Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution R-2003-209Temp. Reso. #10235 Page 1 of 1 August 26, 2003 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2003- e1.0 q A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING A TIPPING FEE INCREASE OF $0.152 PER CUBIC YARD AND A CONSUMER PRICE INDEX INCREASE OF 2.87% FOR RESIDENTIAL MULTI -FAMILY SOLID WASTE COLLECTION SERVICES, EFFECTIVE OCTOBER 1, 2003; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, on February 24, 1993, the City of Tamarac entered into an agreement with Waste Management d/b/a Southern Sanitation for Residential Multi -Family Solid Waste Collection Services; and WHEREAS, on September 29, 1995, the City Commission executed an addendum to said Agreement extending the term from December 31, 1997 to December 31, 2001; and WHEREAS, on July 11, 2001, the City Commission executed an addendum to said Agreement revising the effective dates for Consumer Price Index and Broward County Disposal Fee increases to run concurrently on October 1st of each contract year and extending the term from December 31, 2001 to December 31, 2004; and WHEREAS, Article 3.5 and Article 8.1 of said Agreement provides for an automatic rate increases based upon changes in the Consumer Price Index and Broward County Disposal Fee, a copy of said contract attached hereto as Exhibit 1; and 1 Temp. Reso. #10235 Page 2 of 2 August 26, 2003 WHEREAS, the Bureau of Labor Statistics reported a 2.87 percent increase in the Consumer Price Index - All Urban Consumers for the Miami area for the previous twelve month contract period, attached hereto as Exhibit 2; and WHEREAS, the Broward County Disposal Fee will increase from $84.41 to $85.93 per ton, effective October 1, 2003, notice of said increase attached hereto as Exhibit 3; and WHEREAS, Southern Sanitation has requested a rate increase of $0.152 per cubic yard due to increases in the Broward County Disposal Fee and an increase of 2.87% per the CPI increase for Residential Multi -Family Solid Waste Collection Services, a copy of said request and calculations attached hereto as Exhibit 4; and WHEREAS, the Director of Public Works recommends approval of rate increases as requested by Southern Sanitation; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interests of the citizens and residents of the City of Tamarac to approve the rate increase for Residential Multi -Family Solid Waste Collection Services. 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. SECTION 2: A tipping fee increase of $0.152 per cubic yard and a Consumer Price Index increase of 2.87% for Residential Multi -Family Solid Waste Collection Services are hereby approved, effective October 1, 2003. 1 Fj 1 1 Temp. Reso. #10235 Page 3 of 3 August 26, 2003 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. SECTION 5: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 10'h day of September, 2003. ATTEST: 'Z../ir v ril MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that have approved this RESOLUTION as to form. ir- MITCH L S. KF CITY ATTORN J E SCHREIBER AYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. FLANSBAUM-TAL DIST 3: COMM. SULTANOF DIST 4: V/M ROBERTS TR 10235 Second Addendum to the February 24L1993 Agrement EXHIBIT 1 Between the City of Tamarac and Waste Management, Inc. of Florida D/B/A/ Southern Sanitation For Furnishin-o-Multi-Family Solid Waste Collection This Addendum to the Agreement between the City of Tamarac, a municipal corporation with principal offices located at 7525 NW 88 Avenue, Tamarac, Florida 33321 (hereinafter "CITY') and Waste Management, Inc., of Florida D/B/A Southern Sanitation, a Florida corporation with principal offices located at 3831 NW 21 Ave, Pompano Beach, Florida 3073 (hereinafter "CONTRACTOR") is made and entered into this �[Z day of , 2001. WITNESSETH WHEREAS, the CITY and CONTRACTOR entered into an Agreement dated February 24, 1993, relative to the furnishing of multi -family solid waste collection in the City -of Tamarac; and WHEREAS, the CITY and CONTRACTOR agree to revise Article 1, Definitions, as herein specified in order to reflect current practices and descriptions; and WHEREAS, Section 4.3 of the Agreement between CONTRACTOR and the CITY provides for renewal for a three (3) year period of time; and WHEREAS, the CONTRACTOR agrees to include bulk pick-up service and to p ovide two bulk pick-ups per calendar year to each CUSTOMER at no additional cost 'o the residents; and WHEREAS, the CONTRACTOR and CITY agree to waive the CPI adjustment effective January 1, 2001 and agree that all future CPI adjustments shall become effective annually on October 1, beginning with the October 2001 adjustment, based Jpon the June 30 Miami All Urban Consumer Price Index; and WHEREAS, the CONTRACTOR agrees that all future rate increases shall be :nclusive of franchise fees; and WHEREAS, the CITY and CONTRACTOR, choose to extend the term of the agreement until December 31, 2004, pursuant to Section 4.3 of the agreement between the CITY and CONTRACTOR. NOW, THEREFORE, in addition to the obligations set forth in the Agreement of February 24, 1993 and the addendum to the agreement dated September 29, 1995, between CITY and CONTRACTOR, the parties agree as follows: 1 Items s40sf4 4n4 represent deletions, underlined items represent additions Article 1, Definitions, §1.1 Biohazardous Waste, §1.2 Bulk Waste, §1.15 Household Trash, §1.20 Refuse/Solid Waste, §1.22 Residential Service (Multi- family) and §1.31 Yard Trash — Regular are amended to read as follows: ARTICLE 'I Definitions §1.1VIA.STE BIOMEDICAL/HAZARDOUS WASTE: Shall have the meaning set forth in Section 403.703 Florida Statutes. Such items are excluded from the solid waste strum under this „agreement. §1.2 BULK WASTE: stoves, refrigerators, water tanks, washing machines, furniture and other waste material other than construction debris and garden and lawn trash, weights or volumes greater than those allowed for containers generated incidental to the use of the occupancy of the property where the bW4 bulk item is placed for collection. §1.15 HOUSEHOLD TRASH: All accumulations of paper, magazines, packaging, containers, sweepings and all other accumulations of a nature other than garbage or lawn clippings, which are usual to housekeeping and to the Gpe-i:a� Gf_&t0 Feo_ nr nfher r §1.20 REFUSE/SOLID WASTE: Garbage, rubbish, la +4 y bulk waste, GnAstruntinr, nr demotition---dear-is household trash and other discarded .matter within the corporate limits of the city. §1.22 RESIDENTIAL_ SERVICE, MULTI -FAMILY): All refuse collection service provided to all residential dwelling units, including townhomes, duplexes, triplexes, condominiums — and all other multi -family dwelling units within the service area excluding rental apartment complexes. RE JAL.- - •eVINKIMMIM 2. Article 3, Fees and Revenues, §3.4 Tipping Fee Credit and §3.5 Consumer Price Index (CPI) Adjustment are amended to read as follows: ARTICLE 3 Fees and Revenues §3.4 TIPPING FEE CREDIT: One component in the computation of multi -family residential collection fees under this Agreement between CONTRACTOR and 2 Items stri -nk t1r, - represent deletions, underlined items represent additions CITY is disposal fees (tipping fees). Pursuant to the Agreement, CITY and CONTRACTOR shall negotiate an adjustment to the fee schedule in Article 9 if new technology is utilized by CONTRACTOR that provides verifiable cost savings in excess of the cost of such technology that benefit CUSTOMER and CONTRACTOR. The tipping fee credit shall be computed using the information supplied by CONTRACTOR as required in Article 8. mimed §3.5 CONSUMER PRICE INDEX CPI ADJUSTMENT: If this agreement is not terminated as provided herein, on JaauaOctober 1 of each subsequent year - hereof, the rate shall be adjusted by the same percentage increase or decrease, if any, in the Miami All Urban Consumer Price Index (CPI), for all items for the twelve (12) month period ending the previous June 30. The CPI adjustment of the rate to be effective Janua 1 2001 shall be waived and shall become effective on October 1 2001 based u on the twelve 12 month eriod ending June 30 2001 Miami A11 Urban Consumer Price Index. Notwithstanding the foregoing sentence, no CPI adjustment in the rate shall exceed four percent (4%) for any one (1) year, except that in the event of an extraordinary increase in the CPI in such twelve (12) month period, CONTRACTOR shall have the right, between Oece Au ust 1 and August 31 subsequent to the twelve (12) month period, to petition CITY by filing with the Contract Administrator for an adjustment in the rate above the four percent (4%) maximum level. The CONTRACTOR'S petition shall contain financial information, which shall substantiate the requested adjustment. The Contract Administrator shall within thirty (30) days of receipt of the petition recommend .to the City Commission that the petition be approved, denied or approved with modifications. Approval, denial or approval with modifications shall be within the sole discretion of the City Commission and shall be final and binding. The Consumer Price Index Adjustment shall not be effective January 1, 1996 and January 1, 1997 and shall be waived ena} for these two (2) periods. Thereafter, CPI adjustments in the rate shall occur as set forth herein above and shall be calculated as follows: % CPI increase/decrease X current rate = rate adjustment. 3. Article 4, Term, §4.1 Contract Term is amended to read as follows: Article 4 Term §4.1 CONTRACT TERM: The term of this Agreement shall be for a five (5) year period commencing on and including January 1, 1993 and expiring on December 31, 1997. Effective September 27, 1995 this Agreement shall be extended an additional four (4) years and expire on December 31, 2001. Effective 2001 this agreement shall be extended an additional three 3 ears and shall ex ire an December 31 2004. Service shall 3 Items &tR4Gk44r-u represent deletions, underlined items represent additions PaFtier,.