Loading...
HomeMy WebLinkAboutCity of Tamarac Resolution (251)Temp. Reso. #9877 Page 1 of 1 August 21, 2002 CITY OF TAMARAC, FLORIDA RESOLUTION NO. R-2002-251 A RESOLUTION OF THE CITY COMMISSION OF THE CITY OF TAMARAC, FLORIDA, AUTHORIZING A TIPPING FEE INCREASE OF $0.063 PER CUBIC YARD AND A CONSUMER PRICE INDEX INCREASE OF 0.50% FOR RESIDENTIAL MULTI -FAMILY SOLID WASTE COLLECTION SERVICES, EFFECTIVE OCTOBER 1, 2002; 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; 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. #9877 Page 2 of 2 August 21, 2002 WHEREAS, the Bureau of Labor Statistics reported a 0.52 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 $83.78 to $84.41 per ton, effective October 1, 2002, notice of said increase attached hereto as Exhibit 3; and WHEREAS, Southern Sanitation has requested a rate increase of $0.063 per cubic yard due to increases in the Broward County Disposal Fee and an increase of 0.50% 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 $0.063 per cubic yard and a Consumer Price Index increase of 0.50% for Residential Multi -Family Solid Waste Collection Services are hereby approved, effective October 1, 2002. 1 Temp. Reso. #9877 Page 3 of 3 August 21, 2002 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 251h day of September, 2002. 1 "11111111111=�5 ;� 77 MARION SWENSON, CMC CITY CLERK I HEREBY CERTIFY that I have approved this RESOLUTION as to form. MITCHELL'S. KF�A T CITY ATTORNEY 1 J E SCHREIBER "MAYOR RECORD OF COMMISSION VOTE: MAYOR SCHREIBER AYE DIST 1: V/M. PORTNER AYE DIST 2: COMM. MISHKIN AYE DIST 3: COMM. SULTANOF AYE DIST 4: COMM. ROBERTS AYE T R 9877 Second Addendum to the February 24 1993 Agreement EXHIBIT 1 Between the City of Tamarac and Waste Management, Inc. of Florida D/B/A/ Southern Sanitation For Furnishin 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 ZZ,_ 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 '\^2, WHEREAS, the CONTRACTOR agrees to include bulk pick-up service and to Tov1__pide two bulk pick-ups per calendar year to each CUSTOMER at no additional cost to the residents; and WHEREAS, the CONTRACTOR and CITY agree to waive the GPI 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 upon the June 30 Miami All Urban Consumer Price Index; and WHEREAS, the CONTRACTOR agrees that all future rate increases shall be inclusive 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 G}r���u represent deletions, underlined items represent additions 1. 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 1 Definitions §1.1 BIOMEDICAL/HAZARDOUS WASTE: Shall have the meaning set forth in Section 403.703 Florida Statutes. Such items are excluded from the solid waste stream 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 -y 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 ap44G the opeFat of -stores; e#ise G. §1.20 REFUSE/SOLID WASTE: Garbage, rubbish, bum bulk waste, s or demo i#GR—debris household trash and other discarded matter within the corporate limits of the city. §1.22 RESIDENTIAL_ S_ ERVICE _(MULTI-FAM_ ILY): All refuse collection service provided to all residential dwelling units, including townhomes, duplexes, triplexes, condominiums — and all other multifamily dwelling units within the service area excludin rental apartment complexes. L:44 �. wnds GF smes• • shall--4 f0yF♦ - _ - placed 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 &+ruok4h-r-u 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. , . mited te,- 4G4Rfermat+GR4eq +red-PUf& a4-G)- §3.5 CONSUMER PRICE INDEX CPI_) ADJUSTMENT: If this agreement is not terminated as provided herein, on j-anumy4 October 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 Septerr}ber-� 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 upon the twelve (12) month period ending June 30 2001 Miami All 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 Decere er-31 August 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 only 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 a reement shall be extended an additional three 3 ears and shall expire on December 31 2004. Service shall woe -moo 3 Items &tI44r�0 represent deletions, underlined items represent additions later thaR feFty five 51�a�__f,em the .-irate thin rnntr rt is exeo ted-b rr paFties-be continuous from date of execution of this addendum. 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 Jan_uary_1, 2002CONTRACTOR shall negatiate riri+h G STOMER the cv means �.- provide y bulk waste pick-up means rs service on a bi-annual basis i.e. two times per calendar year), LD Contractor shall establish a schedule of bulk pick-up collection days. which is a reed to by the City, on or before December 1st for the following year. Bulk _pick-ups shallbe at a location mutually agreeable to Contractor and Customer. In the event the Contractor and Customer cannot agree onpick-up location, the City shall determine the location. Pick-up 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 safely ick up the Bulk Waste and place it in a rear load_ collection vehicle. Contractor shall advise Customer in writin a minimum of 30 days in advance of each bulk pick-up. Any customer may request Bulk Waste: collection service in addition to the above as prescribed 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 requested service within 4$ hours of CUSTOMER call. The following methods and fees shall a 1 : 20 cubic yard open top container at a cost of jZaQ for delivery. 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 Items e#uGk4hT-u 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 city 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 equipment and corres ondinA rates per hour for the e ui meat which ma be necessa for storm or disaster clean up in the City of Tamarac. This equipment shall plied on an "as needed" basis. 1 Boom Truck —Self contained thirty 30 cubic and o en bed truck with a "clam bucket" loading mechanism for "on --site debris pickup". 2 Rear Loader Truck — Thirt -one 31 cubic and Pa acit "rear Load" packer type waste collection truck �J_ Roll Off Truck --- Single truck operation ca acit to load/unload ten 10 throu h fart 40 cubic and containers on site. Effective the date of this agreement, —the char es _per hour for usa e of this e ui meat will be as follows: Boom Truck with driver / operator) __ _ $130.00 / er hour Rear Loader Truck with driver plus 2 helpers) $150.00 / er hour Roll Off Truck with driver / o erator. $110.00 / er hour The foregoing rices and costs are subject to adjustment as set forth in Section 3.5. 5 Items s"Gk4hfu 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 Billin §8.1 RATES: 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 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 RGhlse4ee 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 dis osal fee increase/decrease X .10 =Increase/decrease per cubic and §8.4 When-t-he Billing is shall be done by CONTACTOR, G 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 �ff ranchise fee, a lisfir�g-gf-a�ac"" P�w��°� werL-, ;e_Wed---A&r--s+x , ng oollect+e4s 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 shall provide this data in electronic format. G9NTRAGTGR--&ha" info; m tkm _ba&ir� t{ Para i s#� CONTRACTOR within sixty (60) days after h 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 of ick-u for each account. (4)A4is�f-ail- GGaUnt4S,�► e-a E2444e-tetai-aR4ounz #-o-each-aG-G n rr-han i on . The CONTRACTOR on an annual basis shall provide CITY with a re ort of the total 6 Items 6#u► ,k-4hru represent deletions, underlined items represent additions t_onna a of solid waste collected from mul!ti-fam rril esidences within Jhe CITY during the previous twelve 12 month period. Said re ort shall break out the tonnage collected during 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 farce and effect. Failure to specifically delineate any prior terms or conditions in this addendum does not operate to relieve CITY or CONTRACTOR of any obligations pursuant to this Agreement or waive any rights contained therein. 8. The effective date of this Addendum to the Agreement shall be the 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: X/K/o d as to form and I(�4al A Mit Il S. Kraft City Attorney CITY OF TAMARAC By: Joe Schreiber, Mayor DATE: __fl71 O� Jeff�rey—L�M er City Manager Date: F/7 /0 7 Items stm- ck thrw represent deletions, underlined items represent additions ATTEST: Secretary M5,,-st" Sr,,) Type name of Corporate Secretary (CORPORATE SEAL) STATE OF FLORIDA ) COUNTY OF BROWARD ) CONTRACTOR Waste Management Inc., of Florida, D/B/A Southern Sanitation a U� Mor i Division Vice President /%`CL� Date:�S'1n Before me personally appeared AawLMet",,, , to me well known and known to me to be the person described in and who executed the foregoing instrument, and acknowledged to and before me that he/she executed said instrument for the purposes therein expressed. WITNESS my had and official seal this &QU.