Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (69)1 Temp. Reso. #9717 Page 1 of 4 February 28, 2002 Rev. #1, March 6, 2002 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002-069 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING A ONE YEAR RENEWAL TO THE AGREEMENT BETWEEN THE CITY AND SUN RECYCLING LLC FOR THE DISPOSAL OF CITY GENERATED CONSTRUCTION DEBRIS; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT AMENDMENT TO EXERCISE THE FIRST RENEWAL PERIOD; AUTHORIZING AN ANNUAL EXPENDITURE IN AN AMOUNT NOT TO EXCEED $40,000; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the Public Works and Utilities Departments self -perform a wide variety of construction and maintenance projects; and WHEREAS, a by-product of this work is construction debris, which typically includes stones, rocks, concrete, dirt, pavement, sod, and other miscellaneous debris; and WHEREAS, in an effort to achieve lower costs the City has elected to dispose of construction debris at a Materials Recycling Facility rather than utilizing the County's landfill; and WHEREAS, on May 9, 2001, the City awarded Bid #01-05B to Sun Recycling LLC for the provision of debris disposal services, a copy of said bid award is attached hereto as Exhibit 1; and WHEREAS, the Special Conditions of Bid 01-05B, "Purpose of Bid", provided for an initial contract period of one (1) year with the option to renew the Contract for four (4) additional one (1) year periods upon mutual agreement of both parties; and Temp. Reso. #9717 Page 2 of 4 February 28, 2002 Rev. #1, March 6, 2002 1 WHEREAS, Section 4, Time of Commencement and Substantial Completion, of the Agreement between the City and Sun Recycling LLC provided that upon expiration of the one (1) year term, the parties could choose to terminate the Agreement, or renew the Agreement by written agreement signed by the parties hereto for four (4) additional one (1) year periods providing all parties agree to the extension, and all of the terms, conditions, and specifications remain the same; and WHEREAS, the City and Sun Recycling LLC mutually desire to extend the terms of the Agreement for an additional one (1) year period; and WHEREAS, Sun Recycling LLC, has provided written notice to the City agreeing to accept a one-year extension of the Agreement, a copy of said notice attached hereto as Exhibit 2; and WHEREAS, an annual expenditure in an amount not to exceed $40,000 is necessary for the disposal of City generated construction debris; and WHEREAS, sufficient funding exists in the Utilities and Stormwater Management Funds for said purpose; and WHEREAS, the Director of Public Works and Purchasing/Contracts Manager recommend that the City renew the Agreement with Sun Recycling LLC for an additional one (1) year period and authorize necessary expenditures in an amount not to exceed $40,000 for the disposal of City generated construction debris; and 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 renew the Agreement with Sun Recycling LLC for an additional one (1) year period and to authorize Temp. Reso. #9717 Page 3 of 4 February 28, 2002 Rev. #1, March 6, 2002 necessary expenditures in an amount not to exceed $40,000 for the disposal of City generated construction debris. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are hereby ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The appropriate City Officials are hereby authorized to renew the Agreement between the City of Tamarac and Sun Recycling LLC, for an additional one- year term for the disposal of City generated construction debris. SECTION 3: The appropriate City Officials are hereby authorized to execute an agreement amendment to exercise the first renewal period, a copy of said agreement amendment attached hereto as Exhibit 3. SECTION 4: An annual expenditure in an amount not to exceed $40,000 is hereby authorized. SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. SECTION 6: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 7: This Resolution shall become effective immediately upon its Temp. Reso. #9717 Page 4 of 4 February 28, 2002 Rev. #1, March 6, 2002 passage and adoption. PASSED, ADOPTED, AND APPROVED this 13th day of March, 2002. ATTEST: r MARION SWENSON, CMC IFA , i - i JOE SCHREIBER O- RECORD OF COMMISSION VOTE: CITY CLERK MAYOR SCHREIBER A er DIST 1: COMM. PORTNER Aye, DIST 2: COMM. MISHKIN five, I HEREBY CERTIFY that I have approved this "OLUTION as to ITCHEL'L S. CITY ATTO DIST 3: V/M SULTANOF Aye, MST 4: COMM. ROBERTS A Pi U:/adm correspondence/agend as/9717RES-Renewal of Debris Disposal Contract.doc 1 1 11 LT � ,ppC���Temp. Reso. #9255 M�.,itS0. No. � Page 1 of 3 April 9, 2001 Rev. #1; May 4, 2001 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2001-103 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, APPROVING THE AWARD OF BID NO. 01-05B TO SUN RECYCLING LLC FOR DEBRIS DISPOSAL SERVICES; AUTHORIZING THE APPROPRIATE CITY OFFICIALS TO EXECUTE AN AGREEMENT WITH SUN RECYCLING LLC; AUTHORIZING A COMBINED ANNUAL EXPENDITURE IN AN AMOUNT NOT TO EXCEED $40,000 IN THE STORMWATER AND UTILITIES FUNDS; PROVIDING FOR CONFLICTS; PROVIDING FOR SEVERABILITY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City of Tamarac publicly advertised Bid No. 01-05B for debris disposal; and WHEREAS, on January 11, 2001, four (4) bids were opened and reviewed in order to determine cost and responsiveness to the City's technical specifications; and and WHEREAS, Sun Recycling LLC was the lowest responsive and responsible bidder; WHEREAS, funding is available in the Utilities and Stormwater Management Funds for said purpose; and WHEREAS, the Director of Public Works, the Director of Utilities and the Purchasing/Contracts Manager recommend that the City award Bid #01-05B to Sun Recycling LLC for debris disposal services; and WHEREAS, the City Commission of the City of Tamarac, Florida deems it to be in the best interest of the citizens and residents of the City of Tamarac that debris disposal services be provided contractually by Sun Recycling LLC. 1 1 1 Temp. Reso. #9255 Page 2 of 3 April 9, 2001 Rev. #1; May 4, 2001 NOW, THEREFORE, BE IT RESOLVED BY THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, THAT: SECTION 1: The foregoing "WHEREAS" clauses are HEREBY ratified and confirmed as being true and correct and are hereby made a specific part of this Resolution upon adoption hereof. SECTION 2: The award of Bid #01-05B to Sun Recycling LLC is HEREBY authorized, a copy of said Bid being hereto attached as Exhibit 1. SECTION 3: The appropriate City Officials are HEREBY authorized to execute an agreement with Sun Recycling LLC, a copy of said Agreement being hereto attached as Exhibit 2. SECTION 4: A combined annual total expenditure in an amount not to exceed $40,000 is HEREBY authorized in the Utilities and Stormwater Management Funds. SECTION 5: All Resolutions or parts of Resolutions in conflict herewith are hereby repealed to the extent of such conflict. t� 1 1 Temp. Reso. #9255 Page 3 of 3 April 9, 2001 Rev. #1; May 4, 2001 SECTION 6: If any provision of this Resolution or the application thereof to any person or circumstance is held invalid, such invalidity shall not affect other provisions or applications of this Resolution that can be given effect without the invalid provision or application, and to this end the provisions of this Resolution are declared to be severable. SECTION 7: This Resolution shall become effective immediately upon its passage and adoption. PASSED, ADOPTED AND APPROVED this 9 h day of May 2001. ATTEST: MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form'. hrCHELL S. CMFT CITY ATTORNEY hr C JOE SCHREIBER MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER DIST 1: COMM. PORTNER DIST 2: COMM. MISHKIN_ DIST 3: V/M SULTANOF_ DIST 4: COMM. ROBERTS U:\adm correspond ence\agenda\9255RES-Debris Disposal Bid Award.doc Exhibit 1 TEMP. RESO. No.olss, REQUEST FOR BID TAB 0 • \OR1% BID # 01-05B DEBRIS DISPOSAL FINANCE DEPARTMENT PURCHASING DIVISION CITY OF TAMARAC 7525 NW 88TH AVENUE TAMARAC, FLORIDA 33321-2401 M1• City of Tamarac Finance Department, Purchasing Division 7525 N.W. 88th Avenue, Tamarac, Florida 33321-2401 Telephone: (954) 724-2450 Facsimile (954) 724-2408 Website: www.famarac.org CITY OF TAMARAC INVITATION TO BID BID NO. 01-05B Sealed bids, addressed to the Purchasing and Contracts Manager of the City of Tamarac, Broward County, Florida, will be received in the Purchasing Office, 7525 NW 88th Avenue, Tamarac, Florida 33321-2401 until Wednesday, January 10, 2001 at 2:00 p.m., at which time bids will be publicly opened and announced for: DEBRIS DISPOSAL All bids received after the date and time stated above will be returned unopened to the Bidder. All Bidders are invited to attend the opening. The City of Tamarac is hereby requesting Bids, from qualified vendors, to properly dispose of debris that City employees will deliver by dump truck, as per the conditions and specifications contained in this document. One original and two copies (2) of the bid shall be submitted on an official bid form furnished with the bid package and those submitted otherwise will not be considered responsive. The submittal shall be plainly marked Bid No. 01-05B, DEBRIS DISPOSAL opening on Wednesday, January 10, 2001 at 2:00 p.m. on the outside of the envelope. The City reserves the right to accept or reject any or all bids, or any part of any bid, to waive any informalities, and to award in the best interest of the City of Tamarac. Bid documents will be available for review and may be obtained from the Purchasing Office at the above address. For non -technical inquiries, contact the Purchasing Office at (954) 724- 2450; and for technical issues, contact Jean Dupuis at (954) 724-1357. 