-be continuous from date of execution of this addendum, 4. Article 5 Scope of Services, §5.2 Bulky Waste is amended to read as follows: Article 5 Scope of Services §5.2 (g) : BULK WASTE: Effective JanUM.l. 2002, CONTRACTOR shall provide b bulk waste pick-up service on a bi-annual basis i.e. two times per calendar ear f1 Contractor shall establish a schedule of bulkpick-up collection days, which is -agreed to by the City, on or before December 1st for the followina vear. Bulk ick-ups shall beat a location mutually agreeable to C6_ntractor and Customer In the event .the ,Contractor and Customer cannot agree onpick-up location the City shall determine the location. Pick-ug location must be accessible to Contractor's collection vehicles. Each item of Bulk Waste shall be of a configuration, weight and size that two men can safelKpjqk u the Bulk Waste and place it in a rear load collection vehicle. Contractor shall advise Customer in writing a minimum of 30 days in advance of each bulkpick-up, Any customer may request Bulk Waste collection service in addition to the above as orescribed in Section 5.2(g)(2). CUSTOMER shall have the ability to schedule any additional service on an as needed basis through CONTRACTOR who shall provide the reguested service within 48 hours of CUSTOMER call. The following methods and fees shall apply: 20 cubic and o en toa container at a cost of 250 for deliveDL pick-up and disposal. Collection and disposal of bulk items utilizing a ,rear load truck at a cost of $25.00,per item. with a $50.00 minimum charge per call. Article 6, Schedules and Routes, §6.3 Storm/Disaster is amended to read as follows: (This section intentionally left blank) 4 �--t Items c+FG'i thpa represent deletions, underlined items represent additions Article 6 Schedules and Routes §6.3 STORM/DISASTER: In the event of storm or other disaster, CITY may grant CONTRACTOR reasonable variance from regular schedules and routes. As soon as practical, after storm or disaster, CONTRACTOR shall advise CITY and the customer of the estimated time required before regular schedules and routes can be resumed. Where it is necessary for CONTRACTOR and CITY to acquire additional equipment and to hire extra employees to clean r,t CITY of debris and refuse resulting from the storm or disaster, CONTRACTOR shall work with CITY in all possible ways for the efficient and rapid cleanup of such debris and refuse. CONTRACTOR shall receive extra compensation above agreement for additional employees, overtime and costs of rental equipment, provided CONTRACTOR has first secured prior written authorization from CITY to utilize and hire additional labor and equipment and to incur overtime. Said compensation shall be calculated on the basis of CONTRACTOR'S actual costs for additional labor, equipment and materials, plus a reasonable amount as overhead and profit to be negotiated. CONTRACTOR shall provide CITY with sufficient records to clearly support its claim for additional compensation. Listed below are the e ui ment and corres pondin rates er hour for the equipment, which may be necessa for storm or disaster clean up in the City of Tamarac. This equipment shall be supplied on an "as needed" basis. 1 Boom Truck �- If contained thin 30 cubic yard open bed truck with a "clam bucket" loadin mechanism for "on -site debris icku ". 2 Rear Loader Truck -- Thirt -one 31 cubic yard ca acit "rear Load" acker t e waste collection truck. 3 Roll Off Truck — Single truck operation capacity to load/unload ten (10) through forty (40) cubic yard containers on site. Effective the date of this a reement the char es per hour for usa e of this e ui ment will be as follows: Boom Truck with driver / o erator $130.00 / er hour Rear Loader Truck (with driver plus 2 hel�ers� $150.00 /per hour Roll Off Truck (with driver / operator) $11.0.00 /per hour The foregoing rices and costs are sub'ect to ad'ustment as set forth in Section 3.5. 5 Items stP4Gk4#Fu represent deletions, underlined items represent additions 6. Article 8 Rates, Records and Billing, §8.1 Rates, §8.4 and §8.5 are amended to read as follows: Article 8 Rates, Records, Billing §8.1 RATES: The rates referred to in decreased to reflect substantiated facilities used by CONTRACTOR. Article 9 shall be automatically increased or increases and decreases in disposal fees at Such adjustments shall be effective on the date the disposal costs are approved by CITY and calculated based on the following applicable conversion factor: The rate for multi -family service shall be adjusted either upwards or downwards as a direct pass -through for any disposal fee increase or decrease based upon the calculation of ten cents (.10) per cubic yard a fFanGhis fcc for each dollars ($1.00) increase or decrease (or fraction thereof) in the per ton tipping fee at the disposal site. The tipping fee adjustment shall be calculated as follows: (Total amount of disposal fee increase/decrease) X .10 = Increase/decrease per cubic yard) §8.4 When4he Billing is shall be done by CONTACTOR, billing r, ay ba-ma4e-me on a monthly basis and CITY shall receive its franchise fee monthly within thirty (30) days after the end of the month. CONTRACTOR shall provide CITY with its payment of the franchise fee, ice ect+ees the total amount billed for the month the total amount collected and a listing of all accounts and balances that are in arrears over sixty (60) days. The contractor shalLprovide this data in electronic format. 4;QNTRAGT CONTRACTOR within sixty (60) days after ^^mmenc of agreement and annually thereafter shall provide the CITY with a list of all accounts indicating CUSTOMER name, CONTRACTOR'S_ account number, location and billing address which shows the quantity and size of containers and frequency ofpick-up for each account. MWAMMw. . ♦iyear,th �► Aw Shall 4 _ r %.AW'thin CITY tonnage of solid waste collected from multi -family residences within the CITY during the previous twelve 12 month eriod. Said report shall break out the tonnage collected durin bulk ick-u s. 7. The February 24, 1993 Agreement between CITY and CONTRACTOR and all subsequent amendments and addenda thereto not subject to this or other duly executed amendments and addenda remain in full force and effect. Failure to specifically delineate any prior terms or conditions in this addendum does not operate to relieve CITY or CONTRACTOR of any obligations pursuant to this Agreement or waive any rights contained therein. g. The effective date of this Addendum to the Agreement shall be the date of execution by the last party to execute. IN WITNESS WHEREOF, the parties hereto have made and executed this Addendum to the February 24, 1993, Agreement on the respective dates under each signature, the City of Tamarac signing through its Mayor, and Waste Management, Inc., of Florida D/B/A Southern Sanitation signing by and through Phillip Morris, Division Vice President, duly authorized to execute same. ATTEST: Marion Swen n City Clerk Date: 0/(51L6- ved " to form and Ig4al s Mitphbll S. Kraft City Attorney CITY OF TAMARAC By: ( Joe Schreiber, Mayar DATE:--7,/CV 4. Jeffrey L.. Miller City Manager Date: r 7 to 7 Items atpaGk-thfu represent deletions, underlined items represent additions ATTEST: A o r t Secretary64,,-si St7-) L� Type name of Corporate Secretary , (CORPORATE SEAL) STATE OF FLORIDA ) COUNTY OF BROWARD ) CONTRACTOR Waste Management Inc., of Florida, D/B/A Southern Sanitation y: Mori Division Vice President �%r`C�617.A Date: • �ln % i� Before me personally appearedPhol, to me well known and known to me to be the person described in an who executed the foregoing instrument, and acknowledged to and before me that he/she executed said instrument for the purposes therein expressed. WITNESS my had and official seal this �Otjn_day of AZA d, , 2001 In-4 zj' A-ez,02 � /&z Z4:n'� Notary Public, State of Florida At Large Print or Type Name of Notary ffriy Commission Expires: �. MAUREEN r ...rr..rr.rrr.�r.. NKOSKY EXPIRES • • V� Produced Identification -4%vl r • Did/Did Not take an oath ( ) 8 Items struck thru represent deletions, underlined items represent additions WASTE MANAGEMENT INC. OF FLORIDA ASSISTANT SECRETARY'S CERTIFICATE The undersigned states that he is the qualified and acting Assistant Secretary of Waste Management Inc. of Florida, a Florida corporation (hereinafter "Corporation's and that the following is a true and correct copy of the Unanimous Consent of the Board of Directors of the Corporation which Consent appears in full on the books of the Corporation and remains in full force and effect on the date hereof. RESOLVED, that the Corporation is authorized to enter into that certain Second Amendment to the February 24, 1993 Agreement between the City of Tamarac and Waste Management Inc. of Florida D/B/A Southern Sanitation for Furnishing Multi -Family Solid Waste Collection_ FURTHER RESOLVED, that Phillip Moms, John Casagrande or any officer of this Corporation be and is hereby authorized, directed and empowered to execute and deliver for and on behalf of the Corporation, any and all agreements, contracts, documents, certifications, deeds, and memoranda deemed by him to be necessary and appropriate to effect the herein authorized Resolution. WITNESS my hand and the seal of the Corporation this 10 day of J�jl 2001. RONALD'M Assistant e V r j WASTE MANAGEMENT INC. OF FLORIDA ASSISTANT SECRETARY'S CERTIFICATE The undersigned states that he is the qualified and acting Assistant Secretary of Waste ManagCmant Inc. of Florida, a Florida corporation (hereinafter "Corporation" and that the following is a true and correct Copy of the Unanimous Consent of the Board of Dimetors of the Corporation which Consent appears In full on the books of the Corporation and remains In full force and effect on the date hereof. RESOLVED, that the Corporation is authorized to enter into that certain Second Amendment to the February 24, 1093 Agreement between the City of Tamarac and Waste Management Inc of Florida D!S/A Southern Sanitation for Furnishing Muhi Family Solid Waste Collection. FURTHER RESOLVED, that Phillip Monis, John Casagrande or any officer of this Corporation be and is hereby authorized, directed and empowered to execute and deliver for and on behalf of the Corporation, any and all agreements, contracts, documents, certifications, deeds, and man►oranda deemed by him to be necessary and appropriate to effect the herein authorized Resolution. WITNESS my hand and the seal or tile Corpora 1 V V AGREEMENT BETWEEN THE CM OF TAMA R.A. C AND WASTE MANAGEMENT INC., OF FLOREDA D/B/A/ SOUTHERN SANITATION FOR FU RNT S HIIN G MULTI -FAMILY SOLID WASTE COLLECTION SERVICES FEBRUARY 24,1993 AGREEMENT BETWEEN THE CITY OF TAMA RA C AND WASTE MANAGEMENT INC., OF FLORIDA D/B/A/ SOUTHERN SANITATION FOR FURNISFW G MU-LTI-FA ILy SOLED WASTE COLLECTION SERVICES This is an Agreement dated the 24th day of Febru TAMAR.AC, a political subdivision of Broward County Florida itsb uccessoTrs�and assigns,1 CF (hereinafter referred to as "CITY"), th-rough its City Council, and Waste Management Inc.,o Florida d✓CT Southern Sanitation, its successors and assigns, (hereinafter referred to of „COFACTOR"). o as In consideration of the mutual terms and conditions, promises, covenants and pa ments hereinafter set forth, CTY and CONTRACTOR hereby agree as follows: y Definitions I.1 Shall have the meaning set forth in Section 403.703 Florida Statutes. 1.2 Stoves, refrigerators, water and Other waste material other than constxucuon �debnsm weights or Biro ro greater than those allowed for containers generated incidental to the use of the occupancy of the property where the bulky item is placed for collection. I'�BUS ZMSS: Retail, professional, wholesale and industrial facilities and other commercial enterprises offering goods or services to the public. I'4 'Business establishments (for profit or not for profit) the City of Tamarac. P ) within I.S : Multi -family residential apartment buildings that are on the Broward County tax rolls as condominium ownership and assessment, and are designed for mechanical container (dumpster) garbage and trash pick-up. 1.6 construction, remodeling, repair:or demOLtionuope building resulting from 1.7 as defined herein�y dumpster, compactor, roll -off container, garbage can or bag, oadesignated Any condominium or mulamilY �mutilizes the l.areprese$ acondominium or homeowner organization serv1Ceof the CONTRACTOR. legged, fur, 1.9 Dead animals shall mean any four legged. two fin, feather livestock, household pet or otherwise• : A site or facility leggy e oPTamardaG, Broward Co my, and 1.10d waste for p roved by the City lr�eaLmen disposal � � approved agencies. the State of Florida overning S 1er designed or intended to be : Any detachable metal con d loader o rear -end loader truck or 1.1 dim d into a fork -type front e mechanical►Y 1 in in size from two (2) to eight (8) similar mechanism garbage truck and varyg cubic yards. 