�day of _ , 2001 My Commission Expires: Personally known ( vl ) Produced Identification ( ) Did/Did Not take an oath ( ) �[- " Notary Public, State of Florida At Large Print or Type Name of Notary •wrwr rrrrrrrrrrrrrrrrrrrrrrrrrr� �•••..1w.ww.■•.&w■w1♦w w....ww�.� 8 Items &"Gk4h-ru 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/6/A Southem 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 July 2001. RONALC5', I. K^LAN Assistant Se et 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 j and that tho 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 oate 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/61A Southern Sanitation for Furnishing Mufti -Family Solid Waste Collection. FURTHER RESOLVED, that Phillip Morris, 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 agreemenLs, contracts, documents, certifications, deeds, and memoranda deemed by hire to be necessary and appropriate to effect the herein authorized Resolution. WITNESS my hand and the seal of the Corpora AGREEMENT BETWEEN THE CTIT OF TAMARA C AND WASTE MANAGEMENT INC., OF FLORIDA D/B/A/ SOUTHERN SANITATION FOR FURNISHING MULTI -FAMILY SOLID WASTE COLLECTION SERVICES FEBRUARY 24,1"3 AGREEMENT BETWEEN THE CITY OF TAMA RA C AND WASTE MANAGEMENT INC., OF FLORIDA D/B/A/ SOUTHERN SANITATION FOR FURMSHV1 iG MULTI -FAMILY SOLID WASTE COLLECTION SERVICES This is an Agreement dated the 24th day of February, TA-MARAC, a political subdivision of Broward County, Flida, itsbetween cessors and a1TssYi OF (hereinafter referred to as "CITY"), through its City Council, and Waste Management Inc., s Florida ACT Southern Sanitation, its successors and assigns, (hereinafter referred to of s "CON7 RA,CTnR"). � In consideration of the mutual terms and conditions, promises, covenants and payments hereinafter set forth. CITY and CONTRACTOR hereby agree as follows: Definitions 1.1 403.703 Florida Statutes. Shall have the meaning set forth in Section 1.2 bldJKA�' : Stoves, refrigerators, water tanks and other waste material other than construc[ion�deb s washingmachines, orfurniture u volumes greater than those allowed for containers generated incidental to the use of the occupancy of the prppertm y where the bulky iteis placed for collection. 1' commercial Retail, professional, wholesale and industrial facilities and other enterprises offering goods or services to the public. the City of 1'4 Ta' Business establishments (for profit or not for profit) within marac. 1.5 : Multi -family residential apartment Browa.rd County tax rolls as condominium owe pbuildings �essmentrand are designed for mechanical container (dumpst.er) garbage and trash pick-up. 1.6 Waste building materials resulting from construction, remodeling, repair or demolition Operations. I.7 An dum compactor, g as dY psterfi, com actor roll -off container, garbage can or bag. defined herein. designted n Or 1.E Any condominium or m -family anizati do that utilizes the representative of a condom condominium rm or homeowner services of the CONTRACTORlegged, fur, 1.9 : Dead animals shall mean any four legged, two fin, feather livestock, housePESDANZIALHhold pet or otherwise. ��: A site or facility legally empowered to accept solid waste fogroward County. an r Ireatment or dispo 1.10 sal as approved by the City of Tamarac. the State of Florida governing agencies. 1 11DUDj: Any detachable metal front container d loader designed rear-end loader truck or mechanically dumped into a fork -type front similar mechanism garbage truck and varying in size from two (2) to eight ($) cubic yards. 1.12 DUPLEX: A detached two-family structure designed or intended for occupancy by two (2) families. 1 13 : All waste and accumulation of animal, fruit or vegetable servingor terstothat attends, or results from the preparation, use, handling, cooking, ter of any nature of meats, fish, fowl, fruit, and/or vegetables or any of noxious r whatsoever which is subject to decay and the genera erve as breeding orf feeding gases or odors, or which, during or after decay, material for flies or other germ -carrying insects; and any bottles, cans or -containers, utilized in normal household use, -which may retain water -and serve as breeding places for mosquitoes an other : All accumulations of grass, leaves, 1.14 shrubbery, vines, tree branches and trimmings which are normally associated with the care and maintenance of landscaping. : All accumulations of paper, magazines, packaging, Lisre containers, sweepings and all other accumulations oafa iotu e other t a agarbae stores, or lawn clippings, which are usual to housekeeping n offices or other business places. 1.16 A residential building which contains more than one (1) living unit, including b limited tCO condominiums NTI�ACTORS drvicpe exec, do not City may designate duplexes which require 1 17 : Shall mean the form of security approved by the city and furnished by the CONTRACTOR as a guarantee that the CONTRACTOR will execute the work in accordance with the terms of the agreement and will pay lawful claims. 1.18 : An occupant of a residential unit who generates refuse. 1.19 Any vehicle which is not in violation of any provision of this Agreement is a proper vehicle. Garbage, rubbish, bulky waste, construction or 1.20 demolition debris and other discarded matter within the corporate limits of e city. 1.21 All administrative rules, regulations and procedures that may be established for thePurposes of carrying out or making effective the provisions of this agreement 1.22 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_ 1.23 1 r Containers range capacity from 1Q to 40 yards pen top) large- accumulations Sulations of refuse with a compatible). to 45 yards (compactor 1 24 R"JUSH: All waste wood, wood products, tree plants, weeds, leaves, dead trees or branches thereof, WhiIrigs' grass cuttings, dead Printed matter, paper, pasteboard, rags, straw, used and discarded mattrresses used and discarded clothing, used and discarded shoes and boots, combustible waste Pulp and other products such as are used for packaging or wra crockery and glass, ashes, cinders, floor sweepings, glass, mineral or metallic g substances, and any and all other waste materials not included in the definition of Bulky Waste Construction Debris, Garbage, Hazardous Waste, and Special Waste 1.25 The work under this Agreement shall consist of the sir ]eWork,n, mater7als, equipment, labor and all other items necessary to complete aatd work, P 1.2b : City limits of City of Tamarac. 1.27UE-Clexceeds the uruforrn level of Any lection or e provided under residential provided which per the a reemen and for which a special service charge is a ttal service systems, g t' Pe 1.2$ g applied. ALLMASU chemAll waste which by the nature of its size, Night or ical content require$ special handling in either its collection or disposal. includes but is not limited to t7ee trimmings and branches exceedingth weight defined in Garden and Lawn Trash, or Yard Trash, ha P al 'I�us appliances bulky e size or household items, large hazardous materials, abandoned vehicles or vehicle $ furnrture items, construction materials, explosives, radioactive materials or liquid �,parts, � o ��y 1animals, at m�mables, lawfully disposed of at the disposal facility utilized by the CONGA-py not be 1.29 R. to i�Y�� Shall ofe��Y who is bonded with and for the CONTRACTOR Performance of the agreement. awful debts pertaining ep able g to and for the acceptable I.30 washers, water heaters and others- milar Borne Discarded refrigerators, ranges, 1.31 landscaping resulting maintenance and shalall n vegetative terials such from yard and trimmings, grass clipping s, h as tree and shrub exceed four (4) feet in lenthpartd orur ��)�nches in tree artebranches which shall not bundled and placed curbside for regular collection. 