4a466- Anne M. Lodato, CPPB Senior Buyer Publish Sun Sentinel: Sunday, 12/17/00 Sunday, 12/24/00 1 Equal OppOrtunrty Emoiover CITY OF TAMARAC INSTRUCTIONS TO BIDDERS -BID NO. 01-05B It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to accept or reject any or all bids and to waive any informality concerning the bids when such rejection or waiver is deemed to be in the best interest of The City of Tamarac. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. GENERAL TERMS AND CONDITIONS These general terms and conditions apply to all offers made to the City of Tamarac by all prospective Bidders including but not limited to Request for Quotes, Request for Bids and Request for Proposals. As such the words "bid" and "proposal" are used interchangeably in reference to all offers submitted by prospective bidders. 1: SUBMISSION OF THE BID: The Bidder is directed to deliver sealed bids to the City's Purchasing Office, City of Tamarac, 7525 N. W. 88th Avenue, Tamarac, Florida 33321, ON: Wednesday, January 10, 2001, no later than 2:00 PM. At this time the bids will be opened, the names of all Bidders will be announced and all bids shall be a matter of public record. All Bidders and their representatives are invited to attend. The Bidder must show the bid number, bid name, time and date of the bid opening on the outside of the sealed bid package. Delivery of the sealed bids to the City Purchasing Office on or before the above date is solely and strictly the responsibility of the Bidder. Late bids will be returned unopened to the Bidder. It is the Bidder's responsibility to read and understand the requirements of this bid. Unless otherwise specified the Bidder must use the bid form furnished in the bid packet. Bidders are required to state exactly what they intend to furnish to the City via this Solicitation and must indicate any variances to the terms, conditions and specifications of this bid, no matter how slight. If variations are not stated in the bid, it shall be construed that the Bidder's bid fully complies with all conditions identified in this bid. The Bidder shall submit one (1) ORIGINAL and TWO (2) copies (blue forms only) of the bid. The ORIGINAL bid must be manually and duly signed in ink by a Corporate Officer, Principal, or Partner with the authority to bind the bidding company or firm by his/her signature. All quotations must be typewritten or filled in with pen and ink. Bids having erasures or corrections must be initialed in ink by the Bidder. All prices, terms and conditions quoted in the submitted bid will be firm for acceptance for sixty days from the date of the bid opening unless otherwise stated by the City. 2. BONDING: Not applicable for this bid. 2 3. WITHDRAWAL OF BID: Any Bidder may withdraw its bid prior to the indicated opening time. The request for withdrawal must be submitted in writing to the City Purchasing Office. 4. PUBLIC ENTITY CRIMES STATEMENT: A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for Category Two for a period of 36 months from the date of being placed on the convicted vendor list. 5. NON -COLLUSIVE AFFIDAVIT: Each Contractor shall complete the Non -Collusive Form and shall submit the form with the Proposal. CITY considers the failure of the Contractor to submit this document to be a major irregularity and may be cause for rejection of the Proposal. 6. QUANTITIES: Quantities shown are estimates only. No guarantee or warranty is given or implied by the City as to the total amount that may or may not be purchased from any resulting contract. The City reserves the right to decrease or increase quantities or add or delete any item from the contract if it is determined that it best serves the interests of the City. 7. PRICES, PAYMENTS AND DISCOUNTS: Bid prices shall be fixed and firm to the extent required under Special Conditions. Payment will be made only after receipt and acceptance of materials/services. Cash discounts may be offered for prompt payment; however, such discounts shall not be considered in determining the lowest net cost for bid evaluation. Bidders are encouraged to provide prompt payment terms in the space provided on the Bid Form. If no payment discount is offered, the Bidder shall enter zero (0) for the percentage discount to indicate net 30 days. If the Bidder does not enter a percentage discount, it is understood and agreed that the payment terms shall be 2% 10 days, net 30 days effective on the date that the City receives an accurate invoice or accepts the product, whichever is the later date. Payment is deemed to be made on the date of the mailing of the check. 8. DELIVERY: All items shall be delivered F.O.B. destination to a specific City address. All delivery costs and charges must be included in the bid price. All exceptions shall be noted. Failure to do so may be cause for rejection of the bid. The City reserves the right to cancel orders or any part thereof, without obligation if delivery is not made at the time specified in the bid. 9. BRAND NAMES: Manufacturers' name, brand name, model number or make is used in these specifications for the sole purpose of establishing minimum requirements of quality, performance and design. Cl 10. SAMPLES AND DEMONSTRATIONS: When requested, samples are to be furnished free of charge to the City. If a sample is requested it must be delivered within seven days of the request unless otherwise stated in the bid. Each sample must be marked with the bidder's name and manufacture's brand name. The City will not be responsible for returning samples. The City may request a full demonstration of any product or service before the award of a contract. All demonstrations will be done at the expense of the Bidder. 11. CONDITIONS OF MATERIALS: All materials and products supplied -by the Bidder in conjunction with this bid shall be new, warranted for their merchantability, fit for a particular purpose, free from defects and consistent with industry standards. The products shall be delivered to the City in excellent condition. In the event that any of the products supplied to the City are found to be defective or do not conform to the specifications, the City reserves the right to return the product to the Bidder at no cost to the City. 12. COPYRIGHTS OR PATENT RIGHTS: The Bidder warrants that there has been no violation of copyrights or patent rights in manufacturing, producing or selling the goods shipped or ordered as a result of this bid. The seller agrees to hold the City harmless from all liability, Loss or expense occasioned by any such violation. 13. SAFETY STANDARDS: The Bidder warrants that the product(s) supplied to the City conforms with all respects to the standards set forth in the Occupational Safety and Health Act and its amendments to any industry standards if applicable. 14. PERFORMANCE: Failure on the part of the Bidder to comply with the conditions, terms, specifications and requirement of the bid shall be just cause for the cancellation of the bid award. The City may, by written notice to the Bidder, terminate the contract for failure to perform. The date of termination shall be stated in the notice. The City shall be the sole judge of nonperformance. 15. DEFAULT: In the event that the Bidder defaults on the contract or the contract is terminated for cause due to performance, the City reserves the right to obtain the materials or services from the next lowest Bidder or other source during the remaining term of the contract. Under this arrangement the City will charge the Bidder any excess cost occasioned or incurred thereby and shall apply to any bid bond required. 16. TERMINATION FOR CONVENIENCE OF CITY: Upon seven (7) calendar days written notice delivered by certified mail, return receipt requested, to the Bidder, the CITY may without cause and without prejudice to any other right or remedy, terminate the agreement for the CITY's convenience whenever the CITY determines that such termination is in the best interest of the CITY. Where the agreement is terminated for the convenience of the CITY the notice of termination to the Bidder must state that the contract is being terminated for the convenience of the CITY under the termination clause and the extent of termination. Upon receipt of the notice of termination for convenience, the Bidder shall promptly discontinue all work at the time and to the extent indicated on the notice of termination, terminate all outstanding sub -contractors and purchase orders to the extent that they relate to the terminated portion of the Contract and refrain from placing further orders and sub -contracts except as they may be necessary, and complete any continued portions of the work. 17. ASSIGNMENT: The Bidder shall not transfer or assign the performance required by this bid without the prior written consent of the City. Any award issued pursuant to this bid and monies that may become due hereunder are not assignable except with prior written approval of the City. 18. EMPLOYEES: Employees of the Bidder shall at all times be under its sole direction and not an employee or agent of the City. The Bidder shall supply competent and physically capable employees. The City may require the Bidder to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable. Bidder shall be responsible to the City for the acts and omissions of all employees working under its directions. 19. TAXES: The City of Tamarac is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. 20. BID PREPARATION EXPENSE: The Bidder preparing a bid in response to this bid shall bear all expenses associated with its preparation. The Bidder shall prepare a bid with the understanding that no claim for reimbursement shall be submitted to the City for the expense of bid preparation and/or presentation. 21. OMISSION OF DETAILS: Omission of any essential details from these specifications will not relieve the Bidder of supplying such product(s) as specified. 