Loading...
2000-24077 RESO · , - , - , RESOLUTION NUMBER 2000-24077 A RESOLUTION OF THE MAYOR AND THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A SERVICE AGREEMENT WITH BFI WASTE SYSTEMS OF NORTH AMERICA, INC., FORA TERM OF TWO YEARS, COMMENCING ON OCTOBER 18,2000; AND ENDING ON OCTOBER 31, 2002, FOR COLLECTION AND DISPOSAL OF RESIDENTIAL SOLID WASTE, YARD TRASH, BULK WASTE, AND OPERATION OF THE CITY'S SOLID WASTE MANAGEMENT FACILITY, PURSUANT TO REQUEST FOR PROPOSALS NO. 101-99/00. WHEREAS, the City's existing Agreements with Onyx Florida, LLC, for the collection and disposal of residential solid waste and operation of the City's solid waste management facility are due to expire on October 18, 2000; and WHEREAS, the Mayor and Commission authorized the issuance of Request for Proposals (RFP) No. 101-99/00 for collection and disposal of residential solid waste, yard trash, bulk wastes, and operation of the City's solid waste management facility on May 24, 2000; and WHEREAS, the responses to the RFP were opened on July 14, 2000, and a total of seven proposals were received; and WHEREAS, an Evaluation Committee, appointed by the City Manager, met on July 17, 2000, to review all of the responses; and WHEREAS, the Evaluation Committee unanimously selected BFI Waste Systems of North America, Inc. (BFI), as the top-ranked firm; and WHEREAS, on July 26, 2000, the Mayor and City Commission accepted the Committee's ranking ofthe RFP responses and authorized the Administration to negotiate a Service Agreement with BFI; and WHEREAS, those negotiations have been successfully concluded and the resulting Agreement is attached. , - - . NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby authorize the Mayor and City Clerk to execute the attached Service Agreement with BFI Waste Systems of North America, Inc., for a term of two years, commencing on October 18, 2000; and ending on October 31, 2002, for collection and disposal of residential solid waste, yard trash, bulk waste, and operation of the City's solid waste management facility, pursuant to Request for Proposals No. 101-99/00. Passed and Adopted this 11th day of September, 2000. / fI1 MAYOR ATTEST: _~r PtU~ CITY CLERK APPROVED AS TO fOR."A & LANGUAGE & FOR EXECUTION 141ir~~ ~ , - CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 http:\lci,miami-beach.fl.us COMMISSION MEMORANDUM NO. 090 - 00 TO: Mayor Neisen O. Kasdin and Members of the City Commission DATE: September 13, 2000 FROM: Jorge M. Gonzalez \.l~ City Manager õ- 0 A Resolution of the Mayor and the City Commission of the City of Miami Beach, Florida, Authorizing the Mayor and City Clerk to Execute a Service Agreement with BFI Waste Systems of North America, Inc., for a Term of Two Years, for Collection and Disposal of Residential Solid Waste, Yard Trash, Bulk Wastes, and Operation of the City's Solid Waste Management Facility, Pursuant to Request for Proposals No. 101-99/00. SUBJECT: ADMINISTRATION RECOMMENDATION: Adopt the Resolution. ANALYSIS: The City's existing Agreements with Onyx Florida, LLC, for the collection and disposal of residential solid waste, yard waste, bulk wastes, and operation of the City's solid waste management facility are due to expire on October 18,2000. On May 24, 2000, the City Commission authorized the issuance of Request for Proposals (RFP) No. 101-99/00. The responses to the RFP were opened on July 14, 2000, and a total of seven proposals were received. An Evaluation Committee, appointed by the City Manager, met on July 17, 2000, to review all of the responses. The Evaluation Committee unanimously selected BFI Waste Systems of North America, Inc. (BFI), as the top-ranked firm. On July 26, 2000, the Mayor and City Commission accepted the Committee's ranking of the RFP responses and authorized the Administration to negotiate a Service Agreement with BFI. Those negotiations have been successfully concluded and the resulting Agreement is attached for your review and approval. The highlights of the new Service Agreement are as follows: 1. The monthly service fee charged to residential customers will increase by $3.74 to $30.85 for single family homes and by $4.46 to $26.87 for multifamily facilities ofless than 8 units. AGENDA ITEM ¡t] E- DATE <1- \ 3-t)'U , - - . 2. The City has included stricter performance requirements, as well as, substantial penalties and remedies for non-performance in the new Service Agreement. 3. The Contractor will be required to employ at least one dedicated customer service representative to ensure the prompt and successful resolution of customer complaints and requests for service. 4. The residential Bulk Waste collection services will continue on an "On-Call" basis. Residents will be able to schedule up to 4 bulk pick-ups per year at no additional cost. All bulk pick-ups will be scheduled with a confirmed appointment for a specific day. 5. The contractor will now be required to clean the City medians and swale areas of accumulated palm rronds and tree debris, during their regularly scheduled residential garbage collection efforts. 6. The contractor is assisting the City in the development of plans for renovating the City's Solid Waste Management facility and modernizing the facility's operations to better protect the environment, make it more compatible with the adjacent golf course and residential area, increase the City's recycling facilities and make a more efficient and cost effective operation. In light of the successful completion of the Service Agreement negotiations, the Mayor and City Commission should adopt the attached Resolution authorizing the Mayor and City Clerk to execute a Service Agreement between the City and BFI Waste Systems of North America, Inc., for the collection and disposal of residential solid waste, yard trash, bulk wastes, and operation of the City's solid waste management facility. JMG~~ F:IWORKI$ALLIBRUCEICOMM\BFICONTR.COM , - CITY OF MIAMI BEACH CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 http://ci.miami-beach.fl.us MEMORANDUM TO: Mayor Neisen O. Kasdin and Members of the City Commission Jorge M. Gonzalez \ ~ City Manager () . U DATE: September 11, 2000 FROM: SUBJECT: Amendments to the Proposed Residential Solid Waste Collection and Disposal Services Agreement between the City and BFI Waste Systems of North America, Inc. Following the completion of the contract negotiations between the City and BFI Waste Systems of North America, Inc. (BFI), a Services Agreement was drafted, reviewed by the City Attorney and BFI, and submitted for inclusion on the agenda for the September 13, 2000 City Commission meeting. Subsequent to the submission of the Service Agreement for publication in the Commission agenda, several minor changes were made to the Agreement to eliminate ambiguities and increase the volume of bulk wastes that residents may annually dispose of without additional charges. The attached pages are excerpts rrom the Agreement which reflect the recent changes. Deletions rrom the original language have been stru¡;k 6tH and additions have been t~il!tÏ1l¡1. ;;""""""""""1,,, Please substitute the attached, revised pages for the corresponding sections of the Agreement included in your agenda packages for the September 13, 2000 City Commission meeting. If you have any questions or require any additional information, please contact Matthew D. Schwartz, Assistant City Manager at 305-673-7010. JMGÆ>DSlbdh F:IWORKI$ALLlBRUCEICOMM\BFlREVIS.MMO (SlA.fP(e~ Agenda Item fZ 1 E Date c¡ - I ':> - 0 0 regular trash collection, as defined in Sections 5.12, 5.13, 5.26, 5.32 and 5.34 (collectively, "Bulk Waste") rrom all single-family homes, multiple dwelling units. 8.2 Frequency of Collection: The Contractor shall collect such Bulk Waste only on dates scheduled by Contractor individually with each Residential Account (a Residential Account means either a Single Family Residence or Multiple Dwelling Unit). Contractor shall collect, without additional charge to the City under this Agreement, such Bulk Waste a maximum of four (4) times per calendar year, and up to twenty ~fj ~.~ cubic yards per pick-up, for each Residential Account. In the event that a Residential Account presents more than =e I~ cubic yards of bulk wastes for collection in any scheduled pick-up, it shall be counted as an additional pick-up event for every additional =e I~. cubic yards of waste material collected. In the event that a Residential Account requests more than four (4) Bulk Waste pick-ups during any calendar year, the Contractor shall schedule a special pick-up, and charge the Residential Account $20 per cubic yard for the additional services. 8.3 Collection Schedule: Contractor shall make available a telephone line to allow residents to schedule Bulk Waste pick-ups. By calling the telephone line, a Residential Account shall schedule its Bulk Waste pick-up appointment with the Contractor. All appointments must be made 86 less th1l8 I~!IM* seven (7) calendar days 1'1 i61 t6 the sdtedlllcd pick III' f~~ml!im:!~~t~liWkf~.»:W!I;~f!;m:~IÐ~!I,~'!!ÐI1,f,g~R~mlm.l.~IIIfRIII__ Pick-ups shall be effected by the Contractor on the appointment day, and not before or later. Failure on the part of the Contractor to effect the pick-up on the scheduled date shall result in the Contractor being charged a $50 penalty fee, per day, per occurance, unless excused by a Force Majeure, as defined in Section 7.14, or other unforeseen event, as approved by the City Manager or his designee. Contractor shall prepare, in accordance 17 ~ . ' 10.10 No person shall be denied employment by Contractor for reasons of race, sex, national origin, creed, age, physical handicap, sexual orientation or religion. 11. CONTRACTOR'S OFFICE. 11.1 Contractor shall provide, at its expense, a suitable office located within or in close proximity to Miami-Dade County, with adequate staff and telephone service, with a telephone number dedicated solely for Miami Beach residents to handle and resolve all incoming complaints and requests for information, between 8:00 A.M. and 5:00 P.M., Monday through Friday, of each week excluding holidays. Between the hours of 5:00 P.M. and 8:00 A.M., Monday through Friday, and all day on Saturday and Sunday, including holidays, the Contractor shall provide and maintain an answering machine or service to receive all incoming calls and complaints. All calls received by the answering machine or service shall be responded to the following working day, in accordance with the provisions included in Section 15. 11.2 Notification to Customers: The Contractor shall notify all customers, in writing, about complaint procedures, rates, regulations, and the days of collection and procedures for special pick-ups, including white goods and bulk items. 12. PAYMENT AND BILLING. 12.1 Compensation: The City shall pay Contractor compensation for the performance of this Agreement, the _li~lfflfjll!WNNMII~III!!W!/mD/I.ni."""'" l:!i~iI~~J~"m;.I'IN!IihH~N#RI¡~!1!__I~ilA!,ïI,.i.i~'~If__ ~~~I~~~~IOCîK#KIIImK_lœ'~~f¡i¡~~~li~IffiWN!l#HI~~ll#!gi~~~!mi"l~ _!lllil¡~1iïKKI:1li1N~~liì:m sums I~ based on the unit prices submitted in Contractor's 26 , - .... . response to RFP No. 101-99/00 dated June 9, 2000, .111 subject to any conditions or deductions as provided herein. Contractor's Unit Price Schedule for solid waste and yard trash collection shall include disposal costs and all costs for services to be provided herein, except where additional fees, increases or services are specifically provided herein. Contractor shall submit an invoice by the 10th of each month for services rendered during the preceding month, and payments will be made to Contractor on or before the 20th day of each calendar month upon verification of the invoice submitted. 12.2 BiIlinl: Procedures: On the first day of each month the contract payment(s) for Residential Solid Waste Collection and Yard Trash Collection shall be adjusted to correspond with the occupancy of existing or new buildings and the demolition of old buildings. The adjustment made on the fIrst day of each month shall be for buildings either occupied or demolished during the second month preceding the adjustment; for example, any change which is made on June I of any year will be for buildings occupied or demolished in April of the subject year. Any existing unit shall be considered unoccupied whenever the City has temporarily terminated water service, at the customer's request only. Any new unit shall be considered to be occupied when a certificate of occupancy has been issued and water service has been provided to the unit's occupant(s). Proof of demolition shall be demolition permits issued by the Building Department. The Contract adjustments will be based on unit costs included in the Contractor's original bid. The City will notify the Contractor of any 27 SERVICE AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND BFI WASTE SYSTEMS OF NORTH AMERICA, INC. FOR COLLECTION AND DISPOSAL OF RESIDENTIAL SOLID WASTE, YARD TRASH, BULK WASTE, AND OPERATION OF THE CITY'S SOLID WASTE MANAGEMENT FACILITY - . TABLE OF CONTENTS 1. RECITALS. . . . . . .. . . . .. . . .. . .. . . . . . .. . . .. . . .. . . . .. . . . . .. . . .. . .. . .. .. . . 