'Such trash shall be 3 Grant of Franchise of the CONTRACTORS performance hereunder and compliance with the considerationIn rTy CITY hereby grants to the ns set forth herein and an the ordinance regulations of the C covenants and conditions public streets, governing the collection of residential solid waste, u ose of engaging in TOR the right pursuant to Article 7.19 of f the CITY for thre pure the p within the CONTRACTOR g orate limits alleys and thoroughfares within the Corp residential customers located w CITY pursuant to the terms of this Agreement, but not other -wise - the. the business of collpce on of solid waste for multi-fam y corporate limits of d title toll o f thwaste materials covered by this franchise Agreement and The CITY shall retain vestee CITY until same are collected by CONTRACTOR; limits generated within the corporate tuna CTOR at which time, tide shall pass to CONTRACTOR, collection program outside of this ht to establish a separate recycling reduction -I-he CITY reserves the rig lactic or other materials• However, any lam' p in this Agreement due to a reduction in Agreement for newspapers, aluminum' of pick-up for recyclable un t}�e size of the container and/or frequency p CTOR and CUSTOMER. the volume of solid waste collected as a ions betvreennthe1C0 recycling program ° er urisdiction sult Of materials shall be the subject of negotiations Legal procedure shall be invoked in a Brow d County�° to a�eductiog Proper n. pursuant to Article 17 in the event that the p Fees/Revenues rant contained in Article 2 hereof, l In consideration of the g compensation for the right to SIRLE-Uthe CONI RACi OR hereby agrees to pay CITY Y compe equal to use its streets, alleys and thoroughfares a71 amount d nvedsfroro reset idtr ential services c. fifteen Per (15%) of all Gross Receiptsof multi -family) solid waste customers within the days afttee°the end of the month•aA Payments shallbe d shallolae laterthanthirty (3) Y franchise fee oaid retroactive from October 1. 1992 until effective date of Agreement. CTOR shall provide to CITY notarized monthly and5t�atem n should statements CONTRA an authorized representative of CONTRACTOR. signed by ments and identify in detail the categories and amounts of Gross accompany pay CTOR based on the records of CONTRACTOR S Receipts received by CONTRA during the month for which payment O%CTORf to or refuses to make performance under this Agreement maintain an action against such reports and payments, CITY may liecting CONTRACTOR to recover the same aaa result of anses of cO annual a dit pursuant to including reasonable attorney fees. If,have pursuant to the 8.2• there is a discrepancy between what to be d aid to CITY p to C or franchise fees versus what was required pifference due en CONTRACTOR shall be responsible a no or �ater than thirty (30) days Agreem Such difference shall be du and owing to CITY. o CONTRACTOR of said difference. after delivery of notice t It is further understood and agreed that the consideration the d p rsua i togarthis Agreement shall not be added on as a separate i rational expense. collection bills, but rather shall be considered as an operational 3.2 In the methods of collection and disposalvof soent lid CONTRACTOR establishes an other time, a percentage of gross receipts from such collections te, CITY lwhtahli should that included in the calculation of the amounts due. ould be 3.3 payment for this franchise on or before the datethe event dueCONTRACTOR fails to make the CONTRACTOR shall pay an interest charge for each month, or a fraction provided, that payment is ]ate. An Interest Factor sh Chase Manhattan Bank N, all be based an the rac[ion theree rate for of, as follows: A plus One Percent (1 %) calculation wnillmbe illustrated Prime Rate + x %13fi5 days; (DIR Dail DIR x Days Payment Late_ ) Y Interest Rate —Interest Charge IQU: Regardless at the foregoing, g, the interest rate referred to in this section will comply with all a g PPliCable state laws. 3.4 residential collection fees under ne coLhJmponent ihe computation of multi -farm] C1Ty is disposal fees (tipping fees). between CONTRACTOR CONTRACTOR shall negotiate an adjustment nt to the Agreement and new technology is utilized b to the fee schedule in ITS' and savings in excess of the cost f CONTRACnology TOR CTOR P Article 9 if such that rovides verifiable cost CONZ�ACTOR_ The tipping fee credit shall that benefit CUSTOMER and supplied by CONTRACTOR as p using the information to, the information r required in Article 12, including, equired pursuant to Section 12.1(c) but not limited terminated as p rovided herein, on if this agreement is not rate shall be adjusted bJanuary 1 of each subsequent year hereof, the Miami All Urban Consumer same- percentage increase or decrease, if an month period endingp Index (CPI) For All Items for the twelve (1in 2j sentence, no CPI the previous September 30. adjustment in the rate shall exceed our PeStanding the foregoing (1) year, except that in the event of Percent (4%) for any one twelve (12) monthan extraordinary increase in the CPl in such December 1 and Decpmberd�31 CONTRACTORbhe all have the Petition CITY by filinga twelve (12) montht'peri dbetwe to adjustment in the rate b Pe the fourth the Contract Administrator for an CONTRACTOR'S petition shall contain efinancialrcent i n o oration level. The substantiate the requested adjustment. day (30) days of receipt of the 1e Contract Administrator which shall Petition be a P Petition recommend to the City Co shall within approved, denied or approved with modifications . City Council that the approval with modil;cations shall be within the sole discretion of and shall be final and binding. APProval, denial or the City Council AT$eL" 4.1 CnmencinThe term of this Agreement shall be for a five S 31, 1997, ce g on and including January 1, 1993 and ex ()year this contract is e ecu shall commence no later thanp'nng on December y both parties. forty-five (45) days from the date 5 City shall have the option to extend the term of this 4.2 s written notice. Agreement on a month -to -month basis on thirty ( ) This Agreement shall be renewable by agreement of both 4.3 eriod. This option may be exercised by action parties for one (1) three (3) year p of the City Council and CONTRACTOR during the month of July 1years.o These nev that the total rerna►�ing agr dieti nl of the CTTI�Y, andif exercised by CITY, options are available at the solescrices CONTRACTOR shall be required to provide agreement term- same aeC� hall n t have terms and conditions for the extended obligation to exercise these options. Scope of Services MnACTOR hereby agrees t o be the solid waste collector and to collect all solid waste generated by multi -family call e eidcluded in thicustomers within ithi n�the corporate limits of the CITY, except as specs y 5.2 _ -shall be provided regular refuse collection times r week under this Agreement. All multi -family service at least two (2) l� units are required to receive such service. (b) : CONTRACTOR shall provide mechanicallcontainerized (dumpster) refuse collection service_at least two (2) times per week under this Agreement. CONTRACTOR will also provide the (c) means to decrease container size f in q cle 9.1. During hebfi sit on reof the of garbage volume as described contract, service level can be adjusted quarte and thereafter service level may be adjusted no more than twice per year. (d) Pickups shall not be reduced by holidays, other than Christmas Day. CONTRACTORn�haNTRACTOR shall suired to petrvice all residential on all holidays other than Christmas Y pick-up shall be made customers twice during Christmas week and at least one (1) p P after Christmas Day. (e) -Container refuse customers shall accumulate refuse at locations that are mutually agreed upon by the customer and CONTRACTOR and which are convenient for collection by CONTRACTOR. Where mutual agreement is not reached,, location.shall coordinate with NT COACTOR and CUSTOMER to designate (f)' First collection per day will not begin Prior to 8:00 A.M. or pursuant to Section 9-91a°sfthe City Cydvia duly herein attached as Exhibit "B" or such timeby enacted ordinance. (1) (2) CONTRACTOR shall provide service Monday through Saturday, (3) CONTRACTOR shall not make any Sunday. waste collections on a (g) : CONTRACTOR shall negotiate with CUSTOMER means to provide bulky waste pick-up. the 5.3 request additional garbage collection service in co ma CUSTOMER Ehe rates established in Article 9. nforman 5.4 minimum of noise and discurbanc�e.RACTOR shall make collections with a CONTRACTOR and shall be thoroughly emptied sand eftshall bwhere the handled carefully were by d. This work shall be done in a sanitary manner. y Y ere found. receptacle found in an enclosure of an An Waste spilled by the p and removed by CONTRACTOR. properly