22. INSURANCE REQUIREMENTS: Bidder agrees to, in the performance of work and services under this Agreement, comply with all federal, state, and local laws and regulations now in effect, or hereinafter enacted during the term of this agreement that are applicable to Contractor, its employees, agents, or subcontractors, if any, with respect to the work and services described herein. Bidder shall obtain at Bidder's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement. Bidder shall maintain such insurance in full force and effect during the life of this Agreement. Bidder shall provide to the City's Risk Manager certificates of all insurance required under this section prior to beginning any work under this Agreement. Bidder shall indemnify and save the City harmless from any damage resulting to it for failure of either Bidder or any subcontractor to obtain or maintain such insurance. 5 The following are required types and minimum limits of insurance coverage which the Bidder agrees to maintain during the term of this contract: Limits Line of Business/ Coverage Occurrence Commercial General Liability $1,000,000 Including: Premises/Operations Contractual Liability Personal Injury Explosion, Collapse, Underground Hazard Products/Completed Operations Broad Form Property Damage Cross Ljability and Severability of Interest Clause Automobile Liability $1,000,000 Workers' Compensation & Employer's Statutory Liability Aggregate $1,000,000 $1,000,000 The City reserves the right to require higher limits depending upon the scope of work under this Agreement. Neither Bidder nor any subcontractor shall commence work under this contract until they have obtained all insurance required under this section and have supplied the City with evidence of such coverage in the form of an insurance certificate and endorsement. The Bidder will ensure that all subcontractors will comply with the above guidelines and will maintain the necessary coverages throughout the term of this Agreement. All insurance carriers shall be rated at least A-VII per Best's Key Rating Guide and be licensed to do business in Florida. Policies shall be "Occurrence" form. Each carrier will give the City sixty (60) days notice prior to cancellation. The Bidder's liability insurance policies shall be endorsed to add the City of Tamarac as an "additional insured". The Bidder's Worker's Compensation carrier will provide a Waiver of Subrogation to the City. The Bidder shall be responsible for the payment of all deductibles and self -insured retentions. 0 The City may require that the Bidder purchase a bond to cover the full amount of the deductible or self -insured retention. If the Bidder is to provide professional services under this Agreement, the Bidder must provide the City with evidence of Professional Liability insurance with, at a minimum, a limit of $1,000,000 per occurrence and in the aggregate. "Claims -Made" forms are acceptable for Professional Liability insurance. 23. INDEMNIFICATION: The Bidder shall indemnify and hold harmless the City of Tamarac, its elected and appointed officials and employees from any and all claims, suits, actions, damages, liability, and expenses (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the Bidder or his Subcontractors, agents, officers, employees or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the City of Tamarac or its elected or appointed officials and employees. 24. CLARIFICATION TO TERMS AND CONDITIONS: Where there appears to be variances or conflicts between the General ,Terms and Conditions and the Special Conditions and/or Detailed Specifications outlined in this bid, the Special Conditions and/or the Detailed Specifications shall prevail. The Bidder shall examine all bid documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquires, suggestions, request concerning clarification or solicitation for additional information shall be submitted in writing to the City of Tamarac Purchasing and Contract Manager. The City shall not be responsible for oral interpretations given by any City employee or its representative. 25. BID TABULATION: Bidders who wish to receive a copy of the bid tabulation should request it by enclosing a stamped, self-addressed envelope with their bid, or by requesting a tabulation be sent to their fax machine. Bid results will not be given out by telephone. The City does not notify unsuccessful bidders of contract awards. Pursuant to Florida Statute Chapter 119, Section 7(m) Sealed bids or proposals received by an agency pursuant to invitations to bid or requests for proposals are exempt from the provisions of subsection (1) and s. 24(a), Art. I of the State Constitution until such time as the agency provides notice of a decision or intended decision pursuant to s. 120.57(3)(a) or within 10 days after bid or proposal opening, whichever is earlier. 7 26. RECORDS/AUDITS: The Contractor shall maintain during the term of the contract all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Auditor. The Contractor agrees to make available to the City's Auditor, during normal business hours and in Broward, Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them for a minimum period of one (1) year beyond the last day or the contract term. 1.1 SPECIAL CONDITIONS BID 01-05B DEBRIS DISPOSAL 1. PURPOSE OF BID The City of Tamarac is hereby requesting Bids, from qualified vendors, to properly dispose of debris City employees will deliver by dump truck, as per the conditions and specifications contained in this document. The contract shall be for an initial period of one (1) year. Operations are to begin on approximately January 24, 2001 or as close to that date as possible pending award of the bid by City Commission. The City reserves the right to extend the contract for four (4) additional one (1) year periods providing all parties agree to the extension, and all of the terms, conditions, and specifications remain the same. All quantities given are estimates of annual needs and may be increased or decreased to meet the requirements of the City. No warranty is given or implied as to the exact quantities that will be used during the term of this contract. It is the intent of the City to award this bid to the lowest responsible and responsive bidder. The City reserves the right to award the bid on a split order basis, lump sum or individual item basis unless otherwise stated. 2. CONSIDERATION FOR AWARD The City reserves the right to consider a Bidders history of citations and/or violations of environmental regulations in determining a Bidder's responsibility, and further reserves the right to declare a bidder not responsible if the history of violations warrant such determination. Bidder shall submit with bid, a complete history of all citations and/or violations, notices and dispositions thereof. The non -submission of any such documentation shall be deemed an affirmation by the Bidder that there are no citations or violations. Bidder shall notify the City immediately of notice of any citation or violation which Bidder may receive after the Bid opening date and during the time of performance of any contract awarded to Bidder. 3. PRICING Prices quoted shall be per cubic yard or ton of sorted and also unsorted debris. No price increase will be accepted during the initial contract period. Renewal terms allow for a request for an increase at the time of renewal based on disposal cost increases not to exceed 5%. A request for increase cannot be profit oriented, but must be based on a disposal cost increase. A written request must be submitted to Purchasing for approval of any increase prior to renewal but no later than Vendor's concurrence to renew; accompanied by Vendor's documentation to substantiate need for price increase. we 4. INVOICING Invoice shall indicate Purchase Order number, Unit price, extension, total billed and any allowable cash discounts. TECHNICAL SPECIFICATIONS BID NUMBER 01-05B • The facility shall meet all State Guidelines as approved by the DPEP (Department of Planning and Environmental Protection) for debris disposal. • The facility shall be available for inspection by City representatives in order to verify that debris disposal is being handled properly. • The Public Works Department Streets Division and Stormwater Division, as well as the Utilities Department all accumulate debris during their day to day operations and/ or special projects. • The debris consists of bricks, stones, rocks, pavement, dirt, grass, concrete, road rock, wood and other items usually found on the road or buried in the ground. Most of the time the debris will not be sorted or segregated in any way. • City staff will bring the debris to you in a dump truck approximately once every month, deliveries are usually made on Saturdays. • In the past year we disposed of over 4,500 cubic yards worth of debris. Disposal volume can be greater or lower dependent upon the amount of construction projects conducted by City employees within the City of Tamarac. • Bidder shall submit with bid, a complete history of all citations and/or violations, notices and dispositions thereof. The non -submission of any such documentation shall be deemed an affirmation by the Bidder that there are no citations or violations. 10 COMPANY NAME: (Please Print): Phone: qS2-/ 94S FOF/ Sum ---NOTICE--- 1. Z.0 Fax: q5 'e/ � 6P IV Fy BEFORE SUBMITTING YOUR BID, MAKE SURE YOU... 1. Carefully read the GENERAL TERMS & CONDITIONS, SPECIAL CONDITIONS AND TECHNICAL SPECIFICATIONS and then properly fill out the BID FORM (Attachment "A"). 2. Fill out and sign the NON -COLLUSIVE AFFIDAVIT (Attachment "B" and have it properly / notarized). ✓ 3. Sign the CERTIFICATION PAGE (Attachment "C"). Failure to do so will result in your Bid being deemed non -responsive. 4. Fill out BIDDERS QUALIFICATION STATEMENT (Attachment "D"). v 5. Fill out the REFERENCES PAGE (Attachment "E"). 