1 2. LIAISON BETWEEN CITY AND CONTRACTOR . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 3. COMMENCEMENT OF WORK ...........................................2 4. TERM.. . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 2 4.1 . . .. . . . . . . .. . . .. . ... . .. . ... . .. . .. . . .. . . ... . . . .. . . . ... . .. . .. ... ..2 4.2 ................................................................ 2 5. DEFINITION OF TERMS ................................................3 5.1 Authorized Representative . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ., .3 5.2 Biohazardous Waste. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .3 5.3 Bulk Wastes. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .3 5.4 City. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .3 5.5 City Manager. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .4 5.6 Construction and Demolition Debris. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .4 5.7 Contractor. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .4 5.8 Disposal Costs ................................................... .4 5.9 Garbage. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . " .4 5.10 Garbage Can or Container. . .. . . . . . .. . ... . '" . . . " . . . " . . ... . .. ... " .4 5.11 Hazardous Waste. . .. . .. . . .. . .. . . . . . .. . . .. . . . ... . . . .. . . .. . .. . .. ... .5 5.12 Household Furniture .............................................. .5 5.13 Household Trash ................................................. .5 5.14 Industrial Wastes ................................................. .5 5.15 Infectious Waste. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .5 5.16 Landfill. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . " .6 5.17 Loose Refuse. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . " .6 5.18 Mechanical Container ............................................. .6 5.19 Multiple Dwelling Units ........,.................................. .6 5.20 Performance Bond . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .6 5.21 Recyclable Materials. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . " .7 5.22 Recycling..... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .7 5.23 Residence (Single Family) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . " .7 5.24 Refuse..... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .7 5.25 Refuse Regulations ............................................... .7 5.26 Remodeling and Home Repairs Trash. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .7 5.27 Residential Service ............................................... .7 5.28 Solid Waste ..................................,.................. .8 5.29 Solid Waste Disposal Facility ....................................... .8 5.30 Special Waste. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .8 5.31 Specifications. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .8 5.32 White Goods ...........................,........................ .8 5.33 Yard Trash - Regular. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .8 i 5.34 Yard Trash - Bulk ................................................ .9 6. SPECIAL CONDITIONS ................................................ .9 6.1 Pre-Start Route Familiarization . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. .9 6.2 Comprehensive Notification ........................................ .9 7. DESCRIPTION OF WORK- SOLID WASTE PROGRAM ......................9 7.1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .9 7.2 . . . . .... . . . ... . . .. . . .. . .. . . .. . .. . . .. . . .. . . . . ... . . . ... . .. . .. ... . 10 7.3 Protection of Adjacent Property and Utilities ........................... 10 7.4 Spillage. . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 10 7.5 Residential Collection Service. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 7.6 Frequency of Collection. , . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . . . . . . . . . 11 7.7 Hours of Collection ......................,........................ 11 7.8 Point of Pickup of Residential Garbage. . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . 11 7.9 Receptacle. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 11 7.10 Methods of Collection of Residential Garbage. . . . . . . . . . . . . . . . . . . . . . . . . . 12 7.11 Schedules and Routes ....,.......,................................ 13 7.12 Holidays........................................................ 14 7.13 Storms. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 14 7.14 ForceMajeure.................................................. .15 7.15 Collection Equipment ............................................. 15 7.16 Refuse Quantities ................................................ 16 7.17 Disposal at a Miami-Dade County Solid Waste Disposal Facility........... 16 8. DESCRIPTION OF WORK: BULK WASTES PROGRAM.. . . . . .. . . '" . .. '" ..16 8.1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 16 8.2 Frequency of Collection. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 8.3 Collection Schedule . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 17 8.4 Equipment. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 18 9. DESCRIPTION OF WORK: OPERATION OF THE CITY'S SOLID WASTE MANAGEMENT FACILITY . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 9.1 Descri¡¡tion of Work: ............................,................. 19 9.2 Facility Description: . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 19 9.3 Hours ofÛ\Jeration .....................,.........................20 9.4 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . .20 9.5 ............................................................... 20 9.6 . . . . . ... . . . ... . ... . .. . . .. . .. . ... . .. . . ... . . . .. . . . '" . '" . ., . .. ..21 9.7 . . . ..... . . ... . . ... ... . .. . . .. . .. . . .. . .., . . . ... . . . ., . . " . ... .....21 9.8 . . .... . . . '" . . '" . '" ... . .. . ... . .. . .... . . ... . . . .. . . ... '" . .. " .21 9.9 ..........................................,.................... 22 9.10 .... . . . . ... . . ... . '" . .. . ... . .. . " . . .. . . . ... . . ... . . ... . .. . " ....22 9.11 Fee Schedule .................................................... 22 9.12 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 22 9.13 Acc~tableMaterials.............................................. 23 ii : . - . ~ , ' 9.14 Indemnification:.................................................. 23 10. CONTRACTOR'S PERSONNEL.......................................... 24 10.1 Contractor's Officer(s) . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 24 10.2 Customer Service Representative .................................... 24 10.3 Conduct of Employees . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .24 lOA Employee Uniform Regulations .......,.............................25 10.5 Compliance with State, Federal and Municipal Law. . . . . . . . . . . . . . . . . . . . . . 25 10.6 Fair Labor Standards Act. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 10.7 ............................................................... 25 10.8 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 10.9 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 25 10.10 ..... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26 11. CONTRACTOR'S OFFICE ..............................................26 11.1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . . . . . . . . . . 26 11.2 Notification to Customers .......................................... 26 12. PAYMENT AND BILLING .............................................. 26 12.1 Compensation. . . . . . . . . . . . . . . , . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .26 12.2 Billing Procedures ................................................ 27 12.3 Adjustments in Disposal Costs ......................................28 12.4 Unusual Changes or Costs . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 28 12.5 Consumer Price Index .............................................29 13. CONTRACT PERFORMANCE. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .29 13.1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 29 13.2 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 13.3 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 13.4 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .30 14. COOPERATION/COORDINATION. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 14.1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 14.2 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 30 15. COMPLAINTS AND COMPLAINT RESOLUTION. . . . .. . . . . .. . . . .. . .. . .. .. . 31 15.1 Complaints. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 31 15.2 Complaint Resolution ............................................. 31 15.3 Dispute about Collection of Certain Items ..............................32 16. SUBCONTRACTORS. .. . . .. . .. . . .. . . . . . .. . . .. . . . '" . . . ... . . .. . .. . .. .. .32 17. PERFORMANCE BOND ................................................ 33 17.1 Amount of Bond .................................................33 17.2 Form of Bond .................................................... 33 17.3 Qualification of Surety. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .33 iii :' ~.' 18. INSURANCE AND INDEMNIFICATION .................................. 34 18.1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .34 19. DAMAGE TO OR DESTRUCTION OF EQUIPMENT ........................ 34 20. EVENTS OF DEFAULT BY CONTRACTOR ...............................34 21. REMEDIES UPON DEFAULT BY CONTRACTOR ..........................35 22. TERMINATION FOR CONVENIENCE BY THE CITY ....................... 36 22.1 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 36 22.2 . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 36 23. VENUE. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 36 24. LIMITATION OF LIABILITY. . " . .. . . . . . .. . .. . . . . . . . . . .. . . . '" . " . " .. . .37 25. REPRESENTATION AND WARRANTIES OF CONTRACTOR.. . . .. . . .. . .. .. .37 26. APPLICABLE LAW ... . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 38 27. COMPLIANCE WITH LAW AND STANDARD PRACTICES ..................39 28. TAXES, LIENS AND FEES. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 39 29. NOTICES AND CHANGES OF ADDRESSES. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 40 30. NO WAIVER. . . . .. . . . .. . ... . .. . .. . . .. . .. . . .. . . . .. . . . ... . . '" . .. . .. ....41 31. SEVERABILITY . . . .. . . . .. . .. . .. . . .. . .. . . .. . . .. . . . .. . . . . .. . . .. . .. . . .. .. 41 32. ASSIGNMENT. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 41 33. COMPLETE AGREEMENT. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .41 34. RFP AND AGREEMENT INCORPORATED BY REFERENCE. . . . . . . . . . . . . . . . . 42 35. FURTHER DOCUMENTS .....................,.........................42 36. INDEPENDENT PARTIES............................................... 42 37. TIME OF THE ESSENCE. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 43 ìv :' .' SERVICE AGREEMENT FOR COLLECTION AND DISPOSAL OF RESIDENTIAL SOLID WASTE, YARD TRASH, BULK WASTE, AND OPERATION OF THE CITY OF MIAMI BEACH SOLID WASTE MANAGEMENT FACILITY This Service Agreement for Collection and Disposal of Residential Solid Waste, Yard Trash, Bulk Waste, and Operation of the City of Miami Beach Solid Waste Management Facility (Agreement), is entered into this /~ day of Jupriu-t&ðL, 2000 by and between BFI Waste Systems of North American, Inc. (BFI) (Contractor), and the City of Miami Beach, Florida (City), for the purpose of providing for residential solid waste, yard trash, bulk waste collection and disposal services within the City of Miami Beach city limits (Collection Area), Operation of the City's Solid Waste Management Facility, and other such services rrom the Collection Area as required by the City and as more particularly set forth herein. RECITALS: WHEREAS, the City's contracts for the collection and disposal residential solid waste, yard trash and bulk waste and operation of the City's solid waste management facility will expire on October 18, 2000; and WHEREAS, on June 9, 2000, the City issued Request for Proposals No. 101-99/00 entitled, "Collection and Disposal of Residential Solid Waste, Yard Trash, Bulk Waste, and Operation of the City's Solid Waste Management Facility"; and WHEREAS, at its regular meeting on July 26, 2000, the Mayor and City Commission selected BFI as the first-ranked proposer; and WHEREAS, the City and BFI have negotiated the foregoing Agreement to provide for residential solid waste, yard trash and bulk waste collection and disposal services, and operation of the City's Solid Waste Management Facility, as more fully set forth herein. 1 :' .' GENERAL INFORMATION 1. RECITALS The foregoing recitals are true and correct and are hereby incorporated by reference into this Agreement. 2. LIAISON BETWEEN CITY AND CONTRACTOR All dealings, contracts, notices and payments between Contractor and the City under this Agreement shall be directed by Contractor to the City Manager or his designee. 3. COMMENCEMENT OF WORK The work outlined herein shall commence immediately upon receipt of a Notice to Proceed, but no later than October 18, 2000. 4. TERM 4.1 The initial term of the Agreement shall be for that period begirming on October 18, 2000, and terminating on October 31, 2002. 4.2 The City shall have the option, at its sole discretion, to renew this Agreement, subject to the terms and conditions set forth herein, for up to three (3) consecutive one-year terms, by giving Contractor written notice of such renewal at least sixty (60) days prior to the end of the previous term. Such renewal shall be at the same cost to the City as the previous term, including any rate adjustments authorized in accordance with Sections 12.3, 12.4, and 12.5. 2 :' .' " 5. DEFINITION OF TERMS 5.1 Authorized R~resentative: The employee or employees designated in writing by the City Manager to represent the City in the administration and supervision of this Agreement. 5.2 Biohazardous Waste: Any solid waste or liquid waste which may present a threat of causing disease or infection to humans. The term includes, but is not limited to, non- liquid human tissue and body parts; laboratory and veterinary waste which contains human-disease-causing agents; used disposable sharps, human blood, and human blood products and body fluids; diseased or dead animals; and other materials which in the opinion of the Florida Department of Health represent a significant risk of infection to persons outside the generating facility. Biohazardous wastes are not included in the scope of this Agreement. 5.3 Bulk Waste: Any household furniture, household trash, remodeling & home repairs trash, white goods, and/or yard trash, which cannot be cut for placement into a container, bag, or bundle due to the material exceeding the weight and size restrictions for regular trash collection, as defined herein. Bulk wastes shall be of a type as to be readily handled by the mechanical equipment of the Contractor. Bulk waste does not include any matter or debris resulting from tree removal, land clearing, land development, building construction or demolition, automobiles, automotive components, boats or internal combustion engines. 5.4 ~: The City of Miami Beach, Florida, and its authorized representatives. 3 5.5 City Manager: The City Manager of the City of Miami Beach, Florida, or a designee appointed by the City Manager. 5.6 Construction and Demolition Debris: Materials generally considered to be not water soluble and nonhazardous in nature, including, but not limited to, steel, glass, brick, concrete, or asphalt roofing material, pipe, gypsum wallboard, and lumber, rrom the construction or destruction of a structure as part of a construction or demolition project, and including rocks, soils, tree remains, and other vegetative matter which normally results from land clearing or land development operations for a construction proj ect. 5.7 Contractor: The person, firm, corporation, holding company, organization, agency, or other entity with whom the City has executed this Agreement for performance of the work or supply of equipment or materials, or its duly authorized representative. All successors to Contractor are included in this definition. 5.8 Disposal Costs: The "tipping fees" charged to Contractor for disposal of the solid waste collected by Contractor. 5.9 Garba,ge: Every refuse accumulation generated rrom a residence or multiple dwelling unit of animal, ûuit, vegetable, or organic matter that attends the preparation, use, cooking, consumption, or storage of, meats, fish, fowl, ûuit or vegetables, and other foodstuffs, including packaging materials. 5.10 Garba~e Can or Container: A container made of galvanized metal, durable plastic or other suitable material of a capacity not less than ten (10) gallons and not to exceed thirty (30) gallons approved for use by the City Manager or his designee. Such 4 , , . ' , ' container shall have two handles upon the sides thereof, or a bail by which it may be lifted, and shall have a tight fitting solid top. 5.11 Hazardous Waste: Solid waste, or a combination of solid wastes, which, because of its quantity, concentration, or physical, chemical, or infectious characteristics, may cause, or significantly contribute to an increase in mortality or an increase in serious irreversible or incapacitating reversible illness or may pose a substantial present or potential hazard to human health or the environment when improperly transported, disposed of, stored, treated, or otherwise managed. 5.12 Household Furniture: All movable compactible articles or apparatus, such as chairs, tables, sofas, mattresses, etc., for equipping a house. 5.13 Household Trash: Accumulations of paper, magazines, packaging, containers, sweepings, and all other accumulations of a nature other than garbage or yard trash, which are usual to housekeeping and to the operation of stores, offices and other business places. Household trash shall include, but not be limited to, all small appliances, small furniture, yard toys, and building material waste rrom remodeling and home repair projects. Waste generated by building contractors or subcontractors is not household trash. 5.14 Industrial Wastes: Any and all debris and waste products generated by manufacturing, processing, land clearing, and demolition projects. Industrial wastes are not included in the scope of this Agreement. 5.15 Infectious Waste: Those wastes which may cause disease or may reasonably be suspected of harboring pathogenic organisms. Included are wastes which may 5 ' .' consist of, but are not limited to, diseased human and animal parts, contaminated bandages, pathological specimens, hypodermic needles, contaminated clothing, and surgical gloves. 5.16 Landfill: Any solid waste land disposal facility for which a permit, other than a general permit, is required by s.403. 707, Florida Statutes, that receives solid waste for disposal in or upon land other than a land-spreading site, injection well, or a surface impoundment. 5.17 Loose Refuse: Any refuse, either garbage or trash, stored in and collected rrom any type of container other than a mechanical container or garbage can as described in Section 5.10. Refuse which is collected rrom the ground is considered loose refuse. 5.18 Mechanical Container: Any detachable metal container designed or intended to be mechanically dumped into a loader/packer type of garbage truck used by the Contractor. 5.19 Multiple Dwelling Units: Any building containing two (2) but not more than eight (8) permanent living units, not including motels and hotels. Buildings containing over eight (8) living units are classified as commercial accounts unless service of a different nature is approved by the City Manager or his designee. 5.20 Performance Bond: The form of security approved by the City and furnished by Contractor as required under the Agreement as a guarantee that Contractor will execute the work in accordance with the terms set forth herein and will pay all lawful claims. 6 It .' 5.21 Recyclable Materials: Those materials which are capable of being recycled and which would otherwise be processed or disposed of as solid waste. 5.22 Recycling: Any process by which solid waste or materials which otherwise become solid waste, are collected, separated, or processed and reused or returned to use in the form of raw materials or products. 5.23 Residence (sin~le Family): A detached building designed for or occupied exclusively by one family. 5.24 Refuse: Both trash and garbage or a mixture of trash and garbage, including paper, glass, metal, and other discarded matter, excluding recyclable materials. 5.25 Refuse Regulations: Regulations prescribed by the City together with such administrative rules, regulations, and procedures as may be established for the purpose of carrying out or making effective the provisions of the Agreement. 5.26 Remodeling and Home Rt4'airs Trash: Waste materials accumulated by the homeowner or tenant during the course of a self-performed improvement project, including, but not be lirnited to, carpeting, cabinets, dry wall, lumber, paneling, and other such construction related materials. Such trash shall be prepared in lengths not to exceed five (5) feet or fifty (50) pounds in weight. Carpeting will be picked up by the Contractor if cut to lengths of six (6) feet or less and bundled. 5.27 Residential Service: The refuse collection service provided to persons occupying residential dwelling units within the designated area, who are not receiving commercial service. 7 ¡ , . ' 5.28 Solid Waste: Garbage, bulk trash, construction & demolition debris, special wastes, white goods, yard trash, and other discarded material. 5.29 Solid Waste Disposal Facility: Any facility which is the final resting place for municipal solid waste, including landfills and incineration facilities. 5.30 Special Waste: Solid wastes that can require special handling and management, including, but not limited to, asbestos, whole tires, used tires, used oil, lead-acid batteries, biological wastes, infectious waste, hazardous waste, loose refuse, industrial wastes, and construction and demolition debris. 5.31 S.vecifications: Directions, provisions and requirements contained in the Request for Proposals, together with this Agreement, and any other written contract made or to be made setting out or relating to the methods and manner for the work to be carried out. 5.32 White Goods: Inoperative and discarded refrigerators, ranges, water heaters, rreezers, small air conditioning units, and other similar domestic appliances. 5.33 Yard Trash - Regular: Any and all accumulations of grass, palm rronds, leaves, branches, shrubs, vines, trees, tree stumps, and other similar items generated by the maintenance of yards, gardens and landscaping. Such trash shall be bundled or placed in containers which are susceptible to normal loading and collection as other residential solid waste. No yard trash shall be in excess offour (4) feet in length or four (4) inches in diameter. No bundle or filled container shall exceed fifty (50) pounds in weight. 8 , ' 5.34 Yard Trash - Bulk: Large tree or plant cuttings which are part of normal yard maintenance and which cannot be cut for placement in a container, bag, or bundle due to the material exceeding the weight and size restrictions for Yard Trash-Regular. Such wastes shall be disposed of as Bulk Waste, as defined herein. 6. SPECIAL CONDITIONS: 6.1 Pre-Start Route Familiarization: Contractor shall effect a pre-start route familiarization program in conjunction with the City to help route drivers become aware of and familiar with the collection points currently being provided. This will include a "hands-on effort" with drivers and key personnel becorning totally familiar with City routes and points of service. The Contractor shall certify to the City in writing that it is completely prepared to assume collection, no later than October, 11,2000. 6.2 Comprehensive Notification: Contractor shall provide comprehensive notification to all residential customers being provided service hereunder, including notice of start date, description of services and any time and/or route changes; said notification program to be approved by the City at least two (2) weeks prior to commencement of work. 7. DESCRIPTION OF WORK - SOLID WASTE PROGRAM. 