in such, enclosure. Y kind shall be replaced securely and Customer's garbage the event of damage by CONTRACTOR of a timely repair or replacem receptacles,t. CONTRACTOR shall be responsible for the 5.5 : It will not be the responsibili waste resulting from clearing property for buildin ty of CONTRACTOR to remove ..contracted to do so, g purposes, unless specifically Schedules and Routes 6.1 CONTRACTOR. CO Collection routes shall be established by FACTOR shall submit a rna routes to the city for its a p designating the collection Withheld. City may approval, which approval shall not be unreasonably y amend the collection routes annually so Ian amendments do not increase the cost of CONTRACTOR to provide the contemplated herein. g gas such services 6.2 that at times during �h-��te uanti 'CONTRACTOR acknowledges fluctuation in the amouby nt of garden and and trash se is materially be considered a justification for the failure of CONTRA l increased of established schedules and routes, CONTRAThis additional load will not removal of all refuse. CTOR shall CONTRACTOR o ponsibltlee o� 6.3 CONTRA t In the event of storm or other disaster, CiTy CTOR reasonable variance from regular schedules and routes. may grant as practical, after storm or disaster, customer of the es CONTRACTOR shall advise CITY soon be resumed. estimated tinge required before regular schedules and routes the an Where it is necessary for CONTRACTOR and CITY to acquire equipment and to hire extra employees to clean city of debris an additional from the storm or disaster, CONTRACTO shall work with C ways for the p d refuse resulting efficient and rapid "cleanup of such deb ITy in Possible sse. 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 ML CXJ., E : 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 tenants 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. ARIMMI 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 may hereafter be utilized in the future by CITY 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 alternative disposal saes 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. ARTICLE � Rates, Records, Billing 8.1 $AUS: 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 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 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, CO petition CITY any time after the first NTRIACTOR may adjustment. CITY reserves tF,e right to r v uu� date of this agreement for a rate for any rate increase proposal including angaudit of applicable records b C ditional information as backup Finance crease or agent thereof, COY ITY'S increases must be approved b NTRACTOR recognizes that all rate considered on a timely basis by yClerylu[ion of the City Council and shall be increase prior to approval by CiCouncil and notices CONTRACTOR toall not residenbts including rate the initial rates described herein. CITY shall have thin submission of the rate request b Cp uding additional back-up Y NTRACTOR in which to request n writiorig P information. (b) In the event that rates are increased or decreased landfilUincinerator/disposal site and/or by Braward County or an other governmental agency C at the fees based on formula as specified in notify 1COIVTR'°'CTOR within Y er state or thin► 1 S days to adjust (c) The rates quoted are to apply to any area annexed (d) CONTRACTOR into the city. problems that May shall work with CITY to resolve an not limited to y arise during the term of the agreement, This includesorbut is providing extra crews and equipment in times of emergency, Providing dumpsters in times of emergency, disposal of any unusual amounts of garbage d assisting g g trash accumulated acted collectionythe and departments of the city. y the various Principal place a�bu within Browarrees to maintain, at his local office or relating to the performance of its obligation under booksand records CONTRACTOR agrees to maintain se Agreement. identif separate records in a form sufficient to y gross receipts from the City of Tamarac from gross receipts for oche murucrPahUes, operations. Audits, upon reasonable notice by the City, Performed more frequently r q Y than twice a Year during h'. shall not be may, upon reasonable notice, cause an audit to beg normal working hours. CITY by an independent party designated b Performed by city persdanel or books and records relatingto its y CITY of that Portion of CONTRACTOR'S an annual audit Performance under this agreement_ TIC Pursuant to this Provision shall be reimbursable costs cunder Section 13.3 performance evaluation and monitorin work papers can be removed from the inspection locationg•. No on rnal notes or 8.3 M-LING: (a) CONTRACTOR shall be responsible for monthly customer collection. CONTRACTOR'S telephone number shall be included to customers and b' mer billing and ills for service. on all notices d CITY shall Provide CONTRACTOR NTRACOR with a list of all customers, billing service. type of service and frequencyof collection prior to commencemen t of (c) discontinue a customer��,sse-r�vic�e��:for non -pa CONTRACTOR due in excess of sixty Ym a customer's account temporarily non-payment, the customer epositamayustoors service has applied to the customer's account. for 9 (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 (1%) 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) : CONTRACTOR may require a deposit not to exceed twice the fee for montlrly service. If CONTRACTOR is providing a mechanicallbulk 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: 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 CTTY'S) and provide CITY with an accurate tonnage weight analysis. dRT1Cr.r 9 C0111pensation 9.1 : CONTRACTOR shall be paid the following sums for all service that it provides within the CITY. oFrlorj v . I . . . . Container 1x per Size week 2x par 3x �y per 4x par 5x pot 6x week per week week week week 2 cu. yds. 61.69 3 118.12 174.5` 230.98 287.41 343.85 cu. yds. 76,81 148,27 219.73 291.19 362.65 4 cu. yds. 434.11 92.82 5 cu_ yds. 179.31 265. 80 352.29 438.78 525.26 108,45 B cu, yds. 209,97 311. 4 6 413. oo 514.52 61 6.03 124.01 t3 Cu. yds. 240.62 357,16 473.7590.25 1 706.etl 154.91 301.52 448.1 594.72 741,32 (d)(1) Op710Nq(_ 887.93 SERVICES: ta) Casters: (b) (up to 4 cubic yards per container) Rollout: S —-- Per month maintenance per container ------xu__ par month per container for short, easy S 1rollout, 1 time Per week -- Per month for each addilional (Jay per week s � Per month for long, difficult rollout time Per wook Per month for each (c) Unscheduled or week additional day per special pickups s`� 7"5-�- (d� cted Per u n �mPacted yard rales (Ratio 4 l0 1) 1 l 9467 2 cubic yards Per pinup 3 cubic --- yards 4 cubic Yards picktrp ��]---�-.97p2"1a�,- 5 cubic yards Per pickup . Pot Pickup 6 cubic yards per picku 'h11 Ratcs Arc 3nclusiv� of Franr.hisc Frrs U ni is G u aran tees 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 11.1 : 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 from execution of twiceAgreementupon ONTRACTOR'S agenton �shall always l notices may banstt constitute from CITY. Service p service upon CONTRACTOR. 11.2 HOU15: 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. Contractor's Relation to City 12.1 : The relationship of CONTRACTOR to the CITY shall be that of an independent CONTRACTOR, and no principal -agent or employer -employee relationship between the parties is created by this agreement By entering into this agreement with CITY, CONTRACTOR acknowledges that it will, in the performance of its duties under this agreement, be acting as an independent CONTRACTOR and that no officer, agent or employee of CONTRACTOR will be for any purpose an employee of the City of Tamarac and that no officer, agent or employee of CONTRACTOR is entitled to any of the benefits and privileges of a city employee or officer under any provision of the statutes of the State of Florida or ordinances of the City of Tamarac. 12 2 : 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 to secure the safety,rves the tio make all welfare and regulations which may be necessary or prop 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 regulatlbns adopted by CITY, including the right to make such changes and amendments to said rules and regulations as said CITY may deem to be advisable and necessary to protect the public health and general welfare of its inhabitants. 