1.12 pUELEX: A detached two-family structure designed or intended for occupancy by two (2) families. fruit or vegetable matter that 1.13 All waste and accumulation of animal, , serving or storage attends, or results from the preparation, use, h'�'dm'g' cooking, g nature of meats, fish, fowl, fruit, and/or vegetableesor neration of noxious or any whatsoever which is subject to decay and the generation as breedirig or feeding gases or odors, or which, during or after decay, may material for flies or other germ -carrying insects; and any battles, cans or containers, -utilized in normal household -use,-which may retain water,and serve as breeding places for mosquitoes and other insects. All accumulations of grassocass, leaves ated 1.14 vines, tree branches and trimmings which are normally shrubbery, the care and maintenance of landscaping. ,jH 1. 15 : All accumulations of paper, magazines, pacjcaging, containers, sweepings and all other accumulationsf a ure other than operation of or lawn clippings. which are usual to offices or other business places. A residential building which contains more 1.16 than one-(1) living unit, including but n of u� limited nNTRP►CTORS anddominiums duplexesexes. City may designate duplexes which don require Shall mean the form of security approved by the 1.17 the CONTRACTOR as a guarantee that the city and furnished by CON-I-RACTOR will execute the work in accordance with the terms of e agreement and will pay lawful claims. An occupant of a residential unit who generates refuse. Mui a: Any vehicle which is not in violation of any provision of this Agreement is a proper vehicle. Garbage, rubbish, bulky waste, construction or d ther discarded matter within the corporate limits of the 1.18 1.19 1.20 nnnnnCF.R: demolition deans an o city. 1.21 All administrative rules, regulations and procedures that may be established for the provisions of this agreement PAP°ses of carrying out or making effective the 1.22 1.23 1.24 1.25 1.26 1.27 1.28 1.29 1.30 1.31 Provided to all residential dwelling units, includAll refuse ing to nhomes,�du service duplexes, triplexes, condominiums - and all other multi -family dwelling units wie} in service area. the range capacity from 10 to 40 ards (oContainpen for large accumulations of refuse with a compatible). y (p p) or from 15 to 45 yards (Compactor RIJIBISI: All waste wood, wood products, tree Plants, weeds, leaves, dead trees or branches thereof,rchips, $ , grass Cuttings, dead Printed matter, paper , pasteboard; rags, stxaw, used shavings, sawdust, and discarded clothing, used and discarded shoes and boots�combustible s� used Pulp and other products such as are used for packaging or wrapping, wasteand glass, ashes, cinders, floor sweepings, glass, mineral or metallic substances eand any and all other waste materials not included in the definition of Bulky,and Construction Debris, Garbage, Hazardous Waste, and S Bulky Waste, pecial W rite. ss The work under this Agreement shall consist of the raid w work materials equipment, labor and all other items necessary to complete City limits of City of Tamarac. exceeds the uniform ]eve] of servicle providedn or dunder disposal service dential provided which per the agreement, and for which a special service charge tis app ed rvice systems, All waste which by the nature of its size, w�i ht chemical content requires special handlin includes but is not limited to tree trimrnigngs andebranches ezon or disposal. Th°s weight defined in Garden and Lawn Trash, or Yard Trash, hazardous appliances, bu exceeding the size or hey household items, Urge materials, abandoned vehicles or vehicle $ furniture items, construction materials explosives, radioactive materials po liquid body Parts, ordany item ead athat may not be lawfully disposed of at the disposal ;facility utilized by the CONTRACTOR_may not be to r the payment of h Party who is bonded with and for the CONTRACTOR Performance of the agreement. all lawful debts pertaining to and for the washers, water Discarded refrigerators, ranges, heaters and other similar, domestic appliances. ive landscaping maintenance and shall in g tatude materials mamr resulting from yard and trimmings, grass clippings p fronds or small h as tree and shrub exceed four (4) feet in length and four 4 tree branches which shall not bundled and placed curbside for regular collecdon� diameter' Such trash shall be 3 i Grant of Franchise with the the CONTRACTORS performance hereunder and elation of the CM In consideration of hereb grants to the cs and conditions sec forth herein, waste, the,CITYpublic streets, cover the collection of reside s Charter to use p governing right ursuant to Article 7.19 of the Ctty ose of engaging in 7,0NTRACTOR the rig P orate limits of the CITY for the pulp located alleys and thoroughfares within w�tefor multi -family residential c stoono otherwise within the the business of collection of so eernene, corporate limits of the CITY pursuant to the terms of this Agr Agreement and same are collected by CON generated within - ACTOR; hall retain vested title to all waste materials covered by this franchise T1e CM shall orate limits of the CITY thin the core at which time, title shall pass to CONTRACTOR Collection program outside of this ht to establish a separate recycling reduction The CITY reserves the ng aluminum, glass plastic or other materials. However, any Agreement for newspapers, in this Agreement due to a reduction in y ick-up for recyclable in the size of the container and/or frequent of p CONTRACTOR and CUSTOMER. de the volume of solid waste collected as a result betwebennthelC recycling program C •urisdiction ER. materials shall be the subject of ed in negotiations me to a reduction. Legal p rocedures shall be invoked in a Browd cannot 8 Court of having prop pursuant to Article 17 i.n the event that the p� -Fees/Revenues In consideration of the grant contained sation rle right hereof, 3'7 CTOR hereby agrees to pay CITY as the CONTRA treet User Fee") ual use its St reets, alleys and thoroughfares an isamount erivedSfrom residential services fifteen percent (1S°!o) of all Gross Receipts orate limits of Tamarac. (multi -family) solid waste customers within the corporate the end of the month. A Payments shall be due no later than thirty ) y franchise fee of 15°k shall be paid retroactive from October 1, 1992 until effective dace of Agreement. CONTRACTOR shall provide to CITY notarized monthly RdStatements should al statement's inean authorized repr;senta i deoail CO c NTRgories and amounts accompass ny payments and identify CONTRACTOR'S CONTRACTOR, based on the records of C Receipts received by r which'► a ment is made related to COI during the month for which t if CONTRACTOR fails or refuses to make performance under this y CITY may maintain an action against such reports and payments, to recover the same and result expenses sannua1 audit pt collecting to CONTRACTORaid to CITY for including reasonable attorney bey fees. what should have been paid to the 8.2; there is a discrepancy required to be paid to CITY p franchise fees e�SpCTOR shall hat was e responsible for 100°Io of the difference d ys Agreement, C Such difference shall be due no later than thirty ( ) and owing to CITY; CONTRACTOR of said difference. after delivery of notice to CONTRA erstood and agreed that the consideration tpe resident's pursuant rsua t garbage It is further and separate item on Agreement not btiera hall bp considered as an operational expense. collection 3.2 EUUE In the methods of collection and disposal of s COFACTOR establishes an included a percentage of gross receipts from s uh collections all establish, �t�}�a� included in the calculation of the amounts due. which should be 3.3 Payment for this franch�n,r before the date �: In the event as CONTRACTOR shall CONTRACTOR fails to make the that payment is late, pay an interest charge for each month�o a fraction thereoreinabove f � Chase Manhattan .8 ``� interest Factor shall N.A plus one percent (l based ul the pie rate for the as follows: ( )calculation will be illustrated Prime Rate + 1 %i365 da s� (DR) Daily Interest RDIR x 'atDays , Late=xntorest Charge Regardless of the to'egoing, the Interest rate rote section will comply with all applicable state laws. rred to in this 3.a residential c One component in the computation CITY is disposal ufees e ti under this Agreement between cation ofmulti-family (tipping fees). Purse eon CONTRACTOR and CONTRACTOR shall negotiate fe s). ant to the Agreement, new technology is utilized b adjustment to the fee schedule iArticle CTTY and savings in excess of the cost of CO technology that r Article 9 if COM'RACTOR p ovides verifiable cost pplied b C The tipping i $Y that benefit CUSTOMER and su pA ng fee credit shall be computed usin to, the Y ONTRACTOR as required in Article 12 g, he- i�onuation �-v g not limited information required pursuant to Section 12.1(c)' includin 3.5 l nVC!TT71.1 -- terminated as Y rate shall Provided herein onR' this agreement be adjusted b Vt�f!l of each subse uent eement is not Miami u the same percentage increase or decrease, � hereof, the All Urban Consumer Price Index month period endingp (CPI) For All Items for the twelve (12e sentence, no CPI adjstment previous rate Smber 30 ) (1) Yew, except that in the even[ or to ex Notwithstanding the foregoing exceed four percent (4%) for an twelve (12) month period, CONTRAextraordinary increase ' Y one December 1 and De CTOR in the CPI in such comber 31 subsegUent to the twelvevel2he right, between petition CITY by filing a petition with ( ) month period, to adjustment in the rate above the four CONTRACTOR'S per ent (4%) Administrator for an petition shall contain financial infomum level, The substantiate the requested adjustment. rmation which shall '�h' (30) days of receipt of the The Contract Administrator all wthin Petition be approved, denied or approved recommend mo tithe approval with modificaons shall be CI[Y Council that the and shall be final thin the sole discretion of he City or and binding. [y Council Aau"EA 4.1 Term Period commencin : The term of this Agreement shall be fo 1997. Service shon and including January 1, _r a five (5) year this contract is executed Commence mtnence no later than forty-fived(45jd $ Or, December y both parties. Y m the date 5 4 2 : City shall have the option to extend the term of this Agreement on a month -to -month basis on thirty (30) days written notice • This Agreement shall be renewable by agreement of both 4.3 year eriod. This option may be exercised by action parties forone�0) three (3) Y p the month of July 1996; however, of the City Council and CO rNTRACTOR�dter exceed eight (8) years• These that the total remaining ag options are available at the sole discretion oo t C �► eser�vices upon the same CONTRACTOR shall be required top terms and conditions for the extended agreement term. CITY shall not have any obligation to exercise these options. Scope of Services 5.1and to CONTRA t�I OR�here�byag�re-llect a1l fto r' S dential c5ustomerstwithin the �orporate solid waste generated by mul Y Limits of the C=, except as specifically excluded in this Agreement. 