6. Sign the VENDOR DRUG FREE WORKPLACE FORM (Attachment "F") 7. Include Proof of Insurance. 8. Carefully read the AGREEMENT documents attached. 9. Submit ONE ORIGINAL (COLORED) AND TWO (2) PHOTOCOPIES of your bid. N/A 10. Include a BID BOND, if applicable. Failure to provide a bond will result in automatic rejection / of your bid. 11. Make sure your BID is submitted prior to the deadline. Late Bids will not be accepted. FAILURE TO PROVIDE THE REQUESTED ATTACHMENTS MAY RESULT IN YOUR BID BEING DEEMED NON -RESPONSIVE. THZ PAGE AND THE FOLLOWING COLORED PAGES ARE TO BE RETURNED WITH YOUR BID. THIS SHOULD BE THE FIRST PAGE OF YOUR BID. 11 ATTACHMENT "A" BID FORM DEBRIS DISPOSAL BID NO. 01-OSB Submitted by: TZ//V 11�e e Z G.(f (Bidder) THIS BID SUBMITTED TO: CITY OF TAMARAC Attention: Purchasing and Contracts Manager 7525 Northwest 88`h Avenue, Tamarac, Florida 33321 O /-O P-O / (Date) The*undersigned Bidder proposes and agrees, if this bid is accepted, to enter into an agreement with the City to perform and furnish all Work as specified herein for the Contract Price and within the Contract Period indicated in this bid. 2. This bid will remain subject to acceptance for sixty (60) days after the day of bid opening. Bidder will sign and submit an agreement with the necessary documents required by the City within fifteen (15) days prior to the date of the City's Award. a) Bidder has familiarized itself with the nature and extent of the contract documents, locality, and all local conditions and laws and regulations that in any manner may affect cost, progress, performance or furnishing of the Work. b) Bidder has given the City written notice of all conflicts, errors or discrepancies that it has discovered in the contract documents and the written resolution thereof by the City is acceptable to Bidder. c) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid; Bidder has not solicited or induced any person, firm or corporation to refrain from bidding; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over the City. 3. Bidder will complete the Work for the prices shown in the " Bid Form" 4. Bidder agrees that the Work will be substantially performed and complete in accordance with the schedules established herein. .. 12 ATTACHMENT "A" BID FORM DEBRIS DISPOSAL BID NO. 01-05B We propose to furnish the following in conformity with the specifications and at the below bid prices. The bid prices quoted have been checked and certified to be correct. Said prices are fixed and firm and shall be paid to Bidder for the successful completion of its obligation as h tract documents specified in t e CO" DESCRIPTION $ PER CUBIC YARD $ PER TON Unsorted Debris Sorted Debris Bricks S 4. 00 Concrete $q. 0o N Dirt .00 /, /4 o Pavement 4 5.00 / • Road Rock y. 00 .- Rocks and Stones q.00 Wood 3. DO N List Days and Hours of Operation H p_,� SR ^ �P� Moo- r-91 How do you intend to dispose of the bris? Landfill _� Recycle _ 1_ _ -1 :L _ _1�1.. .:-1 ..A The City reserves the right to reject any bid, it it deems that a vendor Has ueuueialciy p oviucu erroneous information. The undersigned declare to have specific and legal authorization to obligate their firm to the terms of this bid, and further, that they have examined the Invitation to Bid, the instructions to Bidders, the Specifications, and other documents included in this bid request, and hereby promises and agrees that, if this bid is accepted, they will faithfully fulfill the terms of this bid together with all guarantees and warranties thereto. The undersigned bidding firm further certifies the product and/or equipment meets or exceeds the specification as stated in the bid package; and also agrees that products and/or equipment to be delivered which fail to meet bid specifications will be rejected by the City within thirty (30) days of delivery. Return of rejection will be at the expense of the "der. Company Name' V Authorized Signature ,�? Y / ti• 0. %� 2,, s Address City, State, ZIP /00D Contractor's Lipense Number CA,4 C/ Typed/Printed Name 95y 9� Telephone & Fax Number ( SOq 7 �� 0 Federal Tax ID# 13 ATTACHMENT "A" continued Bidders Name: SU/iEC�/C NOTE: Bid submittals without the manual signature of an authorized agent of the Bidder shall be deemed non -responsive and ineligible for award. TERMS: % DAYS: Delivery/comp etion: calendar days after receipt of Purchase Order NOTE: To be considered eligible for award, one (1) ORIGINAL AND TWO (2) COPIES OF THIS BID FORM must be submitted with the Bid. IF "NO BID" IS OFFERED, PLEASE PROVIDE THE FOLLOWING INFORMATION: Please indicate reason(s) why a Bid Proposal is not being submitted at this time. Return the Bid Form to avoid removal of Bidder from the City of Tamarac's vendor listing. 14 ATTACHMENT "A" continued Bidder's Name: ��� /°S PC VC Variations: The Bidder shall identify all variations and exceptions taken to the Instructions to Bidders, the Special Conditions and any Technical Specifications in the space provided below; provided, however, that such variations are not expressly prohibited in the bid documents. For each variation listed, reference the applicable section of the bid document. If no variations are listed here, it is understood that the Bidder's Proposal fully complies with all terms and conditions. It is further understood that such variations may be cause for determining that the Bid Proposal is non -responsive and ineligible for award: Section N/ Variance A111�7 Sectio Sectio Sectio Variance Variance Variance Attach additional sheets if necessary. 15 State of : L 210 A County of aeDV421) ) ss. ATTACHMENT "B" NON -COLLUSIVE AFFIDAVIT Li,S C u sM P1 N 0 being first duly sworn, deposes and says that: (1) He/she is the h Q �_- _-, ( -t> e ?---D 7 , (Owner, Partner, Officer, Representative or Agent) of Sig(_) 0i`(K.)C C� � the Bidder that has submitted the attached Bid; (2) He/she is fully informed respecting the preparation and contents of the attached Bid and of all pertinent circumstances respecting such Bid: (3) 8uch Bid is genuine and is not a collusive or sham Bid; (4) Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Bidder, firm, or person to submit a collusive or sham Bid in connection with the Work for which the attached Bid has been submitted; or to refrain from bidding in connection with such work; or have in any manner, directly or indirectly, sought by person to fix the price or prices in the attached Bid or of any other Bidder, or to fix any overhead, profit, or cost elements of the Bid price or the Bid price of any other Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against (Recipient), or any person interested in the proposed work; (5) The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the Bidder or any other of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed, sealed and delivered C�f►� (Z LE-S G\YZ1" # f1130 (Printed Name) 'lam N i (Title) 16 ATTACHMENT "B" continued NON -COLLUSIVE AFFIDAVIT ACKNOWLEDGMENT State of Fl oiz, A ) ) ss. County of 30c�,14P-%) ) BEFORE ME, the undersigned authority, personally appeared (^44 r\ 1'Z L r S G u S,\-r YLP-t o to me well known and known'by me to be the person described herein and who executed the foregoing Affidavit and acknowledged to and before me that e i-f -41; L_ r <--, cr )so-4 t4i%jy executed said Affidavit for the purpose therein expressed. WITNESS my hand and official seal this �� day of J Prtj J A-P I , 206 1. PAMtCA J MARRERO °'° `t My comm. �mil; �-►�Q ��L1Z�SL Syt NOTARY RRY PUBLIC, State of Florida at Large Comm#: CCO28M Toy N (Signature of Notary Public: Print, Stamp, or Type as Commissioned) Personally known to me or Produced identification Type of I.D. Produced DID take an oath, or (" ) DID NOT take an oath. L- 17 ATTACHMENT "C" CERTIFICATION THIS DOCUMENT MUST BE SUBMITTED WITH THE BID We(I), the undersigned, hereby agree to furnish the items)/service(s) described in the Invitation to Bid. We(I) certify that we(I) have read the entire document, including the Specifications, Additional Requirements, Supplemental Attachments, Instructions to Bidders, Terms and Conditions, and any addenda issued. We agree to comply with all of the requirements of the entire Invitation To Bid. Indicate which type of organization below: INDIVIDUAL ❑ PARTNERSHIP ❑ CORPORATION ❑ OTHER M/ IF OTHER, EXPLAIN: AUTHORIZED SIGNATURE: C -(t�2 LDS EyS�1 d AUTHORIZED SIGNATURE (PRINTED OR TYPED) TITLE FEDERAL EMPLOYER I.D. OR SOCIAL SECURITY NO COMPANY NAME S li'V ec-C &LC ADDRESS: J�2 AJ-tJ• IG & - CITY: AmPA,&)o STATE: FL ZIP: TELEPHONE NO.: N � � � ?OAS ( FAX NO.: CONTACT PERSON: Q I i I ,3,7cNNA,✓ 18 ATTACHMENT "D" BIDDERS QUALIFICATION STATEMENT The undersigned certifies under oath the truth and correctness of all statements and all answers to questions made hereinafter: Name of Company: Sell �P C y C L�✓9 L L C Address: .2.2 S i N 1 Q' s; /,70 HPf► u O F_ 33069 Street Telephone No. ( 9'jW) 9&� - POP I City State Zip Fax No. (9s11) How many years has your organization been in business under its present name? _� years If Bidder is operating under Fictitious Name, submit evidence of compliance with Florida Fictitious Name Statute: Under what former names has your business operated? h4-s1e 0.0. 0 / �L At what address was that business located? S"� .,i Are you Certified? Yes M o ❑ If Yes, ATTACH A COPY OF CERTIFICATION Are you Licensed? Yes I2No ❑ If Yes, ATTACH A COPY OF LICENSE Has your comp90y or you personally ever declared bankruptcy? Yes ❑ No V If Yes, explain: Are you a sales representative ❑ distributor ❑ broker ❑ or manufacturer ❑ of the commodities/services bid upon? Have you ever received a contract or a urchase order from the City of Tamarac or other governmental entity? Yes ❑ No V If yes, explain (date, service/project, bid title, etc) Have you ever receiv;�`Ifyes, omplaint on a contract or bid awarded to you by any governmental entity? Yes ❑ No explain: Have you ever b n debarred or suspended from doing business with any governmental entity? Yes ❑ No If yes, -explain: 19 ATTACHMENT "E" REFERENCES Please list name of government agency or private firm(s) with whom you have done business within the past five years: Agency/Firm Namp: CI ry o r WAICti ,a4le Address LZ o S City/State/Zip 3-5o Phone: ISF32-5 t Fax: H57 i Z Contact Agency/Firm Name: Address Aso • .