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 complaints 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 terra of this Agreement, and shall maintain lfor five years from the date of the complaint. og 12.4 DTSCRTMTNemT/lAT CONTRACTOR, in the execution, performance, or atte agreempted 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 VT of the 1964 Civil Rights Act, the Florida Human Rights Act of 1977, and the American'7isabilities Act of 1992),-iinderstand and agme-ffiatIMs-agreement is conditioned upon the veracity of this Statement of Assurance. CONTRACTOR herein assures CITY that said CONTRACTOR will comply with Title VI of the Civil Rights Act of 1964 when federal grants are involved. Other applicable Federal and State laws, Executive Orders, and regulations prohibiting discrimination as hereinabove referenced are included by this reference thereto. This Statement of Assurance shall be interpreted to include Vietnam -Era Veterans and Disabled Veterans within its protective range of applicability. Employer and have an affirmative action plan and not discriminate on the basis of handicapped status. CONTRACTOR must be an Equal Opportunity 12.5 (a) CONTRACTOR shall assign a qualified person or persons to be in chare Of its operations in CITY and shall give the name or names to CITY; infog rmation regarding experience shall also be furnished. (b) CITY has right to require CONTRACTOR'S collection employees to wear clean uniforms or shirts bearing the company's name. (c) Each Driver shall at all times, carry a valid operator's license for the type of vehicle they are driving. . (d) CONTRACTOR shall provide operating and safety training for all Personnel, 13 12.b :CONTRACTOR, at its sole cost and expense, shall furnish and maintain all equipment as is considered necessary to perform the work in an acceptable manner 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 establish a regular preventative maintenance program for all equipment and shall maintain records of preventative maintenance and other maintenance repairs to the equipment. CONTRACTOR shall be responsible for initiating, maintaining and supervising all maintenance programs, safety precautions and programs, in connection with the work and services performed hereunder. CONTRACTOR shall establish reasonable procedures and programs to prevent property loss or damage and/or personal andlury to prsons, all other persons who may be affected he ebymployees m perforing such CONTRACTOR shall comply with all Federal, State, 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, ordinances, or regulations in the ownership, title, maintenance, or operation of the equipment and such files and records shall be available upon reasonable notice for review by CITY. 12.7 •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. 12 $ M • CONTRACTOR shall 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 -ei forty-eight (48) hours if CONTRACTOR by CITY orpts customers.lace aged container within rty g 12.9 JILA • 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 to copies all either from the City, Cts and licenses ounty, State or Federal Government. uired for its collection of residential solid waste 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 14 hereto as Exhibit "F" contains detailed standards for such evaluations. The Perforruance Evaluation Plan may be revised unilaterally by CITY at any time dig the term of the Agreement or any renewal period provided, however, that any such revision will be effective only upon reasonable notice to CONTRACTOR. CITY from time to time may unilaterally determine which Operations are to be evaluated during a particular period. CITY, through an independent third party Contractor of its own selection, shall 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 cosO� CONTRACTOR reimburse for connection with the award of this Agreement to by the 30th day after the execution of this Agreement, CONTRACTOR. halll submitoo COFACTOR a detailed list of all such costs which are reimbursable pursuant to this provision. Such costs shall be certified as to their completeness and accuracy by CITY and shall be deemed accurate unless the CONTRACTOR notifies CITY in writing of its disagreement to any such costs within thirty (30) days after receipt thereof. Reimbursement b CO to this provision shall not exceed an aggregate amount CONTRACTOR to t nCthousand add N0/100 dollars ($10,000.00) and shall be paid by CONTRACTOR forty-five (45 days after receipt of invoice from the City. ) 13.3 FT1Tr7vv 13.4 T CONTRACTOR shall annually reimburse CITY for all costs that are recurred in monitoring and evaluating CONTR,e,CTOR�S performance under this Agreement. Such costs shall be submitted to CO adrty (30) days alter the completion of each Agreeement Such ostsOR in gshall m certified as to the completeness and accuracy by the City Mang er. deemed accurate unless CONTRACTOR nog and shall be disagreement with any such cost within of its tifies CITYthirty (30) days after receipt writingthereof. Reimbursement by CONTRACTOR to CITY pursuant to this provision shall 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 $1500000 f agreement year. , . or any CONTRACTOR shUl all fail to perform any of the material provisions n the ethis Agreement, CITY shall provide CONTRACTOR with written notice of non- compliance, stating all reasonable facts relating thereto. If the practice, event or condition is not reformed, corrected or otherwise made to comply with the terms Of this Agreement within a period of time which is reasonable in relation to the nature of the practice, event or condition of non-compliance, but in no event more than ten (10) days from the date of the notice of violation unless the non- compliance cannot be cured within ten (10) days, then within a reasonable time using best efforts and CONTRACTOR shall n s' C same shall constitute an Act of Non-Com Hance. � of those efforts, the compliance, CONTRACTOR shall a CITY each Act of Non - Dollars ($500.00 pay ITY the sum of up to Five Hundred Per day for each day that such Act of Non-compliance shall continue. This remedy is hereby expressly made cumulative of other remedies available to PARTS at law or in equity for breach of this Agreement, 15 13.5 time whenever (a) CITY reserves the right to terminate the Agreement at any provided by CONTRACTOR fails N meetreasonableOf the deficiencies i sthas t1e �'�"� P fives written notice to CONTRA trade, after CITY g may call h in the written notice within fourteen (14) days of the receipt y set fort Upon termination, C for the CONTRACTOR of such olice from Cam• p ed to CM the Surety and apply the proceeds to the cost of service charged balance of the Agreement. employee °r any other similar labor dispute (b) In the the e event of a strike by Agreement by CONTRACTOR substantially which snakes performance of tlus CITY shall have the light to call the impossible, CONTRACTOR agrees o provide necessary service Surety Bond and engage another f"irna p Y a CONTRACTOR shall furnish toe faithful h 1 13.6 better of Credit or Cash Bond guaranteeing table to Performance Bond, shall be in the form acceptable performance of this Agreement. The security Agreement and in an amount the City Attorney and shall be for the term of this s s the dale 11 to Two Hundred and Fifty Thousand ($250,OOp�D�10) days security shall equalCONTRACTOR within other exof furnished to CITY by CONTRA newal thereof. Without limiting any st h execution of this Agreement or any CONTRACTOR any indemnity provisions herein, such security shall default by CONTRA loss, expense, cost or damage resulting from any CTOR The City Attorney is hereafter or any failure of performance by CONTRA to approve not only the form of the ecu of this hereby delegated the authority PP perform. Upon comp_ also the financial capabilities of the Surety top within ten Agreement in compliance with all terms and coo 1Depositrwith CO CONTRACTOR Cash Bond shall be entitled to the return of any (1 Q) business days. 13.7 Due to Unusual Circumstances: le or ponsible It is expressly agreed that in person event shall of a y stoppages or delay to CONTRACTOR or to any Other person on account or other legal proceedings brought in the work herein provided for, by injunctioncause for against CITY or CONTRACTOR, or on account of any delay for any which CITY has no control. non-performance (b) CONTRACTOR shall not be respo°Wh�zeysuch dels or s or non performance the terms and provisions of this agreement OR or acts of God; provided, are caused by events or circumstancesover which CONTRACT s no control, including riots, civil disturbances,resulting from however, that in the event of any such non-performance or delay CONTRACTOR events or circumstances beyond the control such OfCO o time der non - shall not be entitled to compensation fors period performance shall continue. Default of Agreement 14.1 been a default : If, in the opinion of the City Manager, there has of the Agreement, City Manager shall notify CONTRACTOR in writing, specifying that which has been a default of Agreement. If, within a , • period of seven (7) days, CONTRACTOR has not eliminated the conditions considered to be a default to this Agreement, City Attorney shall notify City Council and CONTRACTOR, and a hearing n'shall be set for a date within fifteen (15) days such notice. On that day City Council shall hear CONTRACTOR and CY's representatives and shall make a determination as to whether or not it has been a breach and shall direct what further action shall be taken by CITY as hereinafter provided. Pending Resolution of the alleged breach, CONTRACTOR shall be governed by the provisions of Section 14.2. 