5.2 _ - shall be provided regular refuse collection service at least two (2) times per week under this Agreement All multi -family units are required to receive such service. (b) QPYzvTC : CONTRACTOR -shall -provide mechanical/containerized (dumpster) refuse collection service.at least two (2) times per week under this Agreement. CONTRACTOR will also provide the (c) mean�tO ecrease container size if requested by CUSTOMER based on decrthe ease of garbage volume as described slequarterly c• l� During fter servicrst e lev iear f may contract, service level can be add be adjusted no more than twice per year. Pickups shall not be reduced by holidays, other Year- (d) CTOR shall be required to pick up refuse on all than Christmas Day. CON"I`RA holidays other than Christmas Day. ACONTRACTOR and at l ast o (1) service i k up shall residential ru de customers twice during Christmas we after Christmas Day. (e) C 0 - Container refuse customers shall accumulate refuse at locations that are mutually greed for collectionon ythe by CO usNTRACTOR tomer and CONTRACTOR and which are convenient Where mutual agreement is not reached, CITY shall coordinate with CONTRACTOR and CUSTOMER to designate location. cn (l) • First collection per day will not begin Prior to 8:00 A.M. or pursuant to Section 9-91 of the City Code duly via attached as Exhibit "B" or such time as set by CITY Y enacted ordinance. �2) CONTRACTORshall provide service Monday through Saturday. (3) CONTRACTOR shall not m 8 ay Sunday, make any waste collections on a (g) CONTRACTOR shall negotiate with means to provide bulky waste pick-up. CUSTOMER the 5.3 request additional garbage collection service in conforrri�Ci�CSTOMER established in Article 9. may e with the rates 5.4 minimum of noise and disturbaCONTRACTOR shall make collections with a CONTRACTOR and shall be Containers shall be handled carefully b thlaroughly empUed and left where they were found This work shall be done in a Sanitar y manner. Any waste spilled b receptacle found in p and removed by CO, 'TPACTOR_ Y the properly e such an enclosure of any kind shall be replaced securely �a enclosure. In the event of damn e Customer's garbage receptacles CO g by CONTRACTOR of a timely repair or replacernenc FACTOR shall be responsible for the 5,5 It will not be the responsibility Waste resulting from clearing property for budding of CO ..contracted to do sa.rRACTOR to remove g Purposes, unless specifically Schedules and Routes 6.1 BQ CONTRACTOR. CO : Collection routes shall be established by routes to the city for r� approval, whichba it a ma withheld. CityP designating the collection amendments dnot increase the c splof Con approval shall not be unreasonably contemplated herein. annually so rang ,as such CONTRACTOR to provide the services 6.2 that at times during the yea. the uanti CONTRACTOR acknowledges fluctuation in the amount of gardenandand tr refuse is mate riall be considered a justlfcaUon for the failure of CO This additions load wilano� established schedules and routes. CONTRACTO sha.11Tb R to maintain the removal of all refuse. responsible for 6.3 CONTRACTOR reasonaIn tva event from regular r other disaster, CITY tna as practical, after storm or di g schedules and routes. As soon customer of the estimated time disaster ed '�C� Rar soh advise C be resumed. tiles and routes can Where it is necessary for CONTRACTOR and CiTy t equipment and o hire extra employees to clean city of debris acquire additional from the storm or disaster, CO ways for the FACTOR shall work with d refuse resulting CONTRACTOR and rapid -cleanup of such CI debrisin Possible fuse. 7 CONTRACTOR shall receive extra compensation above agreement for additional employees, overtime and costs of rental equipment, provided CONTRACTOR has first secured prior written authorization from CITY to utilize and hire additional labor and equipment and to incur overtime. Said compensation shall be calculated on the basis of CONTRACTOR'S actual costs for additional labor, equipment and materials, plus a reasonable amount as overhead and profit to be negotiated. CONTRACTOR shall provide CITY with sufficient records to clearly support its claim for additional compensation. 6.4 Employees of CONTRACTOR shall not be required to expose themselves to the danger of being bitten by dogs or other animals in order to accomplish refuse collection where the owner or tenarits have such animals at large. CONTRACTOR shall immediately notify CITY in writing of such condition and of its inability to make collection because of such condition. Disposal of Solid Waste CONTRACTOR shall deliver multi -family residential solid waste collected pursuant to this agreement to the approved Broward County Recovery Disposal facilities or to any transfer station which ruay hereafter be utilized in the future by CTY and approved by Broward County (such site hereafter called the DISPOSAL SITE). CONTRACTOR shall not be reimbursed by CITY for costs and expenses actually paid by CONTRACTOR to Broward County for the use of disposal site for disposal of residential solid waste collected, pursuant to this Agreement. All altemative disposal sites must be approved in writing by CITY prior to use by CONTRACTOR. All laws, rules and regulations governing hours of operation and disposal practices at disposal sites shall be strictly observed by CONTRACTOR. The parties hereby agree that all services provided by CONTRACTOR pursuant to this agreement shall be carried out in a confident and business -like manner and in compliance with the standards and specifications set forth in the attached Exhibit "D" (Performance Standards). CONTRACTOR shall not engage any subcontractor without written prior approval by CITY. Any revision or establishment of new performance standards shall be approved by Council and upon such approval, shall become a part of this agreement as though fully set forth herein. The allocation of any and all costs which may be hereafter incurred by CONTRACTOR in conforming with any changes in the performance standards, shall be negotiated by CONTRACTOR and CITY in good faith. • 8.1 EA -US: The rates referred to in Article 9 shall be automatically increased or decreased to reflect substantiated increases and decreases in disposal fees at facilities used by CONTRACTOR. Such adjustments shall be effective on the date the disposal costs are approved by CTTY and calculated based on the following applicable conversion factor. The rate for multi -family service shall be adjusted either upwards or downwards as a direct pass -through for any disposal fee increase or decrease based upon the calculation of ten cents (.10) per cubic yard plus the applicable franchise fee for each dollars ($1.00) increase or decrease (or fraction thereof) in the per ton tipping fee at the disposal site. (a) In addition to the rate adjustments described above Petition CITY any time after the first ,CONTRACTOR may adjustment. CITY reserves the right to r v uarY date of this agreemen t for a rate for any rate increase proposal including '� additional information as ba.cku Finance De g an audit of applicable records by CiI-ys partrnent or agent thereof, CO ' increases must be a Nl'RACTOR recognizes that all rate considered on a timely e yC CITY. 'on Of the City Council and shall be increase prior to approval by City Council and notices CONTRACTOR sores residents bill any rate the initial rates described herein. submission of the rater request e CO CITY shall have thin ) d including additionalOf � y CONTRACTOR in which to (30) days from backup information. request in writing (b) In the event that rates are increased or decreased landfilUincinerator/d.isposal site and/or by Bro increased County governmental a enc Csed at the fees based on formula as sPe i.fied in notify CONTRACTOR w th n�15 days to adjust (c) The rates quoted are to apply to any area annexe (d) CON d into the city. TRACTOR shall work with CITY to resolve any unforeseen problems that may arise during the term of the agreement, This not limited to, providing extra crews and equipment providing dumpsters in times of emergency, and as5istin includes, but is disposal of any unusual amounts of garbage a pmsis in tinges of emergency, g $ and trash accumulated byllection the various and departments of the city. Y arious -8.Z �r�inci:pace obu CONTRACTOR wthin Broward rees to maintain, at relating to the County, at -his `local office or Performance of its obligationadugder h oks a d ements CONTRACTOR agrees to maintain separa� records in a f identify grass receipts from the City of Tamarac from rocs r orrn sufficient to municipalities, oPemdons. Audits, upon reasonable notice by the receipts for other performed more frequently than twice a year Burin City, shall not be maY, upon reasonable notice, cause an audit to be performed b City g normal working hours, CTI"y by an independent party designated by CITY of that portion of y persdnnel or books and records relating to its CONTRACTOR'S an annual audit pursuant to this dorm on shnce all Ue�bur Section 13.3 performance evaluation and ion s all hereof.g e�mene costs The cost uof nder work papers can be removed from the inspection locadonNo original notes or 8.3 �: (a) CONTRACTOR shall be responsible for monthly Gusto collection. CONTRACTOR'S telephone number shall be include to customers and bills for service, customer billing and d on all notices (b) CITY shall provide CO service,of ddress,es, type of service, and freegu NTRnay OR e Uonist of all customers, billing Prior to commencement of (c) discontinue a customer's Se vi for non -pa CONTRACTOR May temporarily due m excess of sixty (60) days. a if sere ce has account is past non-payment, the customer's deposit may be applied to thebeen discontinued for customer's account, 01 (d) Service shall be restored upon payment of account by customer, CONTRACTOR 'may. charge a service fee of $15.00 when service is being restored after being disconnected for non-payment. CONTRACTOR may charge a monthly late fee, not to exceed one (I%) per cent of any past due balances in excess of thirty (30) days. CONTRACTOR shall notify CITY of the discontinuation of a customer's service, if such service is not restored within ten (10) days. (e) CljsToMER DFEOSITS: CONTRACTOR may require a deposit not to exceed twice the fee for monthly service. if CONTRACTOR is providing a mechanicalfbulk container to the customer, the deposit may not exceed the total of the fee for two months service plus one hundred ($100) dollars for each yard of the mechanical container capacity provided. All deposit schedules shall be uniformly applied. If a customer's service has been discontinued for non-payment twice in a twelve (12) month period, CONTRACTOR may require an additional deposit equal to fifty (50%) per cent of the regular deposit. Customer deposit shall be returned or applied to the final bill when the account is closed and service is discontinued. Customer deposits shall be held in escrow by CONTRACTOR, and any deposit not refunded to customer shall be transferred to the city upon expiration or termination of the agreement. 