��.�i� ,,� del'. City/State/Zip Phone: a �L i it o o Fax: Contact Agency/Firm Name: Address City/State/Zip Phone: Fax: Contact Agency/Firm Name: Address City/State/Zip Phone: Contact Fax: YOUR COMPANY NAME_ ADDRESS .Ja� S I A). Q MPAA)v' PHONE:9 S1-f 9 Gi 8o�i A.. - Fc . 3 306 20 Agency/Firm Name: Ct / /,/ Address: lod v• ,•,7•-e_4- 1, c City/State/Zip 3;o e P Phone F7K 716`/G3�Fax: Contact: ^/-,/.L c .Z Agency/Firm Name: Address: u�/i�+ N 1✓ i 9 s%• l flv�•? f1i// City/State/Zip Phone:) 3q coioo Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: Agency/Firm Name: Address: City/State/Zip Phone: Fax: Contact: FAX: S Z-/ i G ,f_ i g,9/ ATTACHMENT "F" VENDOR DRUG -FREE WORKPLACE Preference may be given to vendors submitting a certification with their bid/proposal certifying they have a drug -free workplace in accordance with Section 287.087, Florida Statutes. This requirement effects all public entities of the State and becomes effective January 1, 1991. The special condition is as follows: IDENTICAL TIE BIDS - Preference may be given to businesses with drug -free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies that it has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if non of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in subsection (1). 4. In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later that five (5) days after each conviction. 5. Impose a section on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6. Make a good faith effort to continue to maintain a drug -free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this form complies fully with the gbove requirements. Authorized Signature 1L. S& h, /, "W `. L. <' Company NA me 21 01/09/2001 17:42 9549681984 SOUTHERNWASTESYSTEMS PAGE 01 Department of Planning ant Pollution Pre 4BA4RDCOUNTY (g SOLID WASTE MANAGEMENT LICENSE WF: 3D3E Z SITE ID: 5834920 '+ `;` %' �' " asp 1 Nam - , I D. Nitet`, r- APPLICANT: K , rEAC} CITY 2�irPs�F�A Mr. Charlie Gttsmano , ,, ; ,,,tYuecyclitmg Sun R.ecyeling, LLC ,w 2✓4Y W 15 Cni 2241 NW 15 CourtFrsniti<o B CT'I`;1�T. CISt Yam. .6 ' ;l i urrf�ar *e prb I ib Sl pf 1 3 bf the +erxf ttiMI al Cods, ThQ abov-n"ec3 applicanh �-h4r&'r after Calferl Ll6el facil§ til idn the appl .red dravi 9E!, p. ni a I f 7 tY U fabed spa ft citSr ,�1; '9t8t,` ►i' _,t� accep16tf gEli r'✓ ` r, v�S111+1tl110 ��1 '7� ti Jyr l� �'�. �'.-}�'►a' y� : ±r��'. � °� r i,+y.�4: �1.1;'. L ,.�R�Y .�: , f;%,� �M t�,a �•d��,,FF: ��� �iR.iYY s' 14 �ytr���l)'C �� :t � F��Es[;� I,•�y��,� _ ag attached, are requfret5iaits'D'I t1Ti 1fCvr��i,`�aE31 eco111riply with'.all the comply with condk(ons or requirements as set forth may tltlyf vocation or st may subject the Licensee to enforcement -action in accordance .,the provisio the CotJL,-.... _ , LICENSE MODIPIC.A,'ITON STATEMENT: This-licFa ti compf supersedes DPEP License Number R.R97-06166, DEP P ><si. �Vtihiber on 08/24/98, ,ud the accompanying condtt�ons_ � ` NATURE OF BUSINESS: Materials R.ecove,�acsy DESCItIP'['ION: A 600 cubic�.,)r days►MteA%Wf' �ca1ve rfacttity tit; receipt an►dproce'Wngof'0.on -*rtd; %t'litifln tie .de1?rils. Them sed`.ittlf4 rccy'c,�abti-contue wkeriWs willpt~tipet; rcl,' tz inttnt glass;;fe6 mews, plastic, wood;' 1C _ . Tlrsfer Applicattcsti.'�tiJd.��l(}00 Date of Issue: Expiration Date: 08/24/2003 Renewal App. Due: 06/25/2003 Prepared By: Glenn Maimstrom Page 1 of 5 Environmental Protection ention and Remedlatlon Division 218 S.W. 1st Avenue Fort_ Lauderdale, FL 33301 4) 519-1260 - FAX (954) 765-4804 97-16800 :r r.::0d.53331-003-$C , ff�R>✓58 , . 3306� fAAxQAJIV� •• a)d". . Codes. . C edinances tee, Js _hereby auingdzed io docuinettj$,-arrd:speodfaa, e(oW. If nb pbj&tdn .to'lhis. did the'At6oh4d,jern`ais and IYM 1. co Ions 053131-;OOI-SC, issued . P 1J"-1149 art; Departm t of Planning and Environmarnal Protection Thi Axument Is printed on recycled paper. 0 200SH6 01./09/2001 17:49 9549681984 SOUTHERNWASTESYSTEMS PAGE 01/01 SOLID WASTE MANAGEMENT LICE NSE GENERAL CONDITIONS 1. The terms, conditions, requirements, limitations and restrictions set forth hE pleted by the Licensee and enforceable by the Department of Planning pursuant to the Code. DPEP will review this license periodically and may revo administrative and/or judicial action for any violation of the conditions by servants or representatives. ein are accepted and must be com- id Environmental Protection (DPEP) e or suspend the license, and initiate ie Licensee, its agents, employees, 2. This license is valid only for the specific uses set forth in the license applicatio and any deviation from the approved uses may constitute grounds for revocation, suspension and/or enforcement a lion by DPEP. 3. In the event the Licensee is temporarily unable to comply with any of the con the Licensee shall notify DPEP within eight (8) hours or as stated in the specii working days of the event, the Licensee shall submit a written report to DPEF the measures being taken to correct the problem and prevent its reoccurren< replacement and reconstruction of destroyed facilities and a schedule of eves license condition. 4. The issuance of this license does not convey any vested rights or exclusive injury to public or private property or any invasion of personal rights, or any vi regulations. itions of the license or with the Code, section of the Code. Within three (3) that describes the incident, its cause, i, the owner's intention toward repair, s leading toward operation within the privileges, nor does it authorize any latlon of federal, state or local laws or 5. This license must be available for inspection on the Licensee's premises durin. the entire life of the license. 6. By accepting this license, the Licensee understands and agrees that all rec( ds, notes, monitoring data and other information relating to the construction or operation of this licensed facility :)r activity, that are submitted to the County, may be used by the County as. evidence in any enforcement procE iding arising under the Code, except where such use is prohibited by Section 403.111, Florida Statutes. 7. The Licensee agrees to comply and shall comply with all provisions of th most current version of the Code. 8. Any new owner or operator of a licensed facility shall apply by letter for a trc after sale or legal transfer. The Transferor shall remain liable for performance Transferee applies for and is granted a transfer of license. The Transferee Code that results from the Transferee's activities. The Transferee shall comp conditions when the Transferee has failed to obtain its own license. Q isfer of license within thirty (30) days i accordance with the license until the hall be liable for any violation of the with the Transferor's original license The Licensee, by acceptance of this license, specifically agrees to and shall allow DPEP personnel access to the licensed source, activity or facility for the purposes of inspection and testi g to determine compliance with this license and the Code. 10. This license does not constitute a waiver or approval of any other license, app )val, or regulatory requirement by this or any other governmental agency that may be required. 11.._ If the Licensee wishes to renew tbg e or, extend its term, the_Licensee s ould a-mke-applLcaUQn.,*dXty (60) days prior to its expiration, including payment of all appropriate fees. Expired license i are not renewable. Page 2 of 5 E1/09/2001 17:42 9549661984 SOUTHERNWASTESYSTEMS PAGE '02 Charlie Gusmano DPEP License 14umbar: RR97-16$00 ' Sun Recycling •DEP.PermitN mbet` OU5333.=003-SC- SPECIFIC CONDITIONS: 1. Only construction and demoWoo debris (C &)D), yard:tri3sh; and clean deb is -As deh&A In $ecdibai 6 ;70T _.ofthe Florida Adm strative Code (F.,A,.C):2nd.Chkpter.27-214 oft6 axc vard'Cbtsxty tvode;shakk >3e received at this site. C & D is processed iuto; he.follrecyclable metal ds: paps', caedbo rd; ;. abuminum, glass, ferrous and non-ferrous ffi tals;.plastic, wood, aud'-mulrtt. .: 2. This lacility.sh" net -accept at process, any, pWuM ible wastes or of bevg'agbestas, ; hazardous or biomedical wastes. Should any asbestos, hazardous and/or bi medical wastes be d6ivexrd 9 the licensee shall imuaediately notify the D)PEP, and shall arrant : for the wastes to'be retui dd tbthegEfiergtor or disposed of in. a manner approved by the DPEP; koeaseeeaxsure all:pet`wxm on -site are properly trained to opera the facility Wit#i ez asis on PrLp 'ided"6atim atiaprcNer r anagernarrt ofprobibited materials, safety heAM,,eavia'onrttwtal coattrols, ' '�dreypYbcodures. -,;, , 4: The LiceAsee shall ni=tann an attendant on duty,whenever the facility is o f iratin� 5. Each incoming load shall be, inspected before being alld06d to be deposited t the site. Any.k4Ads coftbiing material other than C & D, yard flash, and clean debris: phall be rejected. Pr*hibited material which inadvertently enters the facility stall be separated 57om the incoming hies he. stream within 48 hours from receipt on site and shall-be,storid in containers wd disposed of at.a' disposal facility pursuant to Section 62-701, F.A.-C. This iiraterial shall be a moved fiom the sit" ai d .: •;: '. properly disposed within 48 hours from receipt of material. ... ;. 