14.2 pFFA YTTT. 14.3 14.4 observe Default boccur' y CONTRACTOR shall occif CONTRACTOR or perform a material portion of its duties under the fails may terminate CONTRACTOR'S performance of services under this Agreement in the event of default by CONTRACTOR and the failure by CONTRACTOR to cure such default after receiving notice hereof. Should default occur, CITY may deliver a written notice to CONTRACTOR describing such default and the Proposed date of termination. Such date may not be ea lier than the thirtieth (30) day following receipt of the notice. CITY, at its sole option, may extend th proposed date of termination to a later date. e termination, CONTRACTOR cures such default then then proposedoteerdmi datof e shall be ineffective. If CONTRACTOR fails to cure such default prior to the proposed ..date of termination. then CITY may Performance under this Agreement as of such date lermOp hate CONTRACTOR'S r contained Upon de neffective date of termination as in the above notice refe CONTRACTOR shall, unless the notice di mred a elof t� discontinue all service iirects otherwiseimn connection with thus Agreement and shall Proceed to cancel promptly all existing orders chargeable to this Agreement. Within ten (10) days of receipt of notice of termination, CO CITY monthly reports and revenues required under this Agreement to thebday to termination. y of In addition to, or in lieu of, the termination procedure set above in Section 14.2 of this Agreement CITY shall take any or all of the followin action in the events of a default by CONTRACTOR, g s (a) If CITY determines, and notifies CONTRACTOR, that such default Poses an immediate threat to the health or safety of any person or to any property interest, and if CONTRACTOR has not cured such default within twentyfo (24) hours after receiving such notice, CITY shall have the right to perfom cause to be Performed all or p of the worst necessary to cure such default_ ior n the event that CITY performs such work, or causes it to uc erforin CONTRACTOR shall bear the cost of such work, and if nett P ed, reimburse CITY for the cost thereof. CITY shall have the right to deduct such compensation due to C adu shall CONTRACTOR CITY from any sum otherwise due and any awing to 17 hall make or file a claim under the ePorf li bilitiesBond, CITY has Credit, or Cash Bond for any damages, expens incurred as a result of CONTRACTOR'S default — may exercise its rights under Article 13.4 non-compliance by (c) CrY Y Agreement. CONTRACTOR in this eninitication CONTRACTOR hereby assumes risk of lost and/or of i�tobliga ons direct] or indirectly from the performance of any its officers, and/or persons arising y to indemnify and hold harmless CTX`Y. or under this Agreement and further agreesliabilities, demands, suits, costs rom agents, and employees from and against any and all claims, provided herein but not limited to, expenses of litigation and attorneys fees arising expenses, including,u Without limiting the foregoing, the indemnity PLaws (as any such claims, lossor any claim against CITY arising out Lhea� rm of thisnental A� Bement for shall specifically inc Y herein defined). This indemnification shall continue beyond claims arising as a result of this Agreement Insurance 1 6.l CONTRACTOR shall not commence work under this Agreement and such until it has obtained all the insurance ity. CONn�RP►CTOOR Agreement responsible insurance has been approved by the Ciry. OR for delivering to CI-I'Y the Certificate of Insurance insuredr on theOCe�rt A� of shall name the City of Tamarac as a named olst b shall be issued Insurance. CONTRACTOR'S Certificate of insuraannce must be attached and included in this Agreement as Exhibit C Further, ate o duly licensed to write business insurance Gu des Furth State of by companiesA. M. Best Key g Florida and rated -A- or better by (except Workers, Olicie shall be named as a named insured each n olicy,all stogetheurance p with a staemen't by the Compensation). Certificates of policy, shall not be cancelled without issuing company to the extent that said policy shall be in 30) days pnor written notice receivedobYe apeci�ied herein constitutes onstitues thirty royal. Insurance coverage CITY for review and approval- Agreement. til e minimum requirements and said requireme the s tam of why s lessen or it the liability of CONTRACTOR under at its own cost and expense, any COFACTOR shall procure and maintain, id meet, may be additional kinds and amounts o� insurance tha% in its own the comp etaon of its work. judgment. g necessary for proper protection COAG"IOR shall maintain, during the ation Insuranceon 16.2 reement and any newals, Worker's Compensal term of this Ag reed in work under this Agreement, and shall all of its employees to be engag s Of require the same from any subcontractors us suanit do this nAgr Agreement is not employees engaged in hazardous work pursuant protected under the Workers' Compensation Statute, CONTRACTOR shall rovide adequate employer's general liability insurance for the protection o employees not so protected. 18 16.3 CONTRACTOR shall procure and shall maintaiJL n du CONTRACT and any renewals public Liability ring the term of in an amount not less than $1,000,ppp combinedasnin Property Damage Insuranhee injury, death and property damage g rnit coverage for bran] 16.4 g (except automobile), y during the terra�fth' CONTRACTOR shah r Liabili insurance is Agreement and renew procure and maintain, �' and in an amount not less than �s' Comprehensive Automobile overage for bodily injury, death, and Property combined single 16.5 P l?ertY damage (automobile). g limit maintain, during the term of : CONTRACTOR shall Liability Insurance in this Agreement and an renew Procure and ess AUt0MObile and Bodily amount not less than $1,000,000 overage in eUmbrella xcess of 16.6 y Inl�'/Pr°Ferty Damage coverages. Paragraphs shall provide ad The insurance required under the above clairns which may equate Protection for CONTRA operations be b y arise from operations under this Agreement TOR against damage the insured. Y �e insured or by anyone direct] g meat, whether such CITY shall be named a named Y or indirectly employed by insurance policies provided for herein. msumd on all of CO , 16.7 T.nr-A r NTRACTOR S bonding companies with whom CONTRACTOR'S • The insurance and be represented b licensed to do busin insurance and performance Florida. Y an agent or agents having ess in the State of Florida and shall Each such agent shall be du] i an °ff Ce located in the S may be had, and must have authrri y quairtied, upon w fate of and/or bondingMY and power to act onho service of process claimant, or acompany to negotiate and settle with�h� of the insurance CONTRAC`I,OR property owner who has been damaged, ITY' or an other agents shall be set sfortheonn�osbohdin g � may have against g company. The name of the or CONTRACTOR shallkeep the requiredsbonds and certificates of agent e. times during the term of this COCTinsurance in full far ins�irance. and any renewals force d effect at all CONTRACTOR shall furnish to C furnished and approved by CITy, ITY evidencing of required insurance ,evidencing CO Insurance on a form p ante coverage..4t the request FACTOR has Obtained Provided for inspection All policies must prove that �e anginal Policy the canceled by the insurer in less than P Y shall be written notice of such change thirty (30) days aftenraY not be changed or reviewed upwaxtduratt 30 S °r cancellation . Such insurance TY