8.4 Where the billing is done by CONTRACTOR, billing may be made monthly, and CITY shall receive its franchise fee monthly within thirty (30) days after the end of the month. CONTRACTOR shall provide CITY with its payment of the franchise fee, a listing of all accounts for which no collections were received after sixty (60) days, a listing of all collections -and a listing of all accounts that are in arrears over sixty (60) days. CONTRACTOR shall provide CITY with said information on an annual basis from multi -family customers. CONTRACTOR within sixty (60) days after commencement by a contract shall provide CITY With: (1) A list of all accounts by name and numbers. (2) The total amount billed to each account. 8.5 Once a year, CONTRACTOR shall provide to CITY, completion of a total route within CITY without commingling trash/garbage with any other route (other than CI"IY'S) and provide CITY wjth an accurate tonnage weight analysis. ARILCLE Compensation 9'T : CONTRACTOR shall be paid the followin g sums for a..11 ' service that it provides within the CITY. OFrlOr4 V. MONTHLY SERVICE Container tz Size per. 2x per 3x week week week r Ax par 5x por 6x per week wbek week 2 cu, yds. 61.6y 118.12 174, y 3 cu. yds S 230,98 287.41 343.85 a Cu. yds. 76.91 148.27 219,73 291.19 362.65 434.11 5 Cu. yds. 97.82 179.31 265.80 352.29 438.78 525.26 6 Cu. ydg, 10e.45 209.97 311.46 413.00 514.52 • 616.03 cu. yds. 174.07 240.62 357.16 473.71 590.25 706..80 13 154,91 301.52 448.1 594.72 741.32 $87.93 (d)(1) OPTIONAL. SERVICES: (a) Casters: (up to 4 cubic yards per container) (b) A0110u1: S � Per month Maintenance 1 Pot month per Contains 101 shoe ainer rollout, 1 time Per week easy S t oo Pat month for each additional d per week per month for long, difficult Grne Per wook per month'tor each additional day Per (C) Unscheduled ors week S special Pickups �--� Per uncOrnpacted yard {d Compacted rates (Ratio 4 to 1) 2 cubic yards pot Pickup 1 16 4 cubiyards Per pickup c Yards per , p 1 7� 5 cubic pot Pickup ~_ a 6 Cubic yards per pickup "r'11 Ratrs Arc. ]nrluslv�, of F�anr:hisc Fr a RI C E 10 Units Guarantees 10.1 Those units which currently are to receive service are contained within the designated multi -family residential areas, condominium designated areas as defined in Article 1.5 and Article 1.16. Contractor's Local Office 111 : Throughout the term of this Agreement, CONTRACTOR shall establish or maintain a local office or authorized managing agent within Broward County and shall designate in writing within ten (10) days e served fromexecution of rvsice uponntthe CONTRACTent OR'S agenton �shall alwayl notices s consti constitute from CITY. S p service upon CONTRACTOR. 11.2 H4�S: CONTRACTOR'S local office shall be open during collection hours so that customers can lodge complaints, requests for information, and requests for service. At a minimum, CONTRACTOR shall be available during the hours of 8:00 A.M. to 5.00 P.M., local time, Monday through Friday. 11.3 : CONTRACTOR'S local office shall have a responsible person in charge during collection hours on collection days, shall be equipped with sufficient telephones, a local telephone number, and sufficient attendants to receive telephone calls. Attendants shall receive calls in a courteous and polite manner, record all complaints, -and resolve "all complaints in -an expeditious manner by the end of the next business day. ARMLEU Contractor's Relation to City 12.1 2MEPE : The relationship of CONTRACTOR to the CITY shall be that of an independent CONTRACTOR, and no principal -.gent or employer -employee relationship between the parties is created by this agreement. By entering into this agreement with CITY, CONTRACTOR acknowledges that it will, in the performance of its duties under this agreement, be acting as an independent CONTRACTOR and that no officer, agent or employee of CONTRACTOR will be for any purpose an employee of the City of Tamarac and that no officer, agent or employee of CONTRACTOR is entitled to any of the benefits and privileges of Floridaity employee or o ordinances of thelcer under anCity of Tamar�apc vision of the statutes of the state 12.2 NON -WA MYERS AND : This agreement shall not be taken or held to imply the relinquishment or waiver by CITY of its power to make other reasonable requirements or regulations pertaining to the subject matter hereof, and CITY hereby expressly reserves the right to make all regulations which may be necessary or proper to secure the safety, welfare and accommodation of the public, including, but not limited to, the right to adopt and enforce regulations to protect and promote the health and general welfare of the public from danger and inconvenience in the management and operation of garbage, and Solid Waste services detailed herein. Nothing herein contained shall constitute a waiver of any of the requirements of the rules and regulations adopted by Cn`Y, including the right to make such changes and amendments to said rules and regulations as said CITY may deem to be advisable and necessary to protect the public health and general welfare of its inhabitants. 12.3 : CONTRACTOR shall perform every reasonable act to provide a service of high quality and keep the number of legitimate complaints to a minimum. In order that CITY may be fully informed of the quality of the service, CONTRACTOR shall arrange the handling of cormplaints in substantially the following manner, all complaints, whether received in person, by mail or by telephone, shall be reported in CONTRACTOR'S log approved by Contract Administrator and furnished by CONTRACTOR. A copy of the log is available to CITY upon request. Complaints received before 12:00 noon shall be - serviced before 5:00 p.m, that day. Complaints received after 12:00 noon shall be serviced before 12:00 noon on the following calendar day. CONTRACTOR shall be available at CITY'S request to CITY action taken on complaints. Legitimacy of challenged complaints may, at the option of CITY, be determined on the basis of a joint inspection by a representative of CITY and a representative of CONTRACTOR. CONTRACTOR shall maintain a customer complaint log during the term of this Agreement, and shall maintain log for five years from the date of the complaint, 12.4 DT.q(~RTMYM A -r7,-% CONTRACTOR, in the execution, performance, or attempted performance of this agreement, shall not discriminate against any person or persons because of sex, race, religion, color, or national origin, handicap or marital status. CONTRACTOR'S employees or applicants for employment (as provided in Title VI of the 1964 Civil Rights Act, the Florida Human Rights Act of 1977, and the American'Disabilides Act of 1992), understand and agree -agreement conditioned upon the veracity of this Statement of �l�at�his�greis Assurance. CONTRACTOR herein assures CITY that said CONTRACTOR will comply with Title VI of the Civil Rights Act of 1964 when federal grants are involved. Other applicable Federal and State laws, Executive Orders, and regulations Prohibiting discrimination as hereinabove referenced are included by this reference theret This Statement of Assurance shallbe ,interpreted to include Vietnam -Era Veterans and Disabled Veterans within its protective range of applicability. CONTRACTOR must be an Equal Opportunity Emp ,� inate on e loyer and have an afiurnative action plan and not disc rimthbasis of handicapped status. LU: x2.s (a) CONTRACTOR shall assign a qualified Of its operations in CITY and shall'give the name or narnessto CITrsons Y; be in information regarding experience shall also be furnished. (b) CITY has right to require CONTRACTOR'S collection employees to we clean uniforms or shirts bearing the company's name, ar (c) Each Driver shall at all times, carry a valid operator's license for the type of vehicle they are driving.. pe (d) CONTRACTOR shall provide operating and safety training for all personnel. 13 12; CONTRACTOR, at its sole cost and expense, shall furnish and maintain all equiproent as is considered necessary Perform the work in an to p acceptable wanner and at a satisfactory rate of progress. The equipment shall be maintained in a first-class, safe and efficient working condition through the term of the agreement and . any renewal period. CONTRACTOR shall hall maintain regular preventative maintenance program for all equipment records of preventative maintenance and other maintenance repairs to the equiproent. CONTRACTOR shall be responsible for initiating, maintaining and supervising all maintenance programs, safety precautions and programs, in connection with the work and services performed hereunder. CONTRACTOR shall establish reasonable procedures and programs to prevent property loss or damage and/or personalinjury al l othar persons who may be affectedhereby. CONTRACTORited to. employees performing such work a. CONTRACTOR shall comply with all Federal, Stag, and Local rules and regulations when conducting operations pursuant to this_ agreement. CONTRACTOR shall maintain files and records of all citations and violations of any laws, statutes, the equipment or regulations h files and records shall hbeea available pony or operation of the eq p reasonable notice for review by CF Y. 12.7 YEIIICU All vehicles and equipment used by CONTRACTOR for the collection of residential solid waste shall be clearly marked with the CONTRACTOR'S name and telephone number in letters of a size sufficient to reasonably identify the vehicle, but not less than five (5) inches in height_ CONTRACTOR shall also assign to each of its vehicles an identifying number and shall mark the same upon said vehicles in figures not less than five (5) inches in height. • CONTRACTOR shall 12.8 provide its customers with appropriate containers for collection of residential solid waste, subject to the following requirements; all such containers shall be constructed according to the generally accepted industry standards. All roll -off containers shall be covered to prevent the scattering of the containers contents while in transit. All such containers shall be cleaned and maintained on a regular basis by CONTRACTOR so as to be in good repair. All containers shall be clearly marked with the CONTRACTOR'S name and telephone number in letters not less than two (2) inches�n ht h48) hot° T n tifiedOby CITY orpts custorynermaged container within forty g 12.9 CONTRACTOR shall establish and enforce in its operations and among its employees such regulations in regard to cleanliness in the collection of solid waste as will tend to prevent the inception and spread of diseases and to effectively prevent the creation of a nuisance on any property either public or private. CONTRACTOR shall maintain at its sole cost and expense copies of all twerf from the City, Cits and licenses ounty, State or Federal Governme t- uired for its collection of residential solid waste services Performance Evaluation and Monitoring 13.1 • CITY hereby reserves the right to inspect and evaluate CONTRACTOR'S operations relating to its performance hereunder either on a continuing or random inspection basis. The Evaluation Plan attached `WAJ hereto as Exhibit "F" contains detailed standards for such evaluations. Performance Evaluation Plan may be revised unilaterallyb time during the term of the Agreement or an Y CTiy at any titlJe any such revision will be effective renewal upon peas reasonable notic' that CONTRACTOR. CITY from time to time may unilaterally determine we to hich operations are to be evaluated during a particular period. CiTy, through an independent third party Contractor of its own selection, shal] evaluate technical performance, including reliability and schedule performance, program management. The cost of such third party CONTRACTOR shall be a reimbursable cost under Section 13.2. 