7. All processing of incoming C & D iMo. recyclable materials shall be sample d witlxion seven •(7) warl4iii days of receipt on site, except for yard trash and clean untreated wood: Tipl ng and proceasaag.shall be conducted on the concrete, pad as provided in the license applicafion: 8. No storage of unseparated incoming C & D is,dllowed'Ofti a Qf the concra gsicd- except fbi %. Dtairy storage of waste in coutainers for not more than 6elve'(12) houn. $fern m�A ntt, ofsuch waste at` h6i faci* , 9. All recyclable materials, except clean deals, yMd i malt,- and bsrtreiate�nd i tpauEted vvoocY llhaIl �ietstrn ' under cover, or kept in storage ceotairiexs; or kept on the coactefe:slab. Thei : matocias shall beazovd ftom the site when a container load is gefierafed. In no case -shall these mate; eels t w-on:sttd Ionr,tfisi ` thirty (30)'calendar days from receipt an site. : 10. Non -recyclable solid waste separated from the incoming- C & D waste strea: sliaJi be •storbd:m> containers and disposed of at a licensed disposal facibtypursuantto Section 62 701; F 4-C. T. M9 dalshall be. removed from thg site within seven (7) working days from receipt b site: 11. Within 90 calendar days of receipt, all yaatrash and untreaiM aAdii wt 1 wtit cl lk Lie pitl hd'.' removed from the site. Page 3 of 5 01/09/2001 17:42 9549681984 SDUTHERNWASTESYSTEMS PAGE 03 APPLICANT: Charlie Gusnaano 1))Fq5P•ticertse' lumber: 091-i'060 Sun Recycling DEPNftitNi inbeh 0053331-003-SC 12, C & D, yard trash, wood, or mulch aud.Wbod,chip ,piles shall not erkc�ed.thc fbIlowing dimensibus: ,ividth :. fifty (50) feet, area - 10,000 square.fbet; height - ttiveoty (20) feet. 1;3...AspaC . skrall be kovicM between all piles•to allow-a�c'Cess tp vehicles, kicft ting.fim Ii 'eel malt• 14. At no time shall the total accumulation •of.stilid. waste on site�ceed.5800 0 jic yards; the'appirtivec�'lu"Mi e detailed in the license ,applicatioa and,abproved closure CM estimate 15. Odors, dust, vectors, and noise shall 12e Wrictly controlled at all timeslam ofthe above ate' deticrmii 6d to, fle �:j rro�lein, the licensee shall protr ly take gray rind all reasonaGble anti ;necessary too cgrrect the . 'ho.pPER noise regulations iln Article VII of the Code sball be co rplied with at all times. 1�,,;'die sits Il;be, and ept.lbcked.vvhon not attended. Addition font ug,and securityinerasures shall' ,Mort&&; ne.Muaiy to -tecitre e site an prevent -unauthorized dUnip t ►.:.,ate t ee shall per'd taently maintain sib (s) iri g c aspxcuaus 'to•the g erld " public indicating tbo',aeme of the operating authority, ccnthct persod and tef )honer atidiber M,case -of".. emergency, hours of operation, and list of prohibited rztathtials. 18. The Licensee shall maintain compliance with the f aincAal: assurance require cents of Rule 62 40.1.7QQ, - ' F.A.C., by submitting all required updated supporting ddctuttentation in ace rdance with Rula'f2-70i':C3t�,, ' •'-••E:A.C•.,,and 40 CFR Part 264, Subpart l-1, as adopted by re�er`aace in Rule t !-701.630, F.A:C. Ail submittals in response to this specific condition shall -be 06t to:. Florida Department of Enviro=entalIkotectitki Financial Coordinator -• Solid Waste,Section Twins 'Powers O ie@. Uuild na 2600 Blair Stone Road MS 4565 Tallahassee, Florida 323,99-2400: r• 19. The Licensee shall apnually provide to the Departrrtet#t ofllarmrng•aad Enty onMental Pzotectaiptf for approval an updated closure cost estimate, in -accordance with the.reguiremE .is af;Rule 62-701'.6io F,A.C.- The closure cost estimates shall be calculated in accordaaca with Rule 62-71 1,630',F:At C., and 46 CFP Part 264, Subpart K as-adopted.by referMce,WRule 62-70:1-,630, F At. A Psu �blbftpo strO,thi4_•• specific condition shall be sent to: Broward County Department -of PiaMing and F,ovirourni if,Al Noleetabs% r 1 •.; . Pollution Prevcr6o4 and;Re ilidR3`,'''�! ion; ', , 't. lil,l(, tltlli ;i r x rt ik• 3 i.: t??11 1�+; ATTN: Solid Waste Section • 218 S.W. 1st Avenue ` .. Ft. Lauderdale, Fl. 33301 ' Page 4 of 5 01/09/2001 17:42 9549681984 SDUTHERNWASTESYSTEMS PAGE 04 APPLICANT :.. Charlie Gusmano.' DPEP License lutnber: R707, 6800 Sun Recycling DEPFP'ttt7tx* N rnber: 005333 1-003-S.0 ' 20. The Licensee shall implement and waintaia a ground water xnonitorimg plan �ibtir,h inaeets the:criLotia 'forth in Rule 62-701.510 and Chapt* ;62-S22, .F:A C. 'Detection wells; shall )e, as -W and meaty d at least 'somi- m mually for the following pate a era: Field Parameterg LaboretDr-V Via . .. ` pH Aluminum Comi m ,. Turbidity Chlorides Chrorit mr Temperature Nitrate Lead Speciffc Con rctrvity Suliate Merv. i ..)jasolved Oxygen '-Tolai ,Dissolved Solids: ...Abnma is ;;eGCe1� 'elevations Iran lemal . . . �Cabdr9 mid sheens Sodiuiix Those: arameters listed -in o oat) AiseniC EPA N hods 60I.and 602. bald 60d'water g44lit:y shall be saiMled and analyzed in accordMke wit] theprbvisic nn d£ Rnie.62-' );l+.A,.��'hz addition, all backgrouad and detection welU shall! e,samplujd and lyzad•at ;:•t ;'+U sti Lei �e-prior to p*bi it renewal for those 'parMheteirg�tisted in l;ttjb= 240'' 1. Ibe Licensee shall submit groundwater analytical results to DPEP at.the ad ress specified, ab>v. CO a se ni- annual basis by June 30 and December 30 of each year. The groundwater a ilytical resuli;A66uld be_; ` summarized to letter form and the laboratory reports Aiid Chain of Custody )rms should be.inalUde4[ hs� , attachments. 2i k record book shall be kept on site with the following information entered o a daily basis: a. Quantity of solid waste received and processed (bj.type) (ih.cubic ya ls); nand b_ Quantity of recyclable material recovered (by type) �m cubic yards); nd c. Quantity of recyclable matetiAl marketed (by t)pe* (m cabic'yards)- < <d d. Quantity of solid waste disposed of (by type)(an cubic yards), and ides ify the disposal Pocatiop(sy.: . This information shall be summarized each it ibmriiA s6bmitted to the )la)EP by the' day of each.succeeding month at the address hstorl above:i : • ii(,.ti .+:Mist #i, ': ij° � (t;+ l+•2 + 7��j�i is ua�l?j �7u .i' kit Page 5 of 5 01i 09�/`2/��� �y 00117: 429i 49681984 SOUTHERNWASTESYSTEMS PAGE 05 D'E' P'RD PAGE 01 p �tl etlt of pommin9 P�n prove, Aon and 21fio 1st Avenue Fort Lauderdale, FL 33301 (9& 6I0-1260,fgx 76S-�4804 Noveudm 13, 2000 j.. Charlie Graf =o, President Sun 3L WYcling 2241 NW 13 Court ' Pompano Beach, FL 33069 Lleense M,odi Melon Sun Recyc&s 2241 NW 15 Court Pompom Bea* FL 33069 Broward County riept of Planning $ad Bariron meoW Protection (D Florida Dept pyotmdon (FDEP) Petlmit No. Dear Mr. Gusrnsuo: hiP) Licam No. RR97-16800 3053331-003-SC The PoMon prevention and Remedialion Division xaccivW noon c i November 1, 2000 of Waste Corporation of FWida, Ins.'s Notice of VOID xtary Dismissal of its Petit Dn Thor Formal Administrative Proceedings and the State of Florida Division of Administi HeauiAgs' t 'der Clotting File, Case No. 00- 2306. The above mil-r� fic ense, Lmued on August 7, 2000 has bOW ma fled as follows: DWCRIFTION: A 600 cubic yards per day material recovery udilizing conorete pad Ibr the receipt and processing of construction and demolition debris, 3 rd twkand clean debris. The mstwials are swa W into recyclable oomthuenta_ The ii xyaWe matftWs Ya be paper, cardboard, eluminutn, &IM6 ferrous and non-ferrous. Maus, plastid, wood, and mulch. M DESCRXPTION: A 2040 mbia yards Per day material recaverY udU 19 a concrete for the reoeipt and processing of oo muwon and dernolitim deixu yard trash, and clean debris. �Me materials we Wrbed into recyclable constituemb. Tho ecychWe materials will be Paper, cardboard, duminum glttma fedrrcxua and non -flaws cieta7a► plasdc, wood, and WMICh. This letter anrat be attach od to the c&sdng above r*WeMW license anti be( rmes part of the Rome. All other hce w terms and conditions remain m full force and effixt. MOVAM COUMV 60AM OF COfJM1V COMhtOMM - M 9gW4 qppmlk�i W WA PMVM& d $WOW a Norman Aj;. k+Fr Sao" l Cawm l !i M CO. J w a= bm Uabe."m I&Ld t� me. Pmth JOM E 920!f►om, Jr, NM w ah Q» C� 1vivow,awvd.aW"40 JAN-10-2001 09:46 FROM: TO:9549681984 P.001' Jry, j� ER'I '�C:A'1' mot,) L1 ILITY IN p �$ -x P.1M(""'°A'r" oll0/01 PaDalml Grssn with Jtisk ManagewAnt 1 Division o8 tlatoa =ad #130 1499 N. Palmetto Park iZd •i30 T= CKRTMCATE 18 iS6A7$D AS A MArma OF INFORMAmON OKLY AND CONnas NO RIGEM Ul"On THE CZATIMAU ECO BOY 79n18 U,CM�ow. so*& Aston FL 33486 Phone: 961-392-9922 rax:561-368-3322 IIY LW=AMILDWGCOVERAGE im—= INSUNUA: Unitod National rps Co DaumD: AmCgM Preferred Insurance Co INSUAW c 110�� T.rt+ PP41sno eachhpLo33 69 osq� OnUl re 0, IMAM 14 MW00 A AdC TNH POUCID3 OF WURANa LW9D W-Dw NAVA DASH MM TD WX WURW NAM AMM AOR THA POLICY PKWOD IMDICAM. NMWMISTAMOD4 ANY AMUTAAMDNT. TARM OR CONDITIDN OF ANY CONTSACT OR Mn DOCu► LNT WffH RRpscr m wHICA TH(D CgwnP[aT6 MAY Da 133UW OR ►4AY PmrrAm. THS ImsURANCB APPoRDJ<D RY 971E pouC483 DESCRM9D NAR61N 13 3UDJRCT TO ALLTHS TS". BXCLWIOM AND CONOMOM OF fUCN POLICIES. AGGaZDA71 LMITS SHOWN MAY HAVE BEZN RWUCBD BY PAID CLAIMS. LTK TYPE or viumANCQ POIJQY NUX51M Pout-Ladro A GINVALLIADIIIIY X CwrAW1ALGP=�ALunuLm CLAW MADE 1K D4UR L71465413 04/23/00 04/23/01 RACNOCCURRZNCD S 1000000 FIUDANAGk(Agow" S 50000 MDDDxr(Ay a><Pawn) S 5000 PUSONAL ADY INJURY $ 1000000 G54RRALA0bX9GA1H $ 2000000 aLAOGRP.GATIUWAPP-MPMU X4RrPOLICY LOC PRODUCTS -CONPAOrAOG $1000000 AUTOMOWLS uASIILt7'Y ANY AUTO ALL OWNED At= ACHBPYLIM AQTO3 HIRW AUTOS NO%4%7= A MOSS (SINOLE UNIT S Qpo�LY DV1UiY (PK M j f BODILY Immy (ftr =0400 D rM*ERTY DAMAoS OW xcwcnp S •ANAoi LIApan y ANY AVM AlrM ONLY • DA AC=B?rr D 01716A THAN ILAACC M)TO ONLY: AGO S f fxCW1 LAOIUTY CCLIJR CLAIMS MADE MI?CTI" RE NTION S SACK OCMMSNCR S AOQ&BGATB S f + f 8 WORDS CbSIMMATION AND >iI.OYM,L&AKLTrY 14CV7013732 10/01/00 10/01/01 TORT U ER E.L.eACHACCIDBPtr s 500000 Ll- DMLA.59 - aA DOLOYEE 2500000 ' s.L. DIsDAse- Pol1CY uMrr s 500000 artsisa Scheduled Autos DRiCRwncn OF 0P2"TIONWL0CA770WV&MX U&XCLM1" ADD® BY IN ubaHrMFW14 Ppo"DONR TA>IIARAC EPOW-D