Bertha Henry, Interim County Administrator Zach Williams, Assistant County Administrator - Robert Hernandez, Assistant County Administrator Pete Corwin, Assistant County Administrator Dick Brossard, Public Works Director Mary Beth i3usut 1, Director, Waste and Recycling Services Troy Gies, TAC Representative H,awaro uhty- 4EX Untti Coy Mi sihn�rs .7MVhus E,39 fe%ior,, Jr. • ?en Graaer • 5ue ;,ur turgar OV �' � m tr l�rr �w.� * • p:ana ti`lassermor.-RLJIr • �1S' <$%9aP wVdllty t� ,+�r..�. � �w•e, .fit ��00pr 0 Temporary Reso. No. 10965 — Exhibits.. -19,10`765 txHlBil- ACt RD,* CERTIFI�C,`ATE OF LIABILITY INSURANCE page x >�� � �oro�raaa5 PRODUCER 877-945-7378 THIS CERTIFICATE IS ISSUED AS A (MATTER OIL INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Willis Borth America, zac. HOLDEN. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 26 C"tury 21..d. ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P. O. Bvrc 305191 iVAiC6 Navhvill<I, TB 37230.5191 INSURERS AFFORDING COVERAGE WSUREV 20 rlcrida, Inc. 7201 East 8th AV*. Taappa, rL 33619 i WSURERD Arm&rican 1rit4Ir91ati=&1 $Dacasalty..Lilus ial 76$63-007_ ti.v V crtinuca THE POLICIES OF INSURANCE LISTED BELOW HAVE SEEN ISSUED TO THE INSURED NAMED A80VE 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 15 SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. IHFt sW TYPEpVtNBURAMCE POLICYNUN�I6ER DATE TNI"w VE p011Y %pIRA71aN LW� A X tt 0 CAALUAMLTTY OOMMEFIC'IAL GENERAL LIABILITY 614177902 8/1/200S 8/l/2006 EACH CSCCURRENCP pp�AM RENTED PR S .. " MEDFXP 1 On<xrsw+ x f CLAIMS MADE a] OCCUR PERSONAI.A ADV IWURY i S 0n �. 7L GENERALAGi REGATE ss 2 0a IaE41AGGREGATE UMITAPPLIESPER: PRODOCTS•GOMPA)PAGG Is 0 000 i POLICY X71P I LOC * H AUTOMOBILE LIABILITY ANYAUTO CA7557770 CA195S437 8/1/2a05 8/1r200s 8/l/2006 911/2006 COMBNE081NGI.EUMdT IEaaccaent) s 1,000,000 ALLOWNEDAUTOS SO4EDLIUDAUT05 SOCILYNJURY IPaPA*lon) $ HIRED AUTOS NON-OV✓NEDAUT05 1 801)ILYINJURY IP<raeclLMn1I) s I._ I I i PROPERTY DAMAGE (P.rxccidenl) s yy I CARAGELIABILTTY I AL70Y=EA ACCIDENT S OTHER THAN ACC 5 II I ANYAUTO I S AUTOONLY: AGO c I 1.7 EXCESSLIAWLTTY It71 OCCUR lj CLAIMS MADE 808G095 8/1/2005 8/1/2006 EACHOCCURRENCE s AGGREGATE s I DEDUCTIBLE RETENTION S 10, 00�ICISO WORKERS COMPENSATION AND ANY PROPPIETORIPAFRYNERlEXECUTIVE WC968394.3 1/1/2005 lr1r2006 � OT .ENT S E.LDISEASE-EAEMPLOYEE S 1000.,000 OFFIGERvVEMBEAFXC=ED? E.L DISEASE • PpLIGY LIMIT 1 S II qas, descabe nnde SPECIAL PROVISfONSbdrnr LI OTHERPT,3J2 73 6 I7 /20 /] /20 Pcllutiorn Legal $2r, 000, OD0 >lsaals Cl■is Liability $28,000,000 A¢g"vatw O ESCRIPTIOI+OFOPERATIONStLOCAT*NsNEtICLESIESCLUSIOP6 ADD&D IIY tooRSEM.EN APECIAL VROVt3)ONS THIS VOIDS AM REPLACES PREVIOzd5LY ISSUED CERTXrICATZ DATE)t 8/l/2005 WITH ID: 6057307 See Attached. SHOULD ANY Of THE ABOVE DESCRIBED PO 196 BE CANCELLED 96FORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WNTTEN .NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SG SMALL IMPOSE, NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, IITS AGENTS OR 8r-oward co=ty Board of co=ty Crinmiasipn 115 South Andrews Avenue Ft. Launderdale, FL 33301 ACORD25(2001/08) Coll-9I122072 Tp1:397379 Certz6321462 cACORaCORPORATION1988 W11115 CERTIFICATE OF LIABILI rmvwi .tm 877-945-7378 7WSURED Willie N*rth assarica, Inc. 26 Century lllvd. F. 0. Saar 303191 ilashvilla, 79 37230-5191 PO r1orida, zna. 7202 East Bth xve. Tampa, M 33619 Excess Liability Carriex: Lexington insurance CO. POlicy NO.: 6500924 POlicy periods S/l/05 to 8/1/06 Limits: I$15, 000,000 Occurrence $15, 000,000 Aggregate DATE INv7URA11 1 1 i CEP*.a 2 of 3 10/05/2005 THIS CERTIFICATE IS, ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND; EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING: COVERAGE NAIC# INSUKRk Commerce And Jcdustry inaurawca C ny 19410-006 INSUREAE: Now nvvimze Insurance Cogymmy 23841-002 r INSUREAC; Amarican laternatitmalEpteialty Linas 2n 26893-002. NSURER 0: AMariala International eeialty Lines In 26883-A07 r INsumn E- pa"Slon Errors i Omission$ and Pollution Liability COPS1449340 8/l/05 - 2/01/06 American International Specialty Linea Insurance $5,000,000 Each claim. $10,000,000 Aggregate Contractors Equipment 6639631 8-01-05/8-01-06 Lexill9taa Insurance Cq avy "All Risk" subject to policy conditions $13,093,362 Scheduled Limit $500, 000 Lsexesd/Rena.ted Limit Per Item r.lOztation, Miramar, Coral springs, Cooper City, Davie, waston, Lauderdale Lakes, 'Tamarac, wilton "Ors SU=ise, .Port Lauderdale end Hollywood are included as Additional Insureds on all above �olicies 4e+xcept ieorkeHolder Compensation and Waiver of Subrogation is in favor of certificate older :s required by written contract and as their interests appear. Both Provisions are limited to the 'i&bility arising but of the Operations of the Named Insured. Co11:1422072 TPx:397379 Cert:6321462 Page 3 of 3 IMPORTANT It 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 ,policies 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. ACORD25(2001fO) C011s1422072 TP1:397379 Cert:6321462 Temporary Reso. No. 10965 — Exhibit 4 Ci(y of Tamarac Purch,`�sin.. . . .. ......... ...... . .......... ...... . . . ........... ... 11 .. ..... ............ .... e . ...... .. ................. ........ ....... ... ................. .... I I-- .................................g and Contracts Division AGREEMENT ADDENDUM #1 BETWEEN THE CITY OF TAMARAC AND BROWARD COUNTY The CITY OF TAMARAC (City), a municipal corporation of the State of Florida, with principal offices located at 7525 NW 88th Avenue, Tamarac, Florida, 33321, and Broward County (County), a political subdivision of the State of Florida, with principal offices located at 115 South Andrews Avenue, Fort Lauderdale, Florida, 33301, agree as follows: The parties named above entered into an agreement for Household Hazardous Waste Collection Events on August 25, 2004. Per the terms of Article 4 (Term) of the original Agreement dated August 25, 2004, the Agreement may be extended for up to two (2) additional one year periods upon the approval of the County and consent of the City. The County has requested the first such one (1) year extension of the Agreement. This first addendum will become effective on the expiration of the original Agreement, June 27, 2006 and will expire on June 27, 2007. The purpose of this Amendment is to provide for the extension of the Agreement term through June 27, 2007, as mutually agreed by the City and the County herein; All other provisions of the original agreement remain in effect as written. IN WITNESS WHEREOF, the parties hereby have made and executed this Agreement Addendum on the respective dates under each signature, the City of Tamarac signing through its City Manager and the County, signing by and through its County Commissioners, duly authorized to execute same. CITY OF TAMARAC Jeffrey C. Miller, City Manager I. Inr,I„/- Date ATTEST: Marion Swenson, CIVIC City Clerk Ute} y of Tatr)afac Temporary Reso. No. 10965 — Exhibit 4 Cit ........ ... .. .. .................... . .............. 11 ...... ... .......... . .............. ......... . ....... it Purchasing rind Contr�.)(,,; Djvjsjor? .............. .. .................. . ................ ATTEST: Broward County Board of County Commissioners Broward County Administrator Signature of Ben Graber, Mayor i ypeirrint Name of t3roward County Type/Print Name of Ben Graber, Mayor Administrator, as Ex-Officio Clerk of the Broward County Commissioners (CORPORATE SEAL) Date K