13.2 all documentable, out-of-pocket costs a-nd CONTRACTORshalleimdbubse CI-Z-y for connection with fhe award of this Agreement to CONTRACTOR,y ITS` in the 30th day after the execution of this Agreeme, II TYalll submiitoto to CONTRACTOR a detailed list of all such costs which are reimbursable ursu c this provision. Such costs shall be certified as to their completeness an'd accuracy by CITY and shall be deemed accurate unless the CO notifies CITY in writing of i� disagreement to any such costs within thirty days after receipt thereof. Reimbursement b CO y (30) to this provision shall not exceed an aggregate yNTRACTOR to CITY pursuant Noll 00 dollars ($10,000.00) and shall be iOm°unt of ten thousand and days after receipt of invoice from the Cih,P y CONTRACTOR forty-five (45) 13.3 FilTriuP 13.4 CONTRACTOR shall annually reimburse CiTy ancurred in monitoring and evaluating CONTRACTOR'S for all costs that are Agreement. Such costs shall be submitted to RA Performance under this �y (30) days after the compledn of each Agreement CONTRACTOR in wrong within certified as to the completeness and accuracybManager-and Such costs shall be deemed accurate unless CONTRACTOR otiifies Canin d shall be disagreement with any such cost within thin Reimbursement b writing fits Y CONTRACTOR to CITY thirty days provision hall be paid on or before forty-five (45) days after receipt of such costs from CITY and such reimbursement shall not exceed an aggregate amount of $15,000.00 for Y agreement year. CONTRACTOR shall fail to perforru any of the material provisions In the event Agreement, CITY shall provide CONTRACTOR with written notice off this compliance, stating all reasonable facts relating thereto. if the practice, event or condition is not reformed, corrected or otherwise made to Complywith non compliance, this Agreement within a period of time which is reasonable in relation nature of the practice, event or condition of non-com lian the terrus more than ten (10) days from the date of the notice of violation to the compliance cannot be cured within ten (10) da s p �' but in no event using best efforts and CO unless the non- NTct of No shall notify CITY f those efforts theasonable e same shall constitute an Act of Non -Compliance. For each Act of N compliance, Cp e FACTOR shall pay CITy the sum of up to Five Hundred Dollars ($500.00) per day for each day that such Act of Non -tom li This remedy is hereby expressly made cumulative of other r ce s aU available to PART -MS at law or in equity for breach of this Agreement. 1S 13.5 time whenever (a) CI'Ty reserves the right to terminate the Agreement at any e service provided by COFACTOR fails to meet reasonable standards of the il' fives written notice to CONTRACTOR of the deficiencies as trade, after CITY gives may call set forth in the written notice within ITyfourteen on�termination. CITY Ceiyt y CONTRACTOR of such proceeds from CITY p ed to CITY for the the Surety and applythe to the cost of service charged balance of the Agreement. In the event of a strike by the employee or any other similar labor dispute Agreement by CONTRACTOR substantially which makes performance of this Ag righthave to call the impossible. COFACTOR agree to a provide necessary service 01 Surety Bond and engage another P CONTRACTOR shall furnish to -CITY a 13.6 Letter of Credit or Cash Bond guaranteeing the faithful Performance Bond, hall be in the form acceptable to performance of this Agreement The security sand in the City Attorney and shall be for the and f t p00 }Dollaremes 'Ire he s eu h� equal to Two Hundred and Fifty Thous be furnished to CITY by COFACTOR within ten (10) dlimiLing ays of the daoteher execution of this Agreement or any security tshall indemnify CITY ITY against any indernRity provisions herein, such Y loss, expense, cost or damage resulting from any de,aRI .rne ON AttorneyOR hereafter or any failure of performance by C pprove not only the form of the security, but hereby delegated the authority to a also the financial capabilities of the Surety to perform. Upon completion of this , CONTRA Agreement in compliance with all term hBond on D pos treofwith CITY wiwitwOR shall be entitled to the return of any Cas (10) business days. 13.7 Due to Unusual Circumstances: nsi (a) le It is expressly agreed that in no eventon accoun of any s oPPagebe liable or soor delay to CONTRACTOR or to any other perso in the work herein provided for, by injunction oofeanygdelay for any cause for ught against CITY or CONTRACTOR, or on which CITY has no control. (b) CONTRACTOR shall not be.resapoe rnentowhereysuch delays o� on ance of the terms and provisions of this g performance are caused by events or circumstances disturbances, over God-, provided, has no control, including Hots, civil is however, that in the event of any such of of CONTRACTORerformance or . CO sAulting from CTOR events or circumstances beyond the control shall not be entitled to compensation for such period of time as a delay or non- performance shall continue. 14.1 14.2 DefaWt of Agreement been a default of the Agreeruent,�C ty Manama °Sh°� the City Manager, there has writing, specifying that which has been a default of Agreem�ne, _AIf, within Period of seven (7) days, CO notify NTRAt�OR in Y ' NTRACTOR has not eliminated the conditions considered to be a default to this Agreement, City Council and CON7RACTOR� and a he Attorney shall notify City (15) days of such notice. R, that dayaring shall be set for a date within fifteen and C TY's representatives and shall ke a determination as to whhethe has been a breach and shall direct what f Council shall hear FACTOR hereinafter provided. Pending further action shall be r or not s shall be g Resolution of the alleged breach, CONTRACTOR Crry, governed by the provisions of Section 14.2, DLEAJa•T: Default by CONTRACTOR shall occur if CONTRACTOR Observe or perform a material p®rtion of its duties under the Agree - fails to may terminate CONTRACTOR'S performance of services UnderthisAgreement .CTTy in the event of default by CONTRACTOR and the failure b CO cure such default after receivingORo deliver a written notice ei CONTRACTOR hereof. Should default occur., CONTRACTORto Proposed date of termination.]`�'RACTOR describing CITY ma day following receipt of thnotice. CITY, date t be earlier than default and the 30) Proposed date of termination to a later date, thin Beth (the sole option, may extend the termination, CONTRACTOR cures such default then prior to the used sed date of shall be ineffective. If CONTRACTORP termination Proposed date of 1ermination t fans t0 cure such default prior to the Performance under this Agreement as of such a��rminate CONTRACTOR'S 14.3 r�, contained in the above notice Upon the effective date of termination as CONTRACTOR shall, unless the notice directs in .2h Of this Agreement, discontinue al] service in connection with this Agreement and shall cancel promptly all existing orders with to this Agreement. simmediately (10) days of receipt of notice of termination, CONTRACTORall Proceed to CITY month] reports Within ten Y Pits and revenues required under this Agreement o the dart of termination. Y to 14'4 : In addition to, or in lieu of, the termination Section 14.2 of this Agreement CTy shall take any or all othe Procedure Set above in in the events of a default by CONTRACTOR; olio se actions (a) If CITY determines, and notifies CONTRACTOR, that Poses an immediate threat to the health or safe such default interest, and if CONTRACTOR has not cured Buchan y Pelson within to property (24) hours after receiving such notice, C Y P perty cause to be CITY shall have the right to pew°or Performed all or part of the work necessary the event that CITY per or such work, or cause so cure such default, Ln CONTRACTOR shall bear the cost of such work, and if reimburse CITY for the cost thereof. Of s shall have be Pam, shall such cam necessary, shall compensation due to CITY from any sum Otherwise due ato deduct any CONTRACTOR nd owing to j: 77 Letter of shall make or file a claim under n the performance bilitiesBthat.CITY has (b) CITY damages, expens Credit, or Cash Bond for any amag s default - incurred as a result of CONTRA fiance b CITY may exercise its rights under Article 13.�4 non -comp Y CONTRACTOR in this Agreement. aa-kt�tion COISi' _ACTOR hereby assumes risk of lost and/or performance of any of ittsury tobligations and/�personsarising directly or indirectly from the an hold its officers, Agreement and further agrees to d allor claims �li bilitiess,, demands, suits, costs m under this p'g from and against any an from agents, and employeesrises of litigation and attorney s fees gherein expenses, including, but not limited to expenses the foregoing, the indemnity provided any such claims, loss or injur''claim against CITY arising out f t y� of thimenta went for shall specifically include any herein defined). This indemnification shall continue beyond claims arising as a result of this Agreement Insurance CONTRACTOR shall not commence work under this Agreement 16 1 Agreement, such ble until it has obtained all the insurance required CONTRACTOR shall be respons .insurance has been approved by the City. for for delivering to CITY the CertificTOR ate of na em d� insured ontheCertificate eertRA ate of shall name the City of Tamarac as amust Insurance. CONTRACTOR'S Certificate of insurannce p licieseshall be issued included in this Agreement as Exhibit C cam anies duly licensed to write business ines ce Guide Further CITY by comp an and rated -A- or better by A. M. Best y shall be named as a named insured on allinsan Pwith a sta ement by the Compensation). Certificates of each policy,c together not be cancelled without issuing company to the extent that said policy , and shall be delivered to issthLuing (30) days prior written notice received by CITY spe CITY for review and approval. insurance coghtnto way lessen or ed herein constitutes t the minimum requirements and said requirementsAgreement. the liability of CON-I`RA�T d maintain, niat its own cost and expense. any