has received amounts within request, and CONTRACTOR amounts may be ( ) days after receipt of such r R shall revise such request. Compliance with Laws and Re 17, X � Nations Florida- a agreement shall County, brought hereunder considered consummated B ry, Florida, rou roward County, be brought exclusively in Broward 19 Time. shall be deemed to be of the essence 17.2 Bement whenever tme limits are imposed herein for the concerning this a y obligations by any of the parties hereto, or whenever ��e performance r any o Big accrual of any rights to either of the Parties hereto depends an the passage The failure of CITY, at any 17.3 CI'OR of any provisions herein shall in tune, to require performance by CONTRA_aU waiver no way affect the rights of CITY thereafter toin be°ramce or tobea waiver of by CITY of any breach of any provisions here provision itself. any succeeding breach of such provisions or as a waiver of any if any provision of this agreement shall be 17.4 d�ecla-re�dWeg�a,oid or unenforceable, the other provisions shall not be affected and shall remain in full force and effect. EJJJE: Neither CONTRACTOR nor CITY shall be liable for the ]7.5 fa�torm itsduties if such failure is caused by a riot, war, governmental order or regulation, strike, act of God, or C��Rimilar or different contingency beyond the reasonable control of CONTRACTOR. ]7 6 N : This agreement supersedes and replaces all terms refaced to multi -family residential service in the agreement between the City of Tamarac and Southern Sanitation, a division of Waste ementgupon the eff dated five datement, Inc., e of this 1987, and effective immediately, which ag agreement shall be null and void and of no further force and effect. 7.7 This agreement shall not be considered fully executed or binding or effeof the City of Tamarac in an open meeting as on Crj'Y unl the same shall be approved and accepted by the City Council After such required by law and executed by theive CONTRACTOR a certified copy approval and acceptance, CITY shall Of the erson authrzed to bind of the Ordinance as evidence of the authof this agreement and otoiperform the CITY to the terms, covenants and provisions same in accordance herewith. CONTRACTOR, its officers, agents, 17.8 � rith all laws, federal, state employees, and contractors, shall abide by and comply w calls the attention of and local. It is agreed and understood onttlle C f CONTRACTOR, its 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 eview and consider the performance of periodic public meetings, to rof the CONTRACTOR regarding its compli cNTRACTOR, the need for athe material ny future franchise, any amendments desired by CO service new services, and potential amendments enosthe franchise cnology ore demonstrated requirement changes based on advancementsto attend all community needs. An agent of CONTRACTORshall all bems asavailsociated with the public meetings upon reasonable notice by CI Agreement_ 17.10 17.1 17.12 17.13 17.14 Federal agency, Or ' Should the State of Florida, City, Broward County,Y State or Federal Co County, United States or City of Tamarac, or CONTRACTOR or any agency thereof require either affects or is inconsistent with N RACTOR to act in a manner which, shall be authorized to determine Provisions het}lie eas of the Franchise Documents, CiTy Documents is affected in relation to the rights an provision of the Franchise Franchise Documents upon CITY or the li and benefits conferred by the and CONTRACTOR shall negotiate in ublic. Upon such determination, Crl-y franchise to such extent as may good faith to modify or amend the Purposes thereof in mlation to the nights and s� to carry out the full intent and 1 g benefits of CITY, or the public. a monthly notarized ' CONTRACTOR shall provide the C CONTRAITY with CTOR, certifying from an authorized representative the the CONTRACTOR shall provide the Curacy °f the month] y with y franchise fee payment. summary of all franchise fee a annual recap of gross receipts and a months (See Exhibit G), payments paid within the preceding -twelve (12) any right accruing under this a agreement shall No assignment of this agreement or CONTRACTOR without the express written consent made whole or in CITY shall not be unreasonably withheld. p by the assignee shall assume the Lability w CO�RACT event of any such concern of OR y assignment, the this agreement and ' Thts agreement shall be effective upon the execution of Performance of this agreement shall begin on the comrmenCement date set forth herein. (other than the license and CONTRACTOR shall Obtain all licenses and permits all taxes required by Cl�-y. granted by CONTRACTOR and promptly pay 1$.1 Appendix: fully setforth. 18.2 18.3 18.4 Miscellaneous Provisions The Exhibits A are incorporated herewith �byDreference fornadjlH' A Apenas Z and purposes as though herein are for convenience and reference in Paragraph the scO and are not intended tordefine or limit contained pe of any provision of this agreement. t understanding between the This agreement constitutes the en parties relating to the subject matter, ntired t eement hall notbe modified, altered, changed, or amended in an and approved by the City Council of the Cityof respect unless done so in writing amarac, Florida (volun This inX:agreement shall terminate in the bankruptcy, such This or insolvency of CO e of he ass of ruination shall take effect on the CONTRACTOR. In time case of bankruptcy action is filed. e that the 21 deliv be in to be 18, QTICES: Notice required or permitted w whether eo hereunder act ally reclei ed, writing and shall be deemed to beMailostage prepaid, certified mail, return when deposited in the United States , p receipt requested, addressed to the respective party at the address set forth below: rCity Manager City of Tamarac 7525 �� ..� •� .. u,�t -u • �•r•, • •• Avenue • •. '1 1 • 11 City Attorney City of Tamarac 7525 Northwest 88 Avenue Tamarac, Florida 33321-2401 (305) 722-5900 -18.6 —The legal fees and otherexpenses of the prev,�ailing Leo any litigation or dispute arising out of this agreement will be p Y party. The provisions of the 18.7Exh foregoing Articles l through 18, together with t and l shall g onsultulte a binding H, are intended by the undersigned parties agreement between them. 18 8 If any part, section, sub -section, or other portion of this agreement is declared void, unconstitutional,othp eScribed applinvalid for cation hereof, hall reason, such part, section, sub -section, or other p applications be severable, and the remaining', of this agreement, and all thereof not having been declared void, unconstitutional deQlare thatr invalid shall remain i. no invalid or full force and affect. CITY and prescribed provision or application we can tinducement d �� greement, of this the agreement, and that they would have invalid or prescribed provision or application. 18.9 ATTH; CITY and CON'TRf agree to continue to work together o maintain an prove the level and in good faith and to coordinate the ir quality of residential collection service. This Agreement shall be effective this the be the Commencement Date hereof. day of 1993, which shall ATTEST: By:�1p� C�� arol A. Evans City Clerk CITY Op TAMAIIAC apNaovEo AT WEr►NG oF _Cp/24q.5_ THE gMayoror T RAC, FLORIDA By: Date: ,3 — Z ar By:'7John P. Kelly City Manager Date: 3 :�!)O .-9 ? pp� rove}tl as rm: c� By• vii tc S. t City Arc e 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 take acknowledgements, personally appeared to me known to be the person(s) described in and who executed the �. foregoing instrument and acknowledged before me that �� executed the same. WITNESS my hand and official seal this , day of FN-jOT, RY PUBLIC, State of No?ARY PUBLIC, SYA�E OF FLORIDA. MY COh:MISSIOH EXPIRES: JUNE 26, 199J, SONOWD TNAU NGTAHY rUSUG VMPI[RW AIYi R{.i (Name of Notary Public: Print, Stamp, or Type as Commissioned) (� Personally known to me, or ) Produced identification w- (e jam► Type of I.D. Produced ) DID take an oath, or (X) DID NOT take an oath. W ATTE,ST- STATE OF FLORIDA COUNTY OF -��aA-J—:SS CORPORATION: Contractor I HEREBY CERTIFY that on this day, aforesaid and in the County aforesaid to t>efe a me, an officer duly authorized in the State m �•W rr ` J, 4 D7 knowledgements, personally appeared to me known to be the person(s) described in and who executed the foregoing instrument and `' acknowledged before me that executed the same. WILSSmy han an official seal this JG day of � , 19� NO ARY P C, State of Fl rida at Large bMBE U J. MASS (Name o mpa Print, St rnp, or Type '••�,�a,�•' �n+t�rno„r�,'.C. Commissioned) yPe as ( Personally known to me, or ( ) Produced identification Type of I.D. -Produced ( ) DID take an oath, or ( 015'ID NOT take an oath. cc: Jahn P. Kelly, City Manager i 2S Public Data Query EXHIBIT 2 U.S. Department Rh TR 9877 t yf, of Labor Bureau of Labor Statistics rl ii A7 i��� Bureau of Labor Statistics Data WWW.b1s.govH Search A-Z Index BLS Home I Programs & Surveys I Get Detailed Statistics _Glosses What's New Find It! In DOL Change Output FromF 0 0 0_dTo:1 2002 Options: F include graphs NEW! More Formatting Options=0- Data extracted on: July 22, 2002 (2:09:35 PM) Consumer Price Index - All Urban Consumers Original Data value Series Id: CUURA320SAO,CUUSA320SAO Not Seasonally Adjusted Area: Miami -Fort Lauderdale, FL Item: All items Base Period: 1982-84 1.00 Year Jan Feb Mar Apr May Jun Ilul Aug Sep 2000 165.9 166.9 168.0 168.4 2001 171.9 172.8 173.5 173.5 2002 175.01 175.0 174.4 Oct NOVI Dec lAnnuallHALFIIHAL 169.6 169.5 167.8 1166.7 1169. 