ANY Or I= AWVZ DESCM0 POLOM W CANC&UM MDUM = Z*VA cAuT om(w,'reRBwmr.v4=mwiww=AvOaTomAm 30 DAnwRj.. City 4ii' Tamarac 88 AveWM Cj TO "M CZWrIP LATE KOLSIa NAb= TO TEX LUT, BUT PAU. =V Do Ro S* 7525 NAP ]A Attu : Finance e Dt>pt / PluchaSiaQ MOM No 011l3GATSON OR UABU TY Ol ANY m ms AoGt Tamarac !'L 99923-2401 ��AMIX ^ O1/29/01 10:56 FAX 954 724 2408 I CITY-TAMARAC-PURCHASING Q 002 Exhibit 2 TEMP. RESO. No. .,c2_s - AGREEMENT BETWEEN THE CITY OF TAMARAC AND SUN RECYCLING L.L.0 i THIS AGREEMENT is made and entered into this day of , 2001 by and between the City of Tamarac, a municipal corporation with principal offices located at 7525 N.W. 88th Ave., Tamarac, FL 33321 (the "CITY") and Sun Recycling L.L.C., a Florida corporation with princip�,l offices located at 2281 N.W.161' Street, Pompano Beach, FL, 33069 (the "CONTRACTOR") to provide for Debris Disposal at their location. Now therefore, in consideration of the mutual covenants hereinafter set forth, the CITY and CONTRACTOR agree as follows: i 1) The Contract Documents i The contract documents consist of this Agreement, conditions of the contract (General, Supplementary and I other Conditions), drawings, specifications, all addenda issued prior to, and all modifications issued after execution of this Agreement. These contract documents form the Agreement, and all are as fully a part of the Agreement if attached to this Agreement or repeated therein. i 2) The Work The CONTRACTOR shI II perform all work for the City required by the contract documents as set forth below: a) CONTRACTOR shall furnisO all labor, materials, and equipment necessary to dispose of the debris that the City of Tamarac employees will deliver by dump truck. i b) CONTRACTOR shall dispose of said debris according to the terms,- conditions and specifications listed in Bid di-058 Debris Disposal. c) CONTRACTOR shall meet all State Guidelines as approved by the DPEP (Department of Planning and Environmental Protection) for debris disposal. 01/'29/01 10:56 FAX 954 724 2408 CITY-TAMARAC-PURCHASING Q 003 I i d) CONTRACTOR shall comply with any and all Federal, State, and local laws and regulations now in effect, or hereinafter enacted during the term of this Agreement, which are applicable to the CONTRACTOR, its employees, agents or subcontractors, if any, with respect to the work and services described herein. 3) Insurance CONTRACTOR shall obtain at Contractor's expense all necessary insurance in such form and amount as required by the City's Risk Manager before beginning work under this Agreement including, but n'ot limited to, Workers' Compensation, Commercial General Liability, and all other insurance as required by the City, including Professional Liability when appropriate. CONTRACTOR shall maintain such insurance in full force and effect during the life of this Agreement. CONTRACTOR shall provide to the City's Risk Manager certificates of all insurances required under this section prior to beginning any work under this Agreement. The CONTRACTOR will ensure that all subcontractors comply with the above guidelines and will retain all necessary insurance in force throughout the term of this agreement. CONTRACTOR shall i i� demnify and hold the City harmless for any damages resulting from failure of the CONTRACTOR to take out and maintain such insurance. Contractor's Liability Insurance, policies shall be endorsed to add the City as an additional insured. CONTRACTOR shall be responsible for payment of all deductibles and self- insurance retentions on Contractor's Liability Insurance policies. 4) Time of Commencement and Substantial Completion The term of this Agreement is for a period of one (1) year, beginning the first day following execution by the City! and ending on approximately February 13, 2002. Upon expiration of the one (1) year torm, the parties may choose to terminate this Agreement, or renew the Agreement by written agreement signed by the parties hereto for four (4) additional one (1) year periods) providing all parties agree to the extension, and all of the terms, conditions, and specifications remain the same. 5) Contract Sum The Contract Sum for t4 above work will not exceed a total price of $ Forty Thousand Dollars ($40,000.00� annually at a price of $6.75 / Cubic Yard. The Contract sum is determined by the cost ,of labor and materials for the job as delineated in Bid 01- 05E Debris Disposal. 2 01%29401 10:56 FAX 954 724 2408 CITY-TANARAC-PURCHASING 9 004 6) Payments i The CITY shall pay C' ntractor's itemized invoice on a monthly basis for work completed. The City shall pa the CONTRACTOR for work performed subject to the specifications of the job and subject to any additions and deductions by subsequent change order provided in the Contract documents. 7) Warranty ' CONTRACTOR warrants the disposal of debris shall meet all State Guidelines as approved by the DPEP (Department of Planning and Environmental Protection) for debris disposal and shall notify the City immediately of notice of any citation or violation which CONTRACTOR may receive after the following execution of the Agreement. CONTRACTOR shall be responsible for any damages caused by defect to affected area or to interior structure. 8) Indemnification The CONTRACTOR shall indemnify and hold harmless the CITY, its elected and appointed officials, employe 's, and agents from any and all claims, suits, actions, damages, liability, and expens s (including attorneys' fees) in connection with loss of life, bodily or personal injury, or property damage, including loss of use thereof, directly or indirectly caused by, resulting from, arising out of or occurring in connection with the operations of the CONTRACTiOR or its officers, employees, agents, subcontractors, or independent contractors, excepting only such loss of life, bodily or personal injury, or property damage solely attributable to the gross negligence or willful misconduct of the CITY or its elected or appointed officials and employees. The above provisions shall survive the termination of this Agreement and shall pertain to any occurrence during the term of this Agreement, even though the claim may be made after the termination hereof. Nothing contained herein is intended nor shall be construed to waive CITY's rights and immunities under the common law or Florida Statutes 768.28, as amended from time to time. 9) Non -Discrimination j The CONTRACTOR frees that it shall not discriminate against any of its employees or applicants for mployment because of their race, color, religion, sex, or national origin, and to abide b�y all federal and State laws regarding non-discrimination. The CONTRACTOR further agrees to insert the foregoing provisions in all subcontracts hereunder except subcontracts for standard commercial supplies or raw materials. Any violation of such provisions sh�ll constitute a material breach of this Agreement. 3 01/29/01 10:57 FAX 954 724 2408 CITY-TAMARAC-PURCHASING Q 005 10) Independent Contractor CONTRACTOR is an independent contractor under this Agreement. Personal services provided by the CONT�ACTOR shall be by employees of the CONTRACTOR and subject to supervision by the CONTRACTOR, and not as officers, employees, or agents of the CITY. Personnel policies, tax responsibilities, social security and health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Agreement shall be those of the CONTRACTOR. 11) Assignment and Subcontracting i CONTRACTOR shall not transfer or assign the performance required by this Agreement without the prior cojisent of the City. This Agreement, or any portion thereof, shall not be subcontracted without the prior written consent of the city. 12) Notice Whenever either party d�sires or is required under this Agreement to give notice to any other party, it must be givep by written notice, sent by registered United States mail, with return receipt requested, addressed to the party for whom it is intended at the following addresses. CITY City Manager City of Tamarac 7525 N.W. 88th Avenue; Tamarac, FL 33321 With a copy to City Attorney at the same address. CONTRACTOR i Charles Gusmano President Sun Recycling L.L.C. 2281 N.W. 161' Street Pompano Beach, FL 3 069 4 O1/29/01 10:57 FAX 954 724 2408 i CITY-TAMARAC-PURCHASING 191006 13) Termination This Agreement may b4 terminated by City or CONTRACTOR for cause or by the City for convenience, upon seven (7) days of written notice by the terminating party to the other party for such terminatipn in which event the CONTRACTOR shall be paid its compensation for services performed to termination date, including services reasonably related to termination. In the event that the CONTRACTOR abandons this Agreement or causes it to be terminated, CONTRACTOR shall indemnify the city against loss pertaining to this termination. Default by CONTRACTOR: In addition to all other remedies available to the CITY, this Agreement shall be subject to cancellation by the CITY should the CONTRACTOR neglect or fail to perform or, observe any of the terms, provisions, conditions, or requirements herein contained, if such neglect or failure shall continue for a period of seven (7) days after receipt by CONTRACTOR of written notice of such neglect or failure. 14) Agreement Subject to Funding I This agreement shall remain in full force and effect only as long as the expenditures provided for in the Agreement Dave been appropriated by the City Commission of the City of Tamarac in the annual budggt for each fiscal year of this Agreement, and is subject to termination based on lack of funding. 16) Venue This Agreement shall b governed by the laws of the State of Florida as now and hereafter in force. The venue or actions arising out of this agreement is fixed in Broward County, Florida. 16) Signatory Authority ' The CONTRACTOR shill provide the CITY with copies of requisite documentation evidencing that the signatory; for CONTRACTOR has the authority to enter into this Agreement. 17) Severability; Waiver of Pj Any provision in this jurisdiction shall, as to such ju unenforceability without invalid or enforceability of such provi: provision by either party shall r enforceability of that provision 3reement that is prohibited or unenforceable in any diction, be ineffective to the extent of such prohibition or ing the remaining provisions hereof or affecting the validity ns in any other jurisdiction. The nonenforcement of any constitute a waiver of that provision nor shall it affect the of the remainder of this Agreement. 5 18) Merger; Amendment This Agreement constitutes the entire Agreement between the CONTRACTOR and the CITY, and negotiations and oral understandings between the parties are merged herein. This Agreement can be supplemented and/or amended only by a written document executed by both the CONTRACTOR and the CITY. IN WITNESS WHEREOF, the parties have made and executed this Agreement on the respective dates under each signature. CITY OF TAMARAC , through its Mayor and Sun Recycling L.L.C. (Name of party with whom Agreement is made), signing by and through its President, (President, Owner, C.E.O.,etc.) duly authorized to execute same. ATTEST: Marion Swenson, CIVIC City Clerk Date: s l s o ATTEST: (Corporate Secretary Type/Print Name of Corporate Secy. (CORPORATE SEAL) CITY OF TAMARAC 11t. y� 'Joe Schreiber, Mayor Date: J /5- C/ Jeffrey L.10114, City Manager Date: Ap ov d as to and le 'al Su ci cy" l Mitc ell S. K ft City Attor ey (NAME OF COMPANY) (Name of President) Type/Print Name of President Date: !/a 6 CORPORATE ACKNOWLEDGEMENT STATE OF COUNTY OF The foregoing instrument was acknowledged before me this 2_ day of ��'�i.�(-A, , 2001 by !f A1X�C S CrI--S l'VG"A)6 (name of officer or agent, title of officer or agent) of ,Sly Al G _C, (name of corporation acknowledging), a 1G ewl'?W (state or place of incorporation) corporation, on behalf of the corporation. He is personally known to me '0171p tz s Lie take an oath. � Z-7 0 (type of identification) as identification and did(did not) 7 P Signat1 f Flori My COMISSION #OC918641 EXPIRES: Ash 14, 2004 Print, Type or Stamp Name of Notary Public 02119-/02 11:47 FAX 94 724 2408 FEB-is=2002 13:26 FROM: 01/28/2002 13.11 01/23/02 13:01 PAa T � C 49681984 724 2408 CITY-TAMARAC-PURCHASING IJ002 5615826674 T0:954 724 2408 P.002/002 SOUTHeqwASTE5Y5TEMS PON, 02 CIz1[-TAC-�GBA9Ip6 Of Tamarac 75iNVQCWnNR CPO 7 T www3amarac ora January 25, Exhibit 2 TEMP. RESO. No,,2 Z/Zlm, Charles Ou no Prooldent sun Recycll L-L.C. 2201 NW 16 at Pompano FL 33069 Dear Mr. Gu ano. Our contraot As ith your company for the C Vs debris disposal is due to exp'ure on February under Section 101the Special Conditions listed in Bid Number0l- 13, 2002, 06B, we have pecified n option to renewthe wdsUng conuadforfeur additional one year perlode. This is the fi year to renew the contreet Please advis the if a vne-year eAension would be acmptabie to your company_ Please area below and return this form tothe Purchasing complete later than F ppropriate too contact , February 1, 2002. N you have any 4u®stionsdo not Me. Sincer'aly, Anne M. L Senior Buye 1 h y agree to a one-year e�daension of the Subject cmntraot. 1 a Unable to provide a one-year a denslon of the subject contract �Si9lature Dam 13 EquW qppo*MW &Rpk .r _"T-V: , TRANSPORTATION P59OURC� 631 758 8871 ; MA)001 12i i 2PM; 0 FA PAGE ACQRQ., CERTIFICATE OF LIABILITY INSURANCE �+ocur 05 / 033// 2g�001 THIS FlCATE IS I$s1 AS A MATTER OF INI>rORMATION TRANSPORTATION WRITERS ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 405 OAKWOOD RD. HOL09PL THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BF_•.)ry. HUNTINGTON STATION, NY 11746 -- INSURERS AFFORDING COVERAGE girl. 1 '%7mSOUTHERAI WASTE SYSTEMS, LLC " INSURERA: HIGHLANDS_ V_ J&A TRANSFER, SUN RECYCLING LLC INSURERII AMERICAN" ALTERNATIVE A.F. ROLL OFF & A.F. DOZER INSURER C. 790 HILLBRATH DR. — — :OVERAGES ANY REQUIREMENT. TERM OR CONDITION O ANY CONTRAEN CT OR OTHER DOCUMED TO THE INSUReO NT WITED H ABOVE FOR ,TO WHj H THIS CERTIFICATICY PERIOD E MAY B NOTWITHSTANDING IED OR MAY PERTAIN, THE INSURANCE AFFORDED BY TH/ POLICIES DESCRISF-0 HCR61N IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF BITCH POLICIES, AGGREGATE LtMIT8 SHOWN MAY HAVE BEEN REDUCED BY PAID CLAWS. TrYE OR INIURANCi �'OI.ICY NllIL1BJ•R EFiE !.)�tAATIpN . • ,.......-- T Od1 LIMRt GAINVIAL LAAMUTY SACM OCCURRENCE 101,00 0 0 0 L` I X M COMERCIAL GfN&RAL LLAQIL�TY CLAWS YAut: � OCCUR ffRt DAZE (Mr LiM In / 50,00 •MEDMA EIIP (Any Qs !2T) i 5,000 A SG02004206 04/23/01 04/23/02 PfP6oNALAADVINJURY 31, 000, 000 CIENERAL AGGREGATc I s 2 0 0 0 000 _ -- - IGEPfL A66RCCATG LIWT APPLIES PER: PFt4 PDLIcv PRODUCTS. COMPNP AQQ LOC I AUTOMOBILE LABIUM w""'^"""""`'••+•,•.........�. ANY AUTO _ . ` COMBINED SINGLC LIMIT t I 1 O O O _ ALL pe+vNED AUTOS '•'1000 X 8CHI:DULEDAUTO3 «.. tOpLYLNJVRY t (Pcrparzm) A X MIR[DAUTO$ DBA2004205 04/23/01 04/23/02 - _.-- X NON -OWNED AUTOS �'^ EOOILY INxpy spa. • --.. .... PROPERTY DANAGG (vereodoerq GARAGE L.IABiLTTY f r AUTO 11MI.Y - FA ACQDCN'T i A...._ ANY AU7 — .... ._... .. _........ �..•..-"._•'^ .. f)TltER THAN PA ACC _ AUTO ONLY. 00 E1ICE86 LIAWLITY X OCCUR n CLaunS CACH OCCURR ENCE 1410,000,00 O AGGREGATE_ $ 10 , 0 0 0, 0 0 0 MADE UNASSIGNED 04 /23/01 04 /23/02 ".....s. . 3 oCDUCnm.E — i RCT7lNT10N f t A6 COMPENSATION AND wC STA U• E?ALOYERff LIA91LITY TQRY LIMITS E.L. SACS ACCIDENT t E.L. DMGA" - CA 6M%'LOYEE t C.L. OCIL49 - POLLCY Lima OTHER INLAND MARINE CMA2004207 04/23/01 04/23/02 $1,000 DED. COMP, & COLT,. DBA2004206 1 04/23/01 04/23/02 $3,000 DED. -- ;ERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED REGARDING GENERAL LIABILITY ?OLICY FOR OPERATIONS PERFORMED BY NAMED INSURED. ERTIFICATE HOLDER X AbDITto,uL Maun=o• INsuLeLgn LETTEIR: CANCELLATION *WOULD ANY Or THtl "Oft DC"J"Wo r'oLP=% SO CANOCI.LCD !G'GoE TM"PWAnon CITY OF `i'AMARAC LATE TNOMW' TNa IINIINI><uesua�e yWLa L'JRtAVOi� TO MVNL 30 DAV5 TwarT'EN ATTN : ALBE RT NOTICE TO THU CU*WWAT! HOLOM M MLD YC "M IgRr. W., PALUM nD OO tp "" 8191 NW 8 8 TH AVE _ , ROOM 108 IMPOM NO O4UOATION OR uAetITT OR ANY KIND UPON ttl� Inleurrp,, rr� A�.r6 p� TAMARAC, F1, 33321 afV1I1eaehrTA,nreLt 25-3 (7/97) 4 !OACORD QRPORATION 19ba sir -. EXHIBIT 3 AGREEMENT AMENDMENT BETWEEN THE CITY OF TAMARAC AND SUN RECYCLING L.L.0 TEMP. RESO. No.-ili.2- The CITY OF TAMARAC (City) and Sun Recycling L.L.C., a Florida corporation with principal offices located at 2281 N.W. 16th Street, Pompano Beach, FL, 33069 agree to amend the original Agreement dated May 15, 2001 as follows: Per the terms of Section 4 of the original Agreement dated May 15, 2001, the City and Sun Recycling, LLC exercise the first renewal option for a period ending February 12, 2003. All other portions of the original agreement are in effect as written. IN WITNESS WHEREOF, the parties have made and executed this Amendment on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and Sun Recycling, LLC signing by and through its President, duly authorized to execute same. ATTEST: Marion Swenson, CIVIC, City Clerk Date: ATTEST: Corporate Secretary Type name of Corporate Secretary (CORPORATE SEAL) CITY OF TAMARAC Joe Schreiber, Mayor Date: Jeffrey L. Miller, City Manager Date: Approved as to form and legal sufficiency: Mitchell S. Kraft, City Attorney SUN RECYCLING, LLC Signature Charles Gusmano Type/Print Name of President Date: CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF BROWARD The foregoing instrument was acknowledged before me this day of March, 2002 by Charles Gusmano, President of Sun Recycling, LLC. described in and who executed the foregoing instrument and acknowledged before me that he/she executed the same. WITNESS my hand and official seal this day of 20 Signature of Notary Public State of Florida at Large Print, Type or Stamp Name of Notary Public ❑ Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or ❑ DID NOT take an oath. AGREEMENT AMENDMENT BETWEEN THE CITY OF TAMARAC AND SUN RECYCLING L_.I_.0 The CITY OF TAMARAC (City) and Sun Recycling l_.L_C., a Florida corporation with principal offices located at 2281 N.W. 1 &' Street, Pompano Beach, FL, 33069 agree to amend the original Agreement dated May 15, 2001 as follows: Per the terms of Section 4 of the original Agreement dated May 15, 2001, the City and Sun Recycling, LLC exercise the first renewal option for a period ending February 12, 2003. All other portions of the original agreement are in effect as written. IN WITNESS WHEREOF, the parties have made and executed this Amendment on the respective dates under each signature. CITY OF TAMARAC, through its Mayor and Sun Recycling, LLC signing by and through its President, duly authorized to execute same. ATTEST: Marion Swen on, CIVIC, City Cleric Date:�� ATTEST: Corporate Secretary Type name of Corporate Secretary (CORPORATE SEAL) CITY OF TAMA C 4 J e chreiber, Mayor Date: Z Jeffrey L iller, City Manager Date: 311 k/0-)-- as to form S. SUN RECYCLING, LLC Signature Charles Gusmano Type/Print Name of President Date: o2 oZ i CORPORATE ACKNOWLEDGEMENT STATE OF FLORIDA COUNTY OF BROWARD The foregoing instrument was acknowledged before me this -7& day of March, 2002 by Charles Cusmano, President of Sun Recycling, LLC_ described in and who executed the foregoing instrument and acknowledged. before me that he/she executed the same. WITNESS my hand and official seal this _-'day of Mc r ' ., 200, Signature of Notary Public State of Florida at Large a MARLE`�E p' ,N4;EATON `1My Comm Erp. 1.1/28/03 mu� lt" e �. �� tl.�'t O V) Print, Type or Stamp ��,, CC 890924 ri K^�^ �' ° I.D. Name of Notary Public Personally known to me or ❑ Produced Identification Type of I.D. Produced ❑ DID take an oath, or ❑ DID NOT take an oath.