7.1 Contractor shall provide residential solid waste collection services within the city limits of Miami Beach, and as specifically set forth in RFP No. 101-99/00, dated 9 I' .' June 9, 2000. The City will be responsible for the billing and collection of solid waste fees rrom residential customers. 7.2 Contractor shall provide, at its own expense, all labor, insurance, supervision, machinery and equipment, plant building, trucks and any other tools, equipment, accessories and items necessary to maintain the standard of collection and disposal set forth herein. 7.3 Protection of Adiacent Proper\y and Utilities: Contractor shall conduct its work in such a manner as to avoid damage to adjacent private or public property and shall immediately repair or pay for any damage incurred through its operations. Contractor shall take cognizance of all existing utilities and it shall operate with due care in the vicinity of such utilities and shall immediately repair or have repaired at no cost to the owner any breakage or damage caused by its operation. 7.4 Spillal¡\e: Contractor shall not litter or cause any spillage to occur upon the premises or the rights-of-way wherein the collection shall occur. In the event of any spillage caused by Contractor, the Contractor shall promptly clean up all spillage. If the Contractor fails to promptly clean up any spillage, the City may, at its sole discretion, pick up the spillage and bill the Contractor for the pick-up. Notwithstanding the foregoing, Contractor may refuse to collect any solid waste that has not been placed in a garbage can or container, or tied and bundled, as provided herein. During hauling, all solid waste shall be contained, tied, or enclosed so that leaking, spilling and blowing is prevented. 10 ' I' 7.5 Residential Collection Service: Contractor shall collect and dispose of all garbage, yard trash and solid waste (except special waste as defined in Section 5.30) rrom all single family houses, multi-family units of eight (8) or fewer permanent living units, as identified for servicing by the City. The Contractor shall also clean swale and median areas adjacent to designated collection routes of all accumulated palm ITonds and fallen branches rrom the swale areas during regular pick ups. 7.6 Freq.uency of Collection: Contractor shall collect solid waste rrom places of residence within the Agreement collection area at least two (2) times per week, with collections at least three (3) days apart. Contractor shall collect Yard Trash-Regular at curbside every second scheduled garbage pick up day per week. 7.7 Hours of Collection: Collection shall begin no earlier than 7 :00 A.M., and shall cease no later than 7:00 P.M. In the case of an emergency, collection may be permitted at times not allowed by this subsection, provided Contractor has received prior approval from the City Manager or his designee, to be later evidenced by a written memorandum confirming the approval. Should the Contractor not confirm and obtain in the approval and operate on an emergency basis, it shall be conclusively presumed that Contractor had not obtained such approval. 7.8 Point of Pickup of Residential Garbage: Collection of residential garbage and trash shall be at the residence (backyardlsideyard), at ground level. 7.9 Rec¡;ptacle: Contractor shall be required to pick up all garbage, trash and refuse rrom residential units which have been properly prepared and stored for collection as follows: all garbage, trash and refuse shall be placed in a garbage can or plastic 11 ¡' .' disposal bag and shall be placed in the backyard, side yard, at curbside, or any other single collection point as may be agreed upon by the Contractor and the customer. Usual household trash shall either be placed in containers where it shall be collected in the same manner as garbage. Non-containerized trash shall be collected providing that it does not exceed four (4) feet in length nor be greater than fifty (50) pounds in weight for any piece or segment of such materials, and that it is placed at curbside for collection on the second scheduled garbage pickup day per week. 7.10 Method of Collection of Residential Garbage: Contractor shall make collections with a minimum of noise and disturbance to the residential customer and the neighborhood. Any garbage or trash spilled by Contractor shall be picked up immediately by Contractor. Garbage receptacles shall be handled carefully by Contractor, shall not be bent or otherwise abused, and shall be thoroughly emptied and then left at the proper point of collection. Metal cans shall be replaced upright with covers securely and properly in place, or can be inverted with covers placed topside up on the ground next to the container. Plastic cans shall be inverted with covers placed topside up on the ground next to the container. Any type receptacle found in a rack, cart or enclosure of any kind shall be turned upright in such rack, cart or enclosure of any kind and lids shall be placed securely on top of said receptacles. In the event of damage caused by Contractor to garbage receptacles, other than normal wear and tear, Contractor shall be responsible for the timely repair or replacement of said receptacles within seven (7) days of receiving a complaint rrom the residential customer. 12 , ' 7.11 Schedules and Routes: Contractor shall provide the City with schedules for all collection routes and keep such information current at all times. If any change in the collection routes occurs, then the City shall be immediately notified in writing. All permanent changes in routes or schedules that alter the day of pickup are subject to approval of the City Manager or his designee. Upon approval by the City Manager, Contractor shall publish notice in a newspaper of general circulation in Miami-Dade County, at least seven (7) days prior to the effective date of such route or schedule change. The cost of publication shall be borne solely by Contractor. The City reserves the right to deny Contractor's vehicles access to certain streets, alleys and public ways inside the City in route to the disposal site where it is in the interest of the City to do so because of the condition of the streets or bridges. The City shall not interrupt the regular schedule or quality of service because of street closure less than eight (8) hours in duration. The City shall notify Contractor of street closures of longer duration, and arrangements for service will be made in a manner satisfactory to Contractor and City. Customers under the Agreement shall receive reasonable notification of the schedules prior to commencement of service. Such notification, material, methods, and rrequency of delivery shall be approved by the City. Only local truck routes shall be used in transit, unless specifically for the purpose of collection. The City has embarked on an aggressive, city-wide Capital Improvement Program which includes extensive roadway improvements, water and sewer utility 13 ~ ' r , inrrastructure replacements and Stormwater Drainage Control System. The City shall notify the contractor of all construction activities and make arrangements for service in a manner satisfactory to the Contractor and City. The Contractor shall be required to work with the City in all ways possible, to ensure that the regular schedule and quality of service are not interrupted. 7.12 Holidavs: Contractor shall not be required to provide residential solid waste or yard trash collection services on the Independence Day, Thanksgiving and Christmas Holidays. Normal waste collection services will resume on the next regularly scheduled pick-up date, for those Residential Accounts whose service was missed on a holiday. 7.13 Storms: In case of a storm, the City Manager may grant the Contractor reasonable variance rrom regular schedules and routes. As soon as practicable after such storm, the Contractor shall advise the City Manager and the customer of the estimated time required before regular schedules and routes can be resumed. In the case of a storm, if it is necessary for the Contractor and the City to acquire additional equipment and to hire extra crews to clean the City of debris and refuse resulting from the storm, the Contractor shall be required to work with the City in all possible ways for the efficient and rapid cleanup of the City. The Contractor shall receive extra compensation above the Contract amounts for additional manpower, overtime, and cost of rental equipment, provided that the Contractor has first secured prior written authorization rrom the City Manager. The total cost for such services shall be based on rates mutually agreed to by the City Manager and the Contractor. 14 · ' 7.14 Force Maieure: The performance of any act by the City or Contractor hereunder may be delayed or suspended at any time while, but only so long as, either party is hindered in or prevented rrom performance by acts of God, the elements, war, rebellion, strikes, lockouts or any other cause beyond the reasonable control of such party; provided, however, that if the hindrance of prevention of performance exceeds a period of thirty (30) days, the City may at its sole option and discretion, cancel or renegotiate this Agreement. 7.15 Collection EqJlipment: Contractor shall have on hand at all times and in good working order such equipment as shall permit Contractor to adequately and efficiently perform its contractual duties. Equipment shall be obtained rrom nationally known and recognized manufacturers of garbage collection and disposal equipment. For residential collections, equipment shall be of the enclosed loader packer type, and all equipment shall be kept in good repair, appearance, and in a reasonably sanitary and clean condition at all times. Contractor shall have available reserve equipment which can be put into service within two (2) hours of any breakdown. Such reserve equipment shall correspond in size and capacity to the equipment used by Contractor to perform the contractual duties. A list of Contractor's equipment shall be given to the City annually. Equipment is to be painted uniformly with the name of Contractor, business telephone number and the number of the vehicle in letters not less than five (5) inches high on each side of the vehicle. All vehicles shall be numbered and a record kept of the vehicle as to which each number is assigned. No advertising shall be permitted on vehicles, except for 15 · ' events approved between City and Contractor, except of events sponsored by the City. 7.16 Refuse Ouantities: Contractor represents and warrants that it has reviewed the City's collection records and understands that at certain times during the year, the quantity of refuse to be disposed of is materially increased by the influx of visitors, seasonal changes and other factors. Contractor agrees that these fluctuations will not be justification for Contractor to fail to maintain the required collection schedules and routes or to justify a rate increase. 7.17 Di~osal at a Miami-Dade County Solid Waste Disposal Facility: Contractor hereby represents and warrants to the City that all solid waste collected by it under this Agreement will be disposed of only at an approved Miami-Dade County Department of Solid Waste Management disposal facility. In the event Contractor relocates solid waste collected hereunder rrom the current solid waste disposal facility to another, other than on a temporary basis, it will notify City in writing within ten (10) days, and Contractor shall also, within said ten (10) day period, provide City with documentation of the approval for use of the said new facility, issued by the Miami- Dade County Department of Solid Waste Management. 8.0 DESCRIPTION OF WORK: BULK WASTE PROGRAM. 8.1 The contractor shall collect all household furniture, household trash, remodeling & home repair trash, white goods, and/or yard trash-bulk, which cannot be cut for placement into a container, bag, or bundle due to the material exceeding the weight and size restrictions for 16 · ' regular trash collection, as defined in Sections 5.12, 5.13, 5.26, 5.32 and 5.34 (collectively, "Bulk Waste") rrom all single-family homes, multiple dwelling units. 