174.2 1173.11173.0 1172.4 1173. FreJc uently_Asked Questions I Freedom of Information Act I Customer Survey- - — Privacy_&_S.ecurity Statement I Linking. to Our Site I Accessib_i_lity 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: blsdata staff@bls.gov Washington, DC 20212-0001 Technical (web) questions:webmaster@blS.goy Other comments: feedback@bls.Aov CPI % ChanLye Calculations: June 2002 = 174.4 June 2001 = 173.5 174.4 — 1.73.5 = 0.9000 0.9000 / 173.5 = 0.005187 0.005187 X 100 = 0.5187 = 0.52% EXHIBIT 3 P w• V���"tv-N LZ � J TA 9877 Braward Solid Waste Disposal DistrictNARD 1 North University Drive, Suite 400-B r,tY. Plantation, FL 33324 U I (954) 765-4202, Ext. 270 • Fax (954) 577-2391 Resource Recovery Board County Members: Josephus Eggelletion, Jr. • Ben Graber • Ilene Lieberman • Lori Nance Parrish • Diana Wasserman -Rubin City Members: Peter Bober • Jim Naugle • Joseph Scuotto • Jim Waldman May 21, 2002 Mr. Jeffrey L. Miller City Manager City of Tamarac 7525 NW 88 Avenue Tamarac, Florida 33321 Dear Mr. Miller: The Resource Recovery Board at its meeting on May 9, 2002 approved the revised tipping fee to be used for Processable Waste delivered to the two resource recovery plants. Effective with the fiscal year beginning October 1, 2002: the per ton tip fee for Processable Waste will increase from $83.78 to $84.4 l . If you have any questions concerning our rates for the next year, please call me at (954) 761-3460. Sincerely yours, Stephen _. Schwarz, P.E., DEE Interim Executive Director SCS/jrh cc: Resource Recover Board Technical Advisory Committee BROWARD COUNTY BOARD OF COUNTY COMMISSIONERS —An Equal Opportunity Employer and Provider of Services Josephus E euetion. Jr. Ben Graber Suzanne N. Gunzber er Kristin 0. Jacobs Ilene Lieberman Lori Nance Parrish Jahn E. Rodstrom, Jr. James A. Scott Diana Wasserman -Rubin Visit us on the Internet w w broward.orgioiwm EXHIBIT 4 TR 9877 C, , " WYI, I- " .' August 14, 2002 Mr. Jeffery Miller City Manager City of Tamarac 7525 NW 88"' Avenue Tamarac, FL 33321-2401 Dear Mr. Miller: WASTE MANAGEMENT 3831 NW 21st Avenue Pompano Beach, FL 3.3073 (954) 974-7 500 (954)974-0898 Fax 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, 2002. I. Tipping Fee_: Effective October 1, 2002 Broward County will implement a tipping fee increase from $83.78 per ton to $84.41 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 $0,063 per cubic yard collected. 2. C.P.I. Adjustment: The CPI for all Urban Consumers (Miami -Ft. Lauderdale) increased from 173.5 to 174.4 for the year ended June 2002. This represents an increase of 0.5%, which is below the 4% cap. Please find enclosed the support for the C.P.I. increase, and a new rate matrix that reflects the revised prices resulting from the aforementioned changes. r~� If you have any questions, please call me 954/917-0387. Sincerely, An y Masiulis District Controller CC: J. Casagrande A. Spadaccia D. Whitehead �J Southern Sanitation City of Tamarac - Condos Effective October 1, 2002 DISPOSAL RATE/TN: Previous $ 83.78 New $ 84.41 Incr (Decr) $ 0.63 CPI: June to June/All Urban Consumers in the Miami -Ft. Laud Area 0.50% (Gap at 4.0%) FF 15.0% Rate Components: 1-Oct-01 1-Oct-02 Current CPI Disposal New Rate Rate 0.50% Incr Rate Adj Commercial Dumpster Service: Loose Pickup: See Attached Matrix Compaction: (Rate per Pickup) 2 yd $ 85.76 $ 0.43 $ 0.50 $ 86.69 $ 0.93 3 yd $ 128.64 $ 0.64 $ 0.76 $ 130.04 $ 1.40 4 yd $ 171.51 $ 0.86 $ 1.01 $ 173.38 $ 1.87 5 yd $ 214.40 $ 1.07 $ 1.26 $ 216.73 $ 2.33 6 yd $ 257.27 $ 1.29 $ 1.51 $ 260.07 $ 2.80 Casters per month $ - $ - n/a $ - $ - Short Rollouts (1x/week) $ 12.56 $ 0.06 n/a $ 12.62 $ 0.06 Long Rollouts (1x/week) $ 19.41 $ 0.10 n/a $ 19.51 $ 0.10 Specials per yard- Weekdays $ 10.67 $ 0.05 n/a $ 10.72 $ 0.05 8/14102 Page 1 of 1 Tamarac Condos Oct02 SOUTHERN SANITATION City of Tamarac - Condos (All Pricing Includes Franchise Fees) EXISTING RATE SCHEDULE OLD RATE EFFECTIVE: October 1, 2001 RATE: Variable PER YARD 1 {, py� N y 2 CUBIC $0.00 $92.84 $179.72 $266.54 ------ ---------------- $353.39 ------------------------ $440.25 ------------------------- $527.11 -------------------- YARD ----------------------------- W/O MAINT. ------------------------ $92.84 ------------------------- $179.72 $266.54 $353.39 $440.25 $527.11 3 CUBIC $0.00 $121.33 $236.55 $351.76 $466.98 ------------------------ $582.20 ------------------------- $697.42 ------------------------ YARD ----------------------------- W/O MAINT. ------------------------ $121.33 ------------------------- $236.55 ------------------------ $351.76 $466.98 $582.20 $697.42 4 CUBIC $0.00 $150.83 $294.40 $437.99 ------------------------ $581.60 ------------------------ $725.16 ------------------------- $868.76 ------------------------ YARD ----------------------------- W/O MAINT. ------------------------ $150,83 ------------------------- $294.40 $437.99 $581.60 $725.16 $868.76 5 CUBIC $0.00 $181.54 $355.21 $528.83 ------------------------ $702.45 ---------------------------------------------------------- $876.12 $1,049.74 YARD ----------- ----------- W/O MAINT. -------------------- -- $181.54 ------------------------- $355.21 $528.83 $702.45 $876.12 $1,049.74 6 CUBIC $0.00 $208.91 $409.24 $609.56 ----------------------- $809.89 ----------------------- $1,010.20 ------------------------- $1,210.54 ---------- - ---- - - YARD -------- ------------------- W/O MAINT. -------------------- $208.91 - - ----- ----- $409.24 $609.56 $809,89 $1,010.20 $1,210.54 8 CUBIC $0.00 $266.53 $523.63 - $780.67 ------------- $1,037.73 - ---------------- $1,294.80 $1,551.86 YARD ---- -- -- -- ---- -- W/0 MAINT. -------- --- $266.53 ------------ $523.63 $780.67 $1,037.73 $1.294.80 $1,551.86 OPTIONAL COMME QIAAL SERVICES.: CASTERS: $ per month ROLLOUTS: SPECIALS: COMPACTED RATES: ROLLOFF SERVICES: $ 12.56 per month for short, easy rollout , Ix per week. $ 12.56 per month for each additional day per week. $ 19.41 per month for long, difficult rollout , lx per week. $ 19,41 per month for each additional day per week. $ 10.67 per cubic yard $ 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 OPEN TO COMPETITION 8/16/02 Tamarac Condos_Oct02. x I s SOUTHERN SANITATION City of Tamarac - Condos (All Pricing Includes Franchise Fees) NEW RATE SCHEDULE NEW RATES EFFECTIVE: October 1, 2002 RATE: Variable PER YARD .. r n py e $0.00 ' $93.85 $181.71 $269.51 $357.34 - -- - $445.18 ----------.--- ---- $533.02 --------------- --- 2 CUBIC YARD ----- -- ----- ---- W/0 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/O 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 ------------------------ I $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/0 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/O 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/0 MAINT. -...... - - - -- $270.05 $530.61 ------ - --------- $791.13 $1,051.65 $1,312.20 $1,572.72 OPTIONAL COMMERCIAL SERVICES: CASTERS: $ per month ROLLOUTS: SPECIALS: COMPACTED RATES: ROLLOFF SERVICES: $ 12.62 per month for short, easy rollout , 1x per week. $ 12.62 per month for each additional day per week. $ 19.51 per month for long, difficult rollout , 1x per week. $ 19.51 per month for each additional day per week. $ 10.72 per cubic yard $ 43.34 PER PICKUP PER YARD $ 86.69 per pickup - 2 cu yds $ 130.04 per pickup - 3 cu yds $ 173.38 per pickup - 4 cu yds $ 216.73 per pickup - 5 cu yds $ 260.07 per pickup - 6 cu yds TEMPORARY ROLLOFF WORK OPEN TO COMPETITION 8/16/02 Tamarac Condos Oct02.x15