CONTRACTOR shall procure and add itional kinds and amounts of insurance on o its work. k in its own Judgment, may be necessary for proper protection in the compleli CONTRACTOR shall maintain, during the ation Insurance on 16.2 term of this Agreement and any renewals, Worker's Compens and sh all of its employees to be en$in ounder ln the event that any class of all require the same from any subsontract rsused. is employees engaged in hazardous work pursuant to his Agreement R shall prtected under the Workers' Compensationrotection of provide adequate employer's general liabilityinsurance for the p employees not so protected. Mo 16.3 CONTRACTOR shall procure and shall mai CONTRACT and .any renewals public Liability main during in an amount not less than $1 000,00 i combine and Pro g the terra of this injury. death and prapert d d single perry Damage �suran 16A Y amage (except automobile). limit coverage for bodily during � term Of this In Aggreement and renewals, Procure and maintain, coverage for bodily aunt not less than prehensive Automobile y injury, death, and $1amag 00 combined single limit 16.5 property damage (automobile). maintain, during the term of t CONTRACTOR sh Liability Insurance Olis Agreement and an all procure and Automobile and Bodirnl an amount not less than 1,000 000' Excess Umbrella 16.6 y InlurY�OPenY Damage coverages. coverage in excess of Paragraphs shall provide ad The insurance required under the claims which may c9uate protection for CO above operations b y �1Se from operations under ONT eC OR against Y the insured orbnt, gheth damage the insured. CITY shall be named a by directly or indirectly Nether such insurance policies provided for herein. insured on employed by 16.7 all of CONTRACTOR'S bonding companies with whom CONTRACT bonds are written shall OR'S insur � The Insurance and be represented b be licensed to do burin insurance and rform Florida. Y an agent or agents ess the State of Florida and ance hall Each such a eats having an the 1 may be had, and must havesaueh be duly qualified located in and/or bond in upon whom service the of g company to ne tY and power to act on process claimant or negotiate, and settle with�h�f °f the rnsurance CONTRACTOR Property owner who has been Bomaor agents shall be Seinsurance CITY, have any other and/or bonding Company. damaged, may have against forth on all such P Y The name of the a CONTRACTOR shall keep bonds and certificates of ins gent or times during the to P the required insurance in full for prance. ma of this COACT, and any renew force and effect at all CONTRACTOR shall renewals thereof. furnished and a furnish to CITY i Certificate of required incur approved by CI7`y, evidencing Insurance once coverage. At the r g CONTRACTOR has obtainedn a form Provided for inspection Allequest of Clz-y the on . the canceled by the insurer in lss Policies us. prove that the ginal Policy shall be wTiuen notice of such chap Y may not be char reviewed change or canccvon30) days after C changed or amounts upward at CI i`y'S Ues Such insurance TY has received �3' (30) days q t, and CONTRACTOR sa-mOuntshall revise su be Ys after receipt of such request, CompUance *-LawLsLainnd 17.1 Regulations agreement shall County, � actions brought hereunder d ��sh and consummated in B tY. Florida. all be brought exclusivelyward County, in Broward 19 : Time shall be deemed to be of the essence 17.2 agreement whenever time limits are imposed herein for the concerning this agr of the Parties hereto, or whenever the performance of any obligations by any a of time. I accrual of any rights to either of the Parties hereto depends on the passage The failure of CrN, at any 17.3 CTOR of any provisions herein shall in tune, to require performance by CONTRAall waiver no way affect the rights of CITY thereafterherein bto e byoce the r held o Nor e a wai er of I by CM of any broach of any provisions h provision itself. any succeeding breach of such provisions or as a waiver of any P shall be If any provision of this agreement 17.4BL the other provisions shall not be affected declared illegal, void or unenforceable, and shall remain in full force and effect. Neither CONTRACTOR nor CITY shall be oabernrae t the 17'$ rfonn its duties if such failure is caused by a riot war, g failure to pe order or regulation, strike, act of God oroother or different contingency beyond the reasonable control of COA 17.6 � :This agreement supee ent betweendes and laces the City of Tamara to multi -family residential service in the ag and Southern Sanitation, a division of Waste Managu anthe Inc., d tied date s this 1987, and effective immediately, which agreement,P agreement shall be null and void and of no further force and effect. 'This agreement shall not be considered 17.7 fully executed or binding or effecLive on CM Council of the City of until the sarne shal.1 be approved in an open meeting as and accepted by the City Co required by law and executed shall the CONTRACTOR CCONTRACTOR certified copy approval and acceptance, C. After such am' shall delirized to bind of the Ordinance as evidence of the auof thi agrethority of the person ement and perform the CITY to the terms, covenants and provisions same in accordance herewith. CONTRACTOR, its officers, agents, 17.8 1 with all laws, federal, state employees, and contractors, shall abide by and comp y and local. It is agreed and understood that, the C� o� GONTRAalls the tCTOR, �s CONTRACTOR to any such violations P officers, agents, employees, or subcontractors, then CONTRACTOR shall immediately desist from and correct such violation CITY shall have the right to conduct 17.9 periodic public meetings, its review an an edwith sthermatenalrterms of the ormance of CONTRACTOR regarding P franchise, any amendments desired bymeCO nts tNT the franchise nreflecting any ere ce new services, and potential amenfuture or requirement changes based on advancemeTOR shall bes in la$ailable to attendtall community e1��du on reasonable notice ent of y CM for concerns associated with the public $ P Agreement. I7.10 Federal agency, or : Should the State of Florid Broward Countyany State or Federal Court, or any e' county, United States or affects or is in nsistteen fw,th aaznac, or CO CONTRACTOR to act-ut a ro �e either shall be authorized to determine whether a material ro wh'ch, Documents is affected in ise rely . Y provisions of the Franchise ]Documents, ts, CITy Franchise D t,on to the rights and benefits conferredr bytheand CONTRACTOR upon C.TI'y or the public. Upon such determination FACTOR shall negotiate in Crry franchise to such extent as may good faith to modify or amend the P�Pases thereof in y be necessary to c , relation to the rights and benefits o�Tryt the full intent and 17.11 . or the public. a monthly notarized statement CONTRACTOR shall provide the CITY with O�RACTOR, certifying the accuracy � authorized representative CONTRACTOR shall provide the C Y of the monthly of the SummaryIT"Y µ,id, Y franchise fee Payment. monthExhibit franchise, fee Payments annual recap of gross receipts Paid within the preceding-twelve va(1 a I7,12 (I2) any right accruing under this agreement shall assi No CONTRq� QR without the express gnment of this agreement or CITY shall not be unreasonably withheld made in whole u hthe written consent of CITY; such oncern of assignee shall assume the liability of CO the event of an �] 7.13 NTRAC7'pR y assignment, the this agreement and : This agreement shall be effective u commencement date � Pforth of this a P e execution of 17.14 nh herein. agreement th shall begin on the (other than the license and ' CONTRACTOR shall ob uin all taxes required by CITY permit granted by CONTRAall licenses and permits CTOR) and promptly pay Miscellaneous Provisions I $.1 �: The Exhibits A B PPendix II are incorporated herewith'bD� E' F, G, and liA fully setf'orth. y reference for all Appendix I and 18.2 Purposes as though herein are for convenience d r �r section in the scope of an and are ot�intend d tolderncontained Y Provision of this agreement. 1$.3r. lirn i t understanding between t be the This agreement constitutes the entire modified, altered, changed,Parties relating to the subject matter agreement and and approved by the Cityu amended in an anyrespectunless doe sshall hin� ri City Council of the City Tamarac, Florida. Ong 18.4 (voluntaryThis agreement shall bankruptcy,or involuntary) or insolvency terminate in the case of b bankrutcction is � matron shall take effect on ACTOR. In the � of filed y and at the time that the 21 18.5 NOTICES: Notice required or permitted to be delivered hereunder shall be in writing and shall be deemed to be delivered, whether or not actually received, when deposited in the United States Mail, postage prepaid, certified mail, return receipt requested, addressed to the respective party at the address set forth below: City Manager City of Tamarac 7525 Northwest 88 Avenue Tamarac, Florida 33321-2401 (305) 722-5900 Y City Attorney �� � "" ' T . Bay. Esq. NI III I: nt Inc orida City of Tamarac 7525 Northwest 88 Avenue 1831 3 Rhyn ue 3 073 Tamarac, Florida 33321-2401 Pau: aar (305) 722-5900 _18 ti : The legal fees and other expenses of the prevailing party to any litigation or dispute arising out of this agreement will be paid by -the other party. 18 7 The provisions of the foregoing Articles 1 through 18, together with the following Exhibits A through H, are intended by the undersigned parties to and shall constitute a binding agreement between them. ' Wju- 18.9 If any part, section, sub -section, or other portion of this agreement is declared void, unconstitutional, or invalid for any reason, such part, section, sub -section, or other portion, or the prescribed application thereof, shall be severable, and the remaining provisions of this agreement, and all applications thereof not having been declared void, unconstitutional, or invalid shall remain in full force and affect. CITY and CONTRACTOR declare that no invalid or prescribed and that the application would have executed this agreement, regardless of the inducement to the execution of this agreement, and that y invalid or prescribed provision or application. QoQp AM-. CITY and CONTRACTOR agree to continue to work together in good faith and to coordinate their efforts to maintain and improve the level and quality of residential collection service. This Agreement shall be effective this the be the Commencement Date hereof. 'day Of 1993, which shall ATTEST: ATTEST: By. "� Carol A. Evans City Clerk CITY OF TAMA-UAC APNaoVea AT M1:e7INc o!` THE C -74 T RA C, FLORIDA By: Mayor Date: By: John P. Kelly City Manager Date: "^PProve,d a By: c s. City A mx 23 STATE OF FLORIDA :SS COUNTY OF I HEREBY CERTIFY that on this day, before me, an officer duly authorized in the State aforesaid and in the County aforesaid to LalLC 21C.JU11V W1Gu��+lu+uu, �,v... r r _ to me known to be the person(s) described in and who executed the foregoing instrument and acknowledged before me that executed the same. VvTrNESS my hand and official seal this t4-N day of . 19� • NOTARY PUBLIC, State of 4- N0?-kda at IZ``Mf E OF FLORIDA, a•�tXts,►.