8.2 Frequency of Collection: The Contractor shall collect such Bulk Waste only on dates scheduled by Contractor individually with each Residential Account (a Residential Account means either a Single Family Residence or Multiple Dwelling Unit). Contractor shall collect, without additional charge to the City under this Agreement, such Bulk Waste a maximum of four (4) times per calendar year, and up to twenty five (25) cubic yards per pick-up, for each Residential Account. In the event that a Residential Account presents more than 25 cubic yards of bulk wastes for collection in any scheduled pick-up, it shall be counted as an additional pick-up event for every additional 25 cubic yards of waste material collected. In the event that a Residential Account requests more than four (4) Bulk Waste pick-ups during \ any calendar year, the Contractor shall schedule a special pick-up, and charge the Residential Account $20 per cubic yard for the additional services. 8.3 Collection Schedule: Contractor shall make available a telephone line to allow residents to schedule Bulk Waste pick-ups. By calling the telephone line, a Residential Account shall schedule its Bulk Waste pick-up appointment with the Contractor. All appointments must be made within seven (7) calendar days from the date of receipt of the pick-up request from the Residential Account. Pick-ups shall be effected by the Contractor on the appointment day, and not before or later. Failure on the part of the Contractor to effect the pick-up on the scheduled date shall result in the Contractor being charged a $50 penalty fee, per day, per occurance, unless excused by a Force Majeure, as dermed in Section 7.14, or other unforeseen event, as approved by the City Manager or his designee. 17 · ' Contractor shall prepare, in accordance with the format approved by the City, and maintain a register of all Bulk Waste collection requests. The register shall indicate the date and time on which the pick-up request was received, the name and address of the Resident Account requesting the pick-up, the date of scheduled pick-up, and the schedule number assigned to the pick-up. The register shall also include a confirmation of the the completion of each Bulk Waste pick-up scheduled for that day. A copy of the Bulk Waste pick-up register shall be faxed to the Director of the City's Sanitation Department, at the end of each business day. In the event of a dispute between Contractor and a customer as to what constitutes Bulk Waste, the situation will be reviewed and decided by the City Manager and his designee whose decision will be final. 8.4 Equipment: Contractor shall have on hand at all times and in good working order such equipment as shall permit the Contractor adequately and efficiently to perform its contractual duties herein. Equipment shall be obtained rrom nationally known and recognized manufacturers of garbage collection and disposal equipment. Collection vehicles shall be designed to allow for efficient collection of Bulk Waste. The equipment shall be kept in good repair, appearance and in a sanitary and clean condition at all times. All replacement and additional vehicles shall be new equipment unless otherwise agreed by the City. The Contractor shall have available reserve equipment which can be put into service within two (2) hours of any breakdown. Such reserve equipment shall correspond in size and capacity to the equipment used by the Contractor to perform the contractual duties. A list of the Contractor's equipment shall be given to the City at the time of each annual audit. 18 I, ' 9.0 DESCRIPTION OF WORK: OPERATION OF THE CITY'S SOLID WASTE MANAGEMENT FACILITY 9.1 Description of Work: The Contractor shall be responsible for operating the Solid Waste Management Facility located at 2800 Meridian Avenue, adjacent to the Bayshore Golf Course (the "Facility"). 9.2 Facilitv Description: Historically, the Facility has been used as a community trash and recycling center for the disposal of Bulk Waste by local residents, landscapers and contractors. The Facility has also been used by the City for the disposal of trash collected by the City while performing routine maintenance of City facilities, parks, and right-of-way. As a result of increased environmental agency regulation and the City's plans to renovate the adjacent golf course, the Facility is in a state of transition. The City is now in the process of renovating and modernizing the facility with improved access, drainage and leachate control systems, material sorting decks, equipment staging areas, and an improved landscape buffer surrounding the Facility. The City is also in the process of obtaining a Materials Recovery Facility Permit for the Facility rrom the Miami-Dade County Department of Environmental Resource Management (DERM). It is not the City's intent to increase the overall volume of material processed through the Facility or the industrial nature of the Facility. Instead, the intent is to increase the quality and timeliness of the services offered, and to lower the costs charged to residents by allowing for more efficient use of space, cost savings realized by sorting of waste streams and increased recycling. 19 · ' 9.3 Hours of Operation: The Contractor shall be required to provide any and all necessary manpower and equipment to receive, control, secure, collect dumping fees, and dispose of all Acceptable Materials, as defined in Section 9.13, six (6) days per week, Monday through Saturday, rrom the hours of7:00 a.m. to 5:00 p.m. The Contractor will post the days and hours of operation in a readily visible place at the entrance of the Facility. The Facility shall be closed on New Years Day, July 4th, Labor Day, Thanksgiving, and Christmas. The Contractor will post these closure dates all year, in the same manner as set forth above. Hours of operation shall not be otherwise extended or shortened without the prior written consent of the City. After receipt of written consent rrom the City, the Contractor will be responsible for notifying all residents via written notification at least two (2) weeks before the revised hours of operation commence. Nothing herein shall be construed to authorize hours contrary to the hours governing such operations. 9.4 The Facility shall be accessible to residents of the City of Miami Beach, City of Miami Beach Employees, and landscapers and contractors performing work within the city limits of the City of Miami Beach. 9.5 At least one (1) ofthe Contractor employees shall be on site at all times to oversee the day to day operation of the Facility, to charge City residents, contractors and landscape firms, and to prepare disposal tickets for City vehicles. This individual shall also direct traffic as to where loads should be dropped. 20 " ' 9.6 The Contractor shall receive all City deposits of Acceptable Material, as defined in Section 9.13, at the Facility. Duplicate receipts shall be maintained. One (1) copy will be signed by City personnel and be retained by the Contractor for monthly billing to the City, and one (1) copy will go to City personnel to reconcile monthly billings. 9.7 The Contractor may upon authorization rrom the City Commission, with proper regulatory agency permits, produce mulch rrom Clean Yard Waste and make mulch available to the City and Residents at no additional cost, as limited by the quantity of mulch produced at the Facility. The Contractor shall identify and segregate Clean Yard Trash received at the Facility. The Contractor shall be responsible for the removal and disposal of any excess mulch rrom the Facility. The Contractor shall not be responsible for any damages or injury to persons or property resulting rrom use of mulch obtained from the Facility by the City or other individuals. 9.8 The Contractor shall not allow excess accumulation of waste materials at the Facility; shall conduct a neat and orderly operation at all times; shall be solely responsible for the necessary housekeeping services to properly maintain the Facility; and shall repair and maintain its equipment in good operational condition. No signs (other than the entrance sign described herein) or advertising shall be placed at or in the Facility unless first approved, in writing, by the City Manager or his authorized representatives. All signage shall comply with the City's established criteria, as set forth in Ordinance No. 89-2665, as may be amended from time to time. 21 · ' 9.9 The Contractor shall use its best efforts to assure that its operation ofthe Facility does not reasonably interfere with the existing character of the surrounding residential area. 9.10 Prior to commencement of its operation of the Facility, the Contractor shall obtain any and all necessary identification numbers, permits, licenses and other requirements necessary to operate the Facility, and shall thereafter perform its obligations hereunder in compliance with any and all applicable Federal, State, and local laws, rules and regulations. 9.11 Fee Schedule: The Contractor shall adhere to the following fee schedule: Clean Yard Trash Includes grass, palm rronds, leaves, branches, shrubs, vines, trees, tree stumps, and other similar vegetative, matter generated by the maintenance of yards, gardens and landscaping. Charl!es to the City: $5.00 per cubic yard Char~es to Residents: Cars Pickups and SUVs Van or Trailer FREE FREE $10.00 per cubic yard Charl!es to contractors and landscape firms: Pickups Van or Trailer $12.00 per cubic yard $12.00 per cubic yard Q!lw Includes construction and demolition debris, household fumiture,househo1d trash, remodeling & home repair trash, white goods and mixed wastes. $8.00 per cubic yard FREE FREE $18.00 per cubic yard $20.00 per cubic yard $20.00 per cubic yard 9.12 Upon thirty (30) days prior written notice to the City, the fees set forth in Section 9.11 shall be adjusted annually, on the anniversary date of the Agreement, according to increases or decreases in the South East Consumer Price Index, up to five percent (5%). 22 · ' 9.13 Acceptable Materials: "Acceptable Materials" shall include those items set forth under Sections 5.3, 5.6, 5.12, 5.13, 5.26, 5.32, 5.33, and 5.34. Any waste containing biohazardous waste, hazardous waste, industrial waste, infectious waste, or garbage shall not be deemed Acceptable Material. Contractor shall be responsible for disposing of all Acceptable Materials delivered to the Facility. All disposal shall be in accordance with current City, County, State and Federal laws and regulations. 9.14 Indemnification: Contractor shall indemnify, defend and save the City harmless rrom and against any and all claims or causes of action (whether groundless or otherwise) by or on behalf of any persons, firm regarding corporation, for personal injury or property damage, or other occurring upon the Facility, or in connection with the Facility, occasioned in whole or in part by any of the following: a. an act of omission on the part of the Contractor or any employee, agent, invitee, or guest, assignee or subcontractor of Contractor; b. any misuse, neglect, or unlawful use of the Facility by the Contractor; and/or c. any breach, violation, or nonperformance of any undertaking by the Contractor under this Agreement. Contractor agrees to pay and shall pay for all damage to the Facility caused by the Contractor or any employee, guest or invitee of the Contractor. 23 10. CONTRACTOR'S PERSONNEL. 10.1 Contractor's Officer( s ): Contractor shall assign a qualified person or persons to be in charge of the operations within the service area. Contractor shall give the names of these persons to the City. Information regarding the person's experience and qualifications shall also be furnished. Supervisory personnel must be available for consultation with the City Manager or his designee within a reasonable, practicable time after notification of a request for such consultation. The supervisor(s) shall operate a vehicle which is radio equipped. 10.2 Customer Service Re.presentative: Contractor shall assign a qualified person or persons to be a Custormer Service Representative. The Custormer Service Representative shall be responsible for ensuring the prompt and satisfactory resolution of customer complaints and requests for information. The Custormer Service Representative shall also be responsible for faxing the Bulk Waste Pick-up and Customer Complaint Registers to the Director of the City's Sanitation Department, as required by sections 8.2 and 15.1 herein. 