� A Y PUBL �n�� � MY COI,MISSION EXPIRES: JUNE 26, 19gj, r T k� P_f4 � r0N0[D TNAV NOTARY PUMUC UNOCAWAITIAAJ (Name of Notary Public: `�K�i,+., a 3 Print, Stamp, or Type as Commissioned) (X,) Personally known to rue, or ( ) Produced identification .type of I.D. Produced ) DID take an oath, or (X) DID NOT take an oath. 24 A TTE.ST• M. STATE OF FLOREDA COUNTY OFu�:SS CORPORA77ON: / lr Contractor I HEREBY CERTIFY that on this da aforesaid and in the Count Y� befon~ me, an officer dulyauthorized y aforesaid to take acknowledgements, Personallyin the Scare to me known to be the Person(s) described in and who executed forego;ng instrument and .�� acknowledged before roe that the executed the same, SS my han an official seal this ___aZ� day of , 19 NO ARY P C, State of Fl rida at Large SLY J. MASS (Name of Now' Public: '••�.�.�� � �r2. t�-i °Fars Pnn t, S gyp, or Type as "+r'r�°' r'ti", . Commissioned) ( Personally }mown to me, or ( )Produced identification TYPe of T.D. Produced ( )DID take an oath, or (0�6'R) NOT take an oath. cc. J011n P. Kelly, City Manager a 25 Public Data Query T R 10235 EXHIBIT 2 H, U.S. Department • of Labor NEBO* Bureau of Labor 'Q no Statistics Bureau of Labor Statistics Data Iwlwlw.bl's,gov® Search I A-Z Index BLS Hom IPrograms &Surveys I Get Detailed Statistics I Glossary What's Nevr ! Find It! In DOL Change Output Froml 1993 ii To: 2003 Options: I AMER I ............... F include graphs NEW! More Formatting Options omfop. Data extracted on: August 6, 2003 (4:07:41 PFi) Consumer Price Index - All Urban Consumers 01 Series Id: CUURA320SAO Not Seasonally Adjusted Area: Miami -Fort: Lauderdale, FL Item: All items Base Period: 1982-84=100 Yeitr Jan Feb Mar Apr I May Jun I Jui Aug Sep Oct Nov I Dec Annual -? w 993 137.8 139.2 139.0 139.0 139.2 139.81 139.1 13 1994 141.0 143.5 143.3 143.4 144.5 144.5 143.6 14 1995 147.3 148.7 148.6 148.3 148.91 150.2 148.9 14 1996 152.0 152.4 152.E 152.4 154.6 156.4 153.7 15 19971158.1 158.5 1157.9 1157.9 158.5 159. 5 159. 3 158.4 15 1 n 9 S 160.2 160.21 160.2 160.8 161.1 1161.1 160.5 16 9 9 9 161.4 161.71 161.3 1162.3 164.1 164.8 162.4 16 u, 0 0 165.9 166.91 168.0 168.4 1169.6 169.5 167.8 16 +p� ± 171.9 172.8 173.5 173.5 174.2 173.1 173.0 17 C .�' 175.0 175.0 174.4 175.2 177.0 1177.91175.5 17 003 180.3 180.6 179.4 18 Frequently Asked_ Questions I Freedom of Information Act I Customer Survey Privacy & Security Statement I Linking to Our Site I Accessibility Information U.S. Bureau of Labor Statistics Phone: (202) 691-5200 Postal Square Building Fax -on -demand: (202) 691-6325 2 Massachusetts Ave., NE Data questions: bisdata staff bls. ov Washington, DC 20212-0001 Technical (web) questions: web aster bls. ov Other comments: feed bac bIS. ov IJune 2003 = 179.4 June 2002 = 174.4 179.4-174.4 = 5.0000 5.0000 / 174.4 = 0.028669 0.028669 X 100 = 2.8669 = 2.87 '�` 'ARD' TR 10235 COUNTY Public Works Department - OFFICE OF INTEGRATED WASTE MANAGEMENT - EXHIBIT 3 IN . . University Drive, Suite 400.9 • Plantation, Florida 33324 • 954-765.4202 - FAX 954-577-2391 July 31, 2003 Resource Recovery Customer Dear Customer: The Resource Recovery Board, at its meeting of May 1, 2003, approved the revised tipping fee for processable waste delivered to the two resource recovery plants, effective October 1, 2003. The fee for processable waste will increase from $84.41 to $85.93 per ton for the next fiscal year. If you have any questions concerning the rates for next fiscal year, please call Ketie St. Louis at 954-765-4202 ext. 272. Sincerely, Mary Beth Busutil Director c: Resource Recovery Board Executive Director Technical Advisory Committee ners 'osephus Eggeiletion. Jr. • Ben Graber - Sue Gunzburger - Kristin n DJacobs - Ilene aUeberman - Lori Nancerd of County Parrishf John E. RodStrom. Jr, - Jim Scott - Diana Wasserman -Rubin www.t)roward.org Printed on recycled paper. \J, V`J J van v1 \ -) . ylt� -e h6l M AUG 14 AM 10= 11 V r, :� r lip re 46 e-,3 L r f ace IOPX ComMissia1q chd' RECEIVE[ 102.35 � P WASTE MAIVAGE= f�11Y OF TAMA.Fi�,t; 1 P r• 3831 NW 21st Avenue iI T Y 1�.'i;—, l�.rlGEIR EXHIBIT 4 Pompano Beach, FL .3.3073 (954) 974-7500 August 11, 2003 Mr. Jeffery Miller City Manager City of Tamarac 7525 NW 881h Avenue Tamarac, FL 33321-2401 Dear Mr. Miller: Based on the terms of our service agreement to provide Condominium Multi -Family solid waste collection service, please accept the following rate adjustments, which become effective October 1, 2003. 1. Tipping Fee_ Effective October 1, 2003 Broward County will implement a tipping fee increase from $84.41 per ton to $85.93 per ton. The disposal (tipping) pass through formula provides for a $0.10 per cubic yard increase for every $1.00 per ton increase in tipping fee resulting in an adjustment of $0.152 per cubic yard collected. 2. C.P.I. Adjustment:_ The CPI for all Urban Consumers (Miami -Ft. Lauderdale) increased from 174.4 to 179.4 for the year ended June 2003. This represents an increase of 2.87%, which is below the 4% cap. Please find enclosed the support for the C.P.T. increase, and a new rate matrix that reflects the revised prices resulting from the aforementioned changes. If you have any questions, please call me 954/917-0387. Sincerely, Anth asiulis District Controller CC: J. Casagrande A. Spadaccia M. Davis B. Coester Southern Sanitation City of Tamarac - Condos Effective October 1, 2003 DISPOSAL RATE/TN: Previous $ 84.41 CPI: June to June/All Urban Consumers in the Miami -Ft. Laud Area Rate Components: Commercial DumpiLeLService_ Loose Pickup: Compaction: (Rate per Pickup) 2 yd 3 yd 4 yd 5 yd 6 yd Casters per month Short Rollouts (lx/week) Long Rollouts (lx/week) Specials per yard- Weekdays 1-Oct-02 Current See Attached Matrix New $ 85.93 Incr (Decr) $ 1.52 2.87% (Cap at 4.0%) FF 15.0% 1-Oct-03 CPI Disposal New Rate 2.87% Incr Rate Adj $ 86.69 $ 2.49 $ 1.22 $ 90.40 $ 3.71 $ 130.04 $ 3.73 $ 1.82 $ 135.59 $ 5.55 $ 173.38 $ 4.97 $ 2.43 $ 180.78 $ 7.40 $ 216.73 $ 6.21 $ 3.04 $ 225.98 $ 9.25 $ 260.07 $ 7.46 $ 3.65 $ 271.18 $ 11.11 $ $ n/a $ $ $ 12.62 $ 0.36 n/a $ 12.98 $ 0.36 $ 19.51 $ 0.56 n/a $ 20.07 $ 0.56 $ 10.72 $ 0.31 n/a $ 11.03 $ 0.31 8/18/03 Page 1 of 1 T8marac_Condos_20031.x1 s SOUTHERN SANITATION City of Tamarac - Condos (All Pricing Includes Franchise Fees) EXISTING RATE SCHEDULE OLD RATE EFFECTIVE: October 1, 2002 RATE: VVgriable PER YARD $93.85 $181.71 $269.51 -------- $357.34 ------------------------ $445.18 -------------- ...------ $533.02 ------------------------ 2 CUBIC $0.00 YARD ---------------------------- W/O MAINT. ------------------ -- -- -- - -- -- - - $93.85 $181,71 ---.._...... $269.51 $357,34 $445.18 $533.02 3 CUBIC $0.00 $122.75 $239.37 $355.97 $472.59 --- $589.21 ------------------------ $705.82 ----------------------- YARD ----------------------------------------------------------------------------------------------------------------------------- W/0 MAINT. $122.75 $239.37 $355.97 $472.59 $589.21 $705.82 4 CUBIC $0.00 $152.67 $298.06 $443.46 $588.87 ------------------------ $734.25 ------------------------- $879.65 ------------------------ YARD ---------------------------- W/O MAINT. ------------------------ $152.67 ------------------------- $298.06 ------------------------ $443.46 $588.87 $734.25 $879.65 5 CUBIC $0.00 $183.81 $359.72 $535.56 ----------------------------------------------------- $711.42 $887.33 $1,063.17 YARD --------------------- W/O MAINT. ------ - - ------ $183.81 ------------------------- $359.72 ----------------------- $535.56 $711.42 $887.33 $1,063.17 6 CUBIC $0.00 $211.60 $414.56 ------------------------------ $617.52 ---------------------------------------- $820.49 ---------------------------- $1,023.44 $1,226.42 ------------------------ YARD --------------------------- W/0 MAINT. ------------------------ $211.60 $414.56 $617.52 $820.49 $1,023.44 $1,226.42 8 CUBIC $0.00 $270.05 $530.61 $791.13 $1,051.65 ----------------------- $1,312.20 -------------------- --- $1,572.72 ----------------------- YARD ---------- - - -- ---- W/O MAINT. ------ - - ------ $270.05 ------ - -- - ------ 1 $530.61 ------ --- --------- $791.13 $1,051.65 $1,312.20 $1,572.72 OPTIONAL COMMERQIAL SERVICES: CASTERS: $ per month ROLLOUTS: $ 12.56 per month for short, easy rollout , 1x per week. $ 12.56 per month for each additional day per week. $ 19.41 per month for long, difficult rollout , 1x per week. $ 19.41 per month for each additional day per week. SPECIALS: $ 10.67 per cubic yard COMPACTED RATES: $ 42.88 PER PICKUP PER YARD $ 85.76 per pickup - 2 cu yds $ 128.64 per pickup - 3 cu yds $ 171.51 per pickup - 4 cu yds $ 214.40 per pickup - 5 cu yds $ 257.27 per pickup - 6 cu yds ROLLOFF SERVICES: OPEN TO COMPETITION 8/18/03 Tamarac_ Condos_20031.xis SOUTHERN SANITATION City of Tamarac - Condos (All Pricing Includes Franchise Fees) NEW RATE SCHEDULE NEW RATES EFFECTIVE: October 1, 2003 RATE: Variable PER YARD e $97.85 - d. $189.55 $281.19 ----------- $372.86 -------------... $464,53 $556.21 2 CUBIC $0.00 YARD ------------ - --- ----- --- W/O MAINT. --------------------- $97.85 ------------------------- $189.55 ------------- $281.19 ---- .............. $372.86 -------------- $464.53 ----------------------- $556.21 3 CUBIC $0.00 $128.25 $250.18 $372.11 $494.04 $615.98 $737,91 YARD ... ...................... W/0 MAINT. - - - - ---- $128.25 ------------------------- $250.18 ----------------------- $372.11 ----------------------- $494.04 ------------------------ $615.98 ----------------------- $737.91 4 CUBIC $0.00 $159.68 $311.87 $464.08 $616.30 $768.47 $920.68 YARD .............. -------------------------------------------------------- W/O MAINT. $159.68 -------- $311.87 ----------------------- $464.08 ----------------------- $616.30 ------------------------- $768.47 ------------------ --- $920.68 5 CUBIC $0.00 $192.38 $376.61 $560.80 $744.99 .....................................................I.....--- $929.23 $1,113.41 --------- YARD - -- -- -- - - .. W/O MAINT. ...... ........................................ $192.38 $376.61 ....................... $560.80 $744.99 $929.23 $1,113.41 6 CUBIC $0.00 $221.61 IffilgiM $647.08 -.... ........... $859.82 ..-.--- -- $1,072.54 $1,285.29 -------_.........._..... YARD -- --- - ----- - -- W/O MAINT. - -- -- -- ------ $221.61 $434.35 --- $647.08 ------------- $859.82 ------------------------ $1,072.54 $1,285.29 8 CUBIC $0.00 $283.06 $556.36 $829.62 $1,102.88 $1,376.16 $1,649.42 YARD ----------- ---------- W/O MAINT. 1 ------....... -......__.. $283.06 _.. .._... - - $556.36 - -------------- $829.62 ------------------------ $1,102.88 --------- ..... ......................... $1,376.16 1 ---------- $1,649,42 OPTIONAL COMMERCIAL SERVICES: CASTERS: $ per month ROLLOUTS: $ 12.92 per month for short, easy rollout , Ix per week. $ 12.92 per month for each additional day per week. $ 19.97 per month for long, difficult rollout , Ix per week. $ 19.97 per month for each additional day per week. SPECIALS: $ 10.98 per cubic yard COMPACTED RATES: $ 44.73 PER PICKUP PER YARD $ 89.47 per pickup - 2 cu yds $ 134.19 per pickup - 3 cu yds $ 178.92 per pickup - 4 cu yds $ 223.65 per pickup - 5 cu yds $ 268.38 per pickup - 6 cu yds ROLLOFF SERVICES: TEMPORARY ROLLOFF WORK OPEN TO COMPETITION 8/18/03 Tamarac Condos 20031-As