10.3 Conduct of Employees: Contractor shall see to it that its employees serve the public in a courteous, helpful and impartial manner. Contractor's collection employees will be required to follow the regular walk for pedestrians while on private property. No trespassing by employees will be permitted, nor crossing property of neighboring premises unless residents or owners of both such properties shall have given permission in writing. Care shall be taken to prevent damage to property including cans, carts, racks, trees, shrubs, flowers and other plants. 24 " ' 10.4 Employee Uniform Regulations: Contractor's solid waste collection employees shall wear a uniform or shirt bearing the company's name. Contractor shall furnish to each employee an identifying badge, not less than two and one-half (2 Yz") inches in diameter, with numbers and letters at least one (1 n) inch high, uniform in type. Employees shall be required to wear such badges while on duty. Lettering stitched on or identifying patches permanently attached to uniform shirts and jackets will be acceptable. Contractor shall keep a record of employees' names, numbers and route assignments in a manner to allow identification of employees at all times. Contractor shall provide its then current employee list to City within twenty-four (24) hours of written notice rrom the City. 10.5 Com,pliance with State. Federal and Municipal Law: Contractor shall comply with all applicable Federal, State, County and City laws, ordinances, rules and regulations including but not limited to those relating to employment, protection of the environment and safety, now or hereafter in effect. 10.6 Fair Labor Standards Act: Contractor is required and hereby agrees by execution of this Agreement, to pay all employees not less than the Federal minimum wage and to abide by other requirements as established by the Congress of the United States in the Fair Labor Standard Act as amended from time to time. 10.7 Each vehicle operator shall, at all times, carry a valid driver's license for the type of vehicle that is being driven. 10.8 Contractor shall provide operating and safety training for all personnel. 10.9 Contractor shall, wherever possible, employ its personnel rrom residents of the City. 25 " ' ~ ' 10.10 No person shall be denied employment by Contractor for reasons of race, sex, national origin, creed, age, physical handicap, sexual orientation or religion. 11. CONTRACTOR'S OFFICE. 11.1 Contractor shall provide, at its expense, a suitable office located within or in close proximity to Miami-Dade County, with adequate staff and telephone service, with a telephone number dedicated solely for Miami Beach residents to handle and resolve all incoming complaints and requests for information, between 8:00 A.M. and 5:00 P.M., Monday through Friday, of each week excluding holidays. Between the hours of 5:00 P.M. and 8:00 A.M., Monday through Friday, and all day on Saturday and Sunday, including holidays, the Contractor shall provide and maintain an answering machine or service to receive all incoming calls and complaints. All calls received by the answering machine or service shall be responded to the following working day, in accordance with the provisions included in Section 15. 11.2 Notification to Customers: The Contractor shall notify all customers, in writing, about complaint procedures, rates, regulations, and the days of collection and procedures for special pick-ups, including white goods and bulk items. 12. PAYMENT AND BILLING. 12.1 Compensation: The City shall pay Contractor compensation for the performance of this Agreement, the sum of fifteen dollars and thirty five cents ($15.35) per month, per single family house, townhouse or duplex, and fourteen dollars and ninety cents 26 1, ' ~ ' ($14.90) per month, per multi-family facilities of eight (8) or fewer permanent living units. Compensation sums are based on the unit prices submitted in Contractor's response to RFP No. 101-99/00 dated June 9, 2000, and are subject to any conditions or deductions as provided herein. Contractor's Unit Price Schedule for solid waste and yard trash collection shall include disposal costs and all costs for services to be provided herein, except where additional fees, increases or services are specifically provided herein. Contractor shall submit an invoice by the 10th of each month for services rendered during the preceding month, and payments will be made to Contractor on or before the 20th day of each calendar month upon verification of the invoice subrnitted. 12.2 Billing Procedures: On the first day of each month the contract payment(s) for Residential Solid Waste Collection and Yard Trash Collection shall be adjusted to correspond with the occupancy of existing or new buildings and the demolition of old buildings. The adjustment made on the first day of each month shall be for buildings either occupied or demolished during the second month preceding the adjustment; for example, any change which is made on June 1 of any year will be for buildings occupied or demolished in April of the subject year. Any existing unit shall be considered unoccupied whenever the City has temporarily terminated water service, at the customer's request only. Any new unit shall be considered to be occupied when a certificate of occupancy has been issued and water service has been provided to the unit's occupant(s). Proof of demolition shall be demolition permits issued by the Building Department. The Contract adjustments will be based on unit costs 27 · , included in the Contractor's original bid. The City will notifY the Contractor of any existing unit that is considered unoccupied and of any new unit that is considered to be occupied. 12.3 Adjustments in Diiwosa1 Costs: The parties acknowledge that the contract is based on the current Miami-Dade County Tipping Fee at time of award. However, it is recognized that, rrom time to time, the actual cost charged to the Contractor by a disposal agency for disposal of refuse at the disposal site may change. In the event of such change in the tipping fee, Contractor may request, and the City upon submission of sufficient proof of such change may grant, such increase in contract price for the disposal cost as will compensate for the actual change of disposal cost. Decreases in disposal costs shall be cause for a like decrease in contract price. 12.4 Unusual Chan~es or Costs: Contractor may petition the City for rate adjustments at reasonable times on the basis of unusual changes in its cost of doing business, such as revised laws, ordinances or regulations, or changes in location of disposal sites, and such requests shall not be unreasonably refused. Prior to allowing any increase, the Contractor must submit all records and information reasonably requested by the City as would support the requested increase, which request shall be submitted to the City of Miami Beach Commission for its consideration. Any of the aforesaid changes or any other conditions which occur that substantially reduce Contractor's 28 · ' cost shall entitle the City to receive a unit rate decrease in proportion to the decrease in Contractor's cost. 12.5 CONSUMER PRICE INDEX. Beginning on the anniversary date of this Agreement and upon each anniversary thereafter, the compensation paid rrom the City to the Contractor pursuant to the Agreement shall be adjusted, upwards or downwards, as the case may be, by the percent increase or decrease, since the date of the last annual adjustment, in the Consumer Price Index for Consumers (all items), Southeast United States, as published by the United States Department of Labor, Bureau of Labor Statistics, which adjustment shall not exceed 5 percent (5%) per year. 13. CONTRACT PERFORMANCE. 13.1 Contractor's performance pursuant to this Agreement shall be supervised by the City Manager or his designee. If at any time during the life of the Agreement, performance is considered unsatisfactory by the City Manager or his designee, Contractor shall immediately take all steps necessary and procedures to properly perform under the Agreement, including but not limited to increasing the workforce, tools and equipment as needed to properly perform this Agreement. The failure of the City Manager or his designee to give such notification shall not relieve Contractor of its obligation to perform the work at the time and in the manner specified by the Agreement. If the Contractor fails to immediately restore 29 ',' " ' performance to a satisfactory level, the City may, at its sole discretion, take such steps as are deemed necessary to safeguard the health and well being of the residents. The cost of any such actions shall be charged to the Contractor. 13.2 Contractor shall furnish the City Manager or his designee any information relating to the Agreement to ascertain whether or not the work, as performed, is in accordance with the requirements of the Agreement. 13.3 The City Manager may appoint qualified persons to inspect Contractor's operation and equipment at any reasonable time, and Contractor shall admit authorized representatives of the City to make such inspections at any reasonable time and place. 13.4 The failure of the City at any time to require performance by Contractor of any provision thereof shall in no way affect the right of the City thereafter to enforce same, nor shall waiver by the City of any breach of provisions hereof taken or held to be a waiver of any breach of such provision or as a waiver of any provision itself. 14. COOPERATION/COORDINATION. 14.1 The City and its authorized representatives shall at all reasonable times be permitted rree access and every reasonable facility for the inspection of all work, equipment and facilities of Contractor, as well as any City facilities controlled by the Contractor pursuant to this Agreement. 14.2 Contractor shall cooperate with authorized representatives of the City in every way in order to facilitate the quality and progress of the work contemplated under this Agreement. Contractor shall have at all times a competent and reliable English 30 " " speaking representative on duty authorized to receive orders and to act for Contractor in the case of its absence. 15. COMPLAINTS AND COMPLAINT RESOLUTION. 15,1 Complaints: Contractor shall prepare, in accordance with the format approved by the City, and maintain a register of all complaints and indicate the disposition of each complaint. Complaints shall be identified and such record shall be available for City inspection at all times during business hours. The form shall indicate the date and time on which the complaint was received and the date and time on which it was resolved. All complaints shall be addressed within a 24 hour period, except when a complaint is received after 12:00 noon on the day preceding a holiday, or on a Saturday or Sunday, in which case the complaint shall be resolved not later than the next working day. A weekly listing of all the complaints filed and of their disposition shall be faxed to the Director of the City's Sanitation Department, at the end of each week. Legitimacy of challenged complaints shall be determined on the basis of a joint inspection by the City Manager and a representative of Contractor. Disputes shall be referred to the City Manager or his designee, whose decision shall be final. 15.2 Complaint Resolution: The following events shall be considered Events of Default for the purposes of Section 20 of the Agreement: 1) Complaints in any calendar month In excess of 0.25% of the residential customers serviced per month. 31 · , 2) Not resolving complaints ofrnissed services within twenty-four (24) hours six (6) times in any calendar month. 3) Not meeting the criteria established in a response approved by the City Manager for handling customer complaints; said process to be subrnitted within two (2) weeks of the City Commission approval of this Agreement. 15.3 Dispute about Collection of Certain Items: It is recognized that disputes may arise between the City and Contractor with regard to the collection of certain items due to disputes over the specific language of the Agreement. The City Manager may rrom time to time notifY Contractor by telephone and/or facsimile to remove all such refuse. Should Contractor fail to remove the refuse within twenty-four (24) hours rrom time of notification, the City may do so, and all costs incurred by the City shall be deducted rrom compensation due Contractor. Notice of the amount deducted shall be given to Contractor. If it is determined that the disputed refuse did not conform to the specifications of this Agreement, the Contractor shall be entitled to reimbursement ofthe deduction. 16. SUBCONTRACTORS. Subcontractors will not be permitted under the terms of this Agreement without the prior written consent of the City, which consent shall not be unreasonable withheld. 32 ., " 17. PERFORMANCE BOND. 17.1 Amount of Bond: Contractor shall, upon execution of this Agreement by both parties and prior to the commencement of the services under the Agreement, furnish to the City a Performance Bond in the penal sum as stated below for the payment of which Contractor shall bind itself for the faithful performance of the terms and conditions of this Agreement: Said performance bond will be fifty percent (50%) of the Agreement amount, as calculated in Contractor's response to RFP No. 101-99/00, dated June 9, 2000, and as adjusted annually on the anniversary date of the Agreement. 17.2 Form of Bond: The form of the Performance Bond shall be as set forth in RFP No. 101-99/00, dated June 9, 2000, and shall continue in full force and effect throughout the term ofthis Agreement, and any extensions thereof. 17.3 Qualification of Surety: The Performance Bond must be executed by a Surety Company of recognized standing, authorized to do business in the State of Florida and having a resident agent in Miami-Dade County. The Surety Company shall hold a current Certificate of Authority as acceptable surety on Federal Bonds, in accordance with U.S. Department of Treasury Circular 570, in Current Revision. The Performance Bond will not be accepted unless it is within the limits set forth in the Certificate of Authority rrom the Department of Treasury. 33 · , " ' 18. INSURANCE AND INDEMNIFICATION. 18.1 At all times during the term of this Agreement, Contractor shall maintain in full force and effect, at its sole cost, the insurance and indemnity provisions set forth in RFP No. 101-99/00, dated June 9, 2000. 19. DAMAGE TO OR DESTRUCTION OF EOUlPMENT. If any item of equipment is damaged, destroyed, or stolen by an event which is covered by insurance, Contractor will utilize the insurance proceeds to repair or replace said equipment. If the insurance proceeds are insufficient or the equipment has been damaged or destroyed by an uninsured casualty, Contractor shall invest the additional funds needed to repair or replace the equipment. 20. EVENTS OF DEFAULT BY CONTRACTOR Each of the following events or conditions shall constitute an event of default by Contractor: a) Any material failure by Contractor to perform or comply with the terms and conditions of this Agreement, including the failure of Contractor to meet the standards of performance as defined in Section 12 herein, and said failure continues for thirty (30) days after Notice to Contractor demanding that such failure be cured. b) Filing by or against Contractor or the Performance Bond surety of a bankruptcy, receivership, assignment for the benefit of creditors, liquidation, 34 , , dissolution, composition or reorganization petition, or other insolvency proceeding. c) If the services under the Agreement shall be vacated or abandoned by Contractor during the term of this Agreement for a period of seven (7) days or more. d) Any representation or warranty furnished by Contractor in this Agreement is found to be false or misleading in any material respect when made. e) Failure to abide by the complaint resolution standards set forth in Section 15.2. 21. REMEDIES UPON DEFAULT BY CONTRACTOR In the event of default by Contractor, the City may, without election of remedies: a) Without recourse to legal process, immediately terminate the Agreement by delivery of a Notice declaring termination (which shall become effective upon receipt by Contractor), whereupon Contractor shall, at its sole cost, remove the equipment. b) Seek recovery on the Performance Bond. c) Exercise all remedies available at law or at equity or other appropriate proceedings including bringing an action or actions rrom time to time for recovery of amounts due and owing to the City, and/or for damages which shall include all costs and expenses reasonably incurred in exercise of its remedy, and/or for specific performance. 35 , , '. ' 22. TERMINATION FOR CONVENIENCE BY THE CITY 22.1 THE CITY COMMISSION OF THE CITY, IN ADDITION TO THE RIGHTS AND OPTIONS TO TERMINATE SET FORTH IN SECTIONS 20 AND 21, OR IN ANY OTHER PROVISIONS SET FORTH IN THIS AGREEMENT, RETAINS THE RIGHT TO TERMINATE THIS AGREEMENT AT ITS SOLE OPTION AT ANY TIME FOR CONVENIENCE DURING THE PERIOD WHICH FOLLOWS THE DATE OF COMMENCEMENT OF WORK HEREUNDER, AND CONTINUING FOR THE TERM OF THIS AGREEMENT, WITHOUT CAUSE AND WITHOUT PENALTY, WHEN IN ITS SOLE DISCRETION IT DEEMS SUCH TERMINATION IS IN THE BEST INTEREST OF THE CITY. 22.2 Said termination for convenience shall become effective thirty (30) days following receipt by Contractor of a written termination notice. In that event, the City shall compensate Contractor in accordance with the Agreement for all services actually performed by Contractor. Such payment shall be the total extent of the City's liability to Contractor upon a termination as provided in this Section. 23. VENUE This Agreement shall be enforceable in Miami-Dade County, Florida, and iflegal action is necessary by either party with respect to the enforcement of any and all the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. 36 · . " ' 24. LIMITATION OF LIABILITY. The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's maximum liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds a maximum of one hundred thousand ($100,000.00) dollars. Contractor hereby expresses its willingness to enter into this Agreement with recovery rrom the City for any damage action for breach of contract to be its actual damages but in not event to exceed a maximum one hundred thousand ($100,000.00) dollars. Accordingly, and notwithstanding any other term or condition of this Agreement, Contractor hereby agrees that the City shall not be liable to Contractor for damages in an amount in excess of one hundred thousand ($100,000.00) dollars pursuant to this Agreement, for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this subparagraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon City's liability as set forth in Florida Statutes, Section 768.28. 25. REPRESENTATION AND WARRANTIES OF CONTRACTOR Contractor warrants and represents to the City that: a) It has all requisite power, authority, licenses, permits, and rranchises, corporate or otherwise, to execute and deliver this Agreement and perform its obligations hereunder. 37 " " b) Its execution, delivery, and performance of this Agreement have been duly authorized by, or is in accordance with, its organic instruments, this Agreement has been duly executed and delivered for it by the signatories so authorized, and it constitutes its legal, valid and binding obligations. c) Its execution, delivery, and performance of this Agreement will not result in a breach of violation of, or constitute a default under, any agreement, lease or instrument to which it is a party or by which it or its properties may be bound or affected. d) It has not received any notice, nor to the best of its knowledge is there pending or threatening any notice, or any violation of any applicable laws, ordinances, regulations, rules, decrees, awards, permits or orders which would materially adversely affect its ability to perform hereunder. e) It has, or will have under its control at the date of commencement of services under this Agreement, all equipment, machinery, manpower and solid waste disposal facility necessary to perform under the Agreement. 26. APPLICABLE LAW. This Agreement and the construction and enforceability thereof shall be interpreted under the laws of the State of Florida. 38 " " 27. COMPLIANCE WITH LAW AND STANDARD PRACTICES. Contractor shall perform its obligations hereunder in compliance with any and all applicable Federal, State, and Local laws, rules, and regulations, in accordance with sound engineering and safety practices, and in compliance with any and all rules of the City relative to the service. Contractor shall be responsible for obtaining all govemmentallicenses, permits, consents, and authorizations as may be required to perform its obligations hereunder prior to the commencement of the services contemplated by this Agreement. 28. TAXES. LIENS AND FEES. At all times during the existence of this Agreement, Contractor shall pay on or before the due date all taxes, fees, and assessments which may be levied upon or in respect of the equipment, or its operation, including but not limited to commercial personal property taxes, sales taxes, and intangible taxes, and Contractor shall pay on or before the due date any other charge of any character which may be imposed or incurred by any public authority as an incident to title to, ownership of, or operation of the equipment. In the event that any lien or encumbrance of any nature relating to Contractor's equipment or the operation of maintenance thereof is filed upon the City, Contractor shall have thirty (30) days rrom the date of written notice by City to have such lien or encumbrance bonded off or discharged. 39 · , 29. NOTICES AND CHANGES OF ADDRESSES. All "Notices" to be given by either party to the other shall be in writing and must be either delivered or mailed by registered or certified mail, return receipt requested, addresses as follows: To City: CITY OF MIAMI BEACH, CITY MANAGER'S OFFICE 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 ATTENTION: MATTHEW SCHWARTZ, ASSISTANT CITY MANAGER WITH A COpy TO: CITY OF MIAMI BEACH, CITY ATTORNEY'S OFFICE 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 ATTENTION: MORRAY H. DUBBIN, CITY ATTORNEY To Contractor: BFI WASTE SYSTEMS OF NORTH AMERICA, INC. 3840 N.W. 37TH COURT MIAMI, FLORIDA 33142 ATTENTION: JIM SAGE WITH A COpy TO: WEISS, SEROTA, HELFMAN, PASTORIZA & GUEDES, PA 2665 SOUTH BA YSHORE DRIVE, SUITE 420 MIAMI, FLORIDA 33133 ATTENTION: NINA BONlSKE, ESQUIRE or such other addresses as either party may hereinafter designate by a Notice to the other. Notices are deemed delivered or given and become effective upon mailing if mailed as aforesaid and upon actual receipt if otherwise delivered. 40 · , 30. NO WAIVER. The failure of Contractor or the City to insist upon the strict performance of the terms and conditions hereof shall not constitute or be construed as a waiver or relinquishment of either party's rights to thereafter enforce the same in accordance with this Agreement in the event of a continuing or subsequent default on the part of Contractor or the City. 31. SEVERABILITY. In the event that any clause or provision of this Agreement or any part thereof shall be declared invalid, void or unenforceable by any court having jurisdiction, such invalidity shall not affect the validity or enforceability of the remaining portions of this Agreement. 32. ASSIGNMENT. The selection of Contractor as the service provider under this Agreement is based upon its experience, capability and financial ability to perform the work. Contractor shall not assign, delegate or subcontract any of the rights or obligations under this Agreement without the prior written consent of the City. 33. COMPLETE AGREEMENT. This Agreement, when executed, together with all Exhibits attached hereto as provided for by this Agreement, shall constitute the entire Agreement between both parties and this Agreement may not be amended, modified or terminated except by writing signed by the parties hereto. 41 · , 34. RFP AND AGREEMENT INCORPORATED BY REFERENCE. RFP No. 101-99/00, dated June 9, 2000, together with all amendments thereto, and Contractor's proposal in response thereto are hereby incorporated by reference into this Agreement. In construing the rights and obligations between the parties, the order of priority in case of conflict between the documents shall be as follows: (1) This Agreement (2) RFP No. 101-99/00, together with all amendments thereto. (3) Contractor's proposal in response to RFP NO.1 01-99/00. 35. FURTHER DOCUMENTS. The parties shall execute and deliver all documents and perform all further acts that may be reasonably necessary to effectuate the provisions of this Agreement. 36. INDEPENDENT PARTIES. Nothing contained in this Agreement shall be deemed or construed for any purpose to establish, between City and Contractor, a partnership or venture, a principal agent relationship, or any relationship other than property owner and independent contractor. 37, TIME OF THE ESSENCE. Time is of the essence with respect to each and every term and condition ofthis Agreement. 42 . , IN WITNESS WHEREOF, and intending to be legally bound, the parties hereto subscribe their names to this instrument on the date first above written. Signed, Sealed and Delivered in the presence of: ATTEST: BFI WASTE SYSTEMS OF NORTH AMERICA, INC. æ~~>zt-~ !'~J 1">7~v /I1r:--r/~"IJ_ ATTEST: CITY OF MIAMI STATE OF FLORIDA ) ) ) ~A Neisen O. Kasdin, Mayor APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION ~f.~ City Clerk SS: Aj~ ufJ..lJ~ (j-2--7-rw /~ bala I HEREBY CERTIFY, that on this day, before me, an officer duly authorized in the State and County aforesaid to take acknowledgements, personnally appeared .\ i1NU:~ ~e , and he/she executed the foregoing document, rreely and voluntarily. Said person is ~personally known to me, or _ has produced (specifY type of identification) and who ~ did, or _ did not, take an oath. COUNTY OF MIAMI-DADE Witness my hand and official seal in the County and State last foresaid this ~ day of _ðt'Jt:>btí , 2000. RIAlkw(f:\WOIU.\SAlL\JAQUÐaJUJCJ!lJlfII<JAAJICOLLBFI) Print ofStarnp Name: Notary Public, State of Florida at Large . . ." ''''"'',\j. EiCHAR Commission No.: (';;:':r:';~~~ ,,,y Comm Exp. 51081<001 My Commission Expires' :-o,'L"'-'C)'. SondedBYSorvIcolns . \ '--' No. CC64S!~ 1e__1101h0rI.D. .' 43 xxx 1. xxx 2. xxx 3. xxx 5. xxx 7. xxx 8. xxx 9. INSURANCE CHECK LIST Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. Commercial General Liability (occurrence form), limits ofliability $1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products and Completed Operations; Independent Contractors; Broad Form Property Damage Endorsement and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). Automobile Liability - $1,000,000.00 each occurrence -ownedlnon-ownedlhired automobiles included. 4. Excess Liability - $ .00 per occurrence to follow the primary coverage. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: _ Builders Risk completed value _ Liquor Liability _ Fire Legal Liability _ Protection and Indemnity _ Employee Dishonesty Bond _ Other-Professional Liability $ $ $ $ $ $1,000,000 Thirty (30) days written cancellation notice required. A rating ofB+:VI or better in Best's Key Rating Guide, latest edition. The certificate must state the bid number and title BIDDER AND INSURANCE AGENT STATEMENT: We understand the Insurance Requirements of these specifications and that evidence of this insurance may by required within five (5) days after bid opening. 8P~ ",~s-,c. s'lS"{"I!".,s. "-'F ¡!/PIf-(7,j/;>r,Ã-'<-f-, ~. Bidder RFP NO.: DATE: !/ 101-99/00 June 9, 2000 CITY OF MIAMI BEACH 37 , ...... ACORD,"IIIIÎî!f¡IIIIIIIÎIIÎI'.ÎII.IIIIII~III~I~I.·········10;_~t";.~gr;J THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. COMPANIES AFFORDING COVERAGE 19380-004 {PHIX COMPANY American Home Assurance Company A 19445-001 lPH1XJ COMPANY National Union Fire Ins. Co. of Pittsburgh, PA B 23817-002 (PHIX¡ COMPANY Illinois National os. Co. e '.42~-oo4 IPHI~I COMPANY Ins. Co. of the State of PA D PRODUCER Willis of Arizona. Inc. 11201 North Tatum Blvd. Suite 300 Phoenix AZ 85028 (602) 787-6000 201101 Becky Still. CIC INSURED ALLIED WASTE INDUSTRIES, INC. (NAMED INSD. CON.T BELOW) 15880 N. GREENWAY-HAYDEN LOOP, SUITE 100 COTTSDALE AZ 85260 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TeRMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, co TYPE OF INSURANCE POUCY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LTR DATE (MMIDDfYV) DATE (MMIDD/YY) LIMITS A GENERAL LIABILITY GL6123083 3O-SEP-1999 01-JAN-2001 GENERAL AGGREGATE $ 10,000,000 X COMMERCIAL GENERAL LIABILITY PROQUCTS-CQMP OP AGG $ 5,000,000 CLAIMS MADE ŒJ OCCUR PERSONAL & ADV INJURY $ 2,500,000 OWNER'S & CONTRACTOR'S PROT EACH OCCURRENCE $ 2,500,000 FIRE: DAMAGE An one fire $ 100,000 MED EXP An one erson A AUTOMOBILE LIABILITY CA5347426 3O-SEP-1999 01-JAN-2001 5,000,000 X CA5347427 3O-SEP-1999 COMBINED SINGLE LIMIT $ A ANY AUTO 01-JAN-2001 ALL OWNED AUTOS BOOIL Y INJURY (PerþØrson) $ SCHEDU!..ED AUTOS X HIRED AUTOS BODILY INJURY $ X NON.QWNED AUTOS (Per accident) PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY· EA ACCIDENT ANY AUTO OTHER THAN AUTO ONLY: EACH ACCIDENT $ AGGREGATE B EXCESS LIABILITY BE3574237 3O-SEP-1999 01-JAN-2001 EACH OCCURRENCE $ 5,000,000 X uMBRELLA FORM AGGREGATE $ 5,000,000 OTHER THAN UMBRELLA fOAM A WORKERS COMPENSATION AND 3O-SEP-1999 01-JAN-2001 OTH- C EMPLOYERS' LIABILITY 3O-SEP-1999 01-JAN-2001 $ 1,000,000 A THE PROPRIETORJ 3O-SEP-1999 01-JAN-2001 $ 1,000,000 PARTNERS/EXECUTIVE EL DISEASE-POLICY LIMIT D OFFICERS ARE' 3O-SEP-1999 01-JAN-2001 EL DISEASE-EAEMPLOYEE 1,000,000 OTHER DESCRIPTION OF OPERATIONSfLOCATIONS{VEHICLES/SPECIAL ITEMS SEE ATTACHED CITY OF MIAMI BEACH 1700 CONVENTION CENTER DR MIAMI BEACH FL 33139 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCElLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBUGATfON OR LIABILITY KIND UPON E COMP ITS A ENTS OR REPRESENTATIVES. PRESENT T .. . .. ............................................. ......... ·.·.·.·i~Ädð¡¡biS6¡¡ìiØIDìiiQN1ü¡î'? \ WillIs ...............................IN.·.·.··.......···...·I!!.·.··............Îìï.·.....·····..i'r.·........··.··....·.......·I··...Ê......·..·........I···.jN.··.·.·.·.............. ^..........\.i'r........................I!!.............................."..........................Ê......................·......·...·.·.·....."1.·...··..····..O.·...·...·.···...··.l.I.·.···.·.··.·.·...m..........··.·.··.. ^.··.·.·.·.·.·.I..."I....·..·.···...".·.·.·......·..···...E..·................... \\;\r..'((',·rrrr··.r ISSUE DATE IMMJDD/YY) ........~ç.JJ~.\.. E;.....~m~(ç¡.....~·.E;......U!!.ii¡i;1.~..JJ.mr!1·~ç¡..... \\.;(þÄ.ø~\·..·~QFg.\...... 19-0CT-2000 SUED AS A MA ER OF INF RMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE ATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 201101 PRODUCER Willis of Arizona, Inc. 11201 North Tatum Blvd. Suite 300 Phoenix AZ 85028 (602) 787-6000 INSURED ALLIED WASTE INDUSTRIES. INC. (NAMED INSD. CON.T BELOW) 15880 N. GREENWAY-HAYDEN LOOP. SUITE 100 SCOTTSDALE AZ 85260 Becky Still. CIC THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE USTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUEO OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSURANCE POLICY NUMBER , I POLICY EFFECTIVE POLICY EXPIRATION DATE MM DD Y DATE MM DD LIMITS DESCRIPTION OF OPERATIONS/LOCATIONS/YEHICLES/SPECIAL ITEMS NAMED INSURED INCLUDES - BFI WASTE SYSTEMS OF NORTH AMERICA, INC. Workers Compensation - Additional Policy: Insurance Company Policy * WC3475107 Eff./Exp. Dates American Home Assurance 09/30/99 - 01/01/01 Employers Liability (Stop Gap) coverage for Monopolistic States is included: $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Limit Each Employee CITY OF MIAMI BEACH 1700 CONVENTION CENTER OR MIAMI BEACH FL 33139 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL ~ DAYS WRITTEN NOncE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBUGATtON OR LIABIlITY OF ANY KIND UPON T COMPA ITS AGENTS OR REPRESENTATIVES. UTH RIZE EPRESEN A E CtYA SurelY , DnJ 1f1...l t' J)~" Lii,) PI'" ~ tVoX Û¥' U"t PERFORMANCE BOND Bond No.929170196 KNOW ALL MEN BY THESE PRESENTS: That we, BFI Waste Systems of North America, Inc. 3840 NW 37th Court Miami FL 33142 as Principal, and the National Fire Insurance Company of Hartford , a r.T corporation. as Surety, subject to the Conditions, Limitations and Exclusions of this Perfonnance Bond, are fl!lIÙY bound unto City of Miami Beach 1700 Convention Center Drive Miami Beach FL 33139, hereinafter referred to as the Obligee, for such monetary amount as incurred by the Obligee, not to exceed the penal sum of Five Hundred Eiohtv Seven Thousand Dollars ($587.000.00 ), as may be required to remedy any contractual default by the Principal in the performance of that certain written contract between Principal and Obligee dated for Residential Solid Waste Collection hereinafter referred to as the Contract; for the payment hereof, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally. CONDITIONS The obligation of this Performa¡1ce Bond shall be null and void unless: (I) the above Contract is in writing, and has been fully executed by both the Principal and the Obligee; (2) the Principal is actually in defaul1 under the above Contract, and is declared by the Obligee thereafter to be in default; (3) the Obligee has performed all of the obligations of the Obligee under the above Contract; and (4) the Obligee has provided written notice of the default to the Surety as promptly as possible. and in any event, within ten (10) days after such default. LIMITATIONS AND EXCLUSIONS The Surety, as the sole election and discretion of the Surety, may take any of the following actions: (I) With notice to the Obligee. provide fmancial assistance to the Principal to remedy any contractual defaul1 by the Principal; or, (2) Undertake the completion of the above Contract by the Surety, through its agents or through independent contractors; or, (3) Determine the amount for which the Surety may be liable to the Obligee, and as soon as a practicable thereafter, tender payment thereof to the Obligee; or, (4) Pay the full amount of the above penal sum in complete discharge and exoneration of this Performance Bond, and of all liabilities of the Surety relating thereto. If the Surety so elects to act, an payments and expenditures by the Surety shan be applied against the above penal sum and in reduction of the limit ofliability of the Surety. Performance Bond - 2- The obligation of this Performance Bond Shall not include liability for loss, cost, damage, fmes, penalties or expense (including attorney's fees) from personal injury (including death), or from property damage (including environmental impairment or cleanup), or from any criminal or tortious act arising out of the performance, default or completion of the above Contract, nor shall the Surety obligated to provide or maintain any policy or undertaking of liability insurance This bond is for a one year term beginning October 18, 2000 . In the event of default by the Principal in the performance of the contract during the term of this bond, the Surety shall be liable only for the direct loss to the Obligee due 10 actual excess costs ofperfonnance of the contract up to the termination of this term of this bond. No suit shall be brought on this bond after one year following its termination. Neither non-renewal by the Surety. nor failure or inability of the Principal to file a replacement bond, shall constitute loss of the Obligee recoverable under this bond. The bond may be extended for additional terms at the option of the Surety, by continuation certificate executed by the Surety. The Obligation of this Performance bond inures solely to the benefit of the obligee. No right of action shall accrue under this Performance Bond to or for the use of any person, fmo, corporation, public or privale entity other than the obligee. In the event that the Obligee is comprised of more than one person, fmo corporation, public or private entity, the conditions, limitations and exclusions of this Performance Bond .shan apply jointly and severally to each and an constituents of the Obligee, and the aggregate liability of the Surety to the Obligee shan in no event exceed the above penal sum. The consenl of the Surety shan be required with regard to any changes or alterations in the above Contract including, but nOllimited to, where the cost thereof, added to prior changes or alterations, causes the aggregate cost of all changes and alterations to exceed 10 percent of the original contract price, or where the completion thereof is eXlended by more than 90 days. No right of action shan accrue under this Performance bond unless demand is brought by suit, action or other legal proceeding commended against the Surety within one year after the day that the Principal last performed labor or supplied material for the above Contract. Any and all claims and causes of action (including warranty requirement or the remedy of latent defects) not so commended shall be deemed extinguished and forever barred from action under this Performance Bond. In the event of conflict or inconsistency between the provisions of this Performance Bond and the provisions of the above Contract, the provisions of this Perfonnance Bond shan control, or the obligation of the surety be deemed nun and void to the extent of any enlargement or augmentation 10 the liabilities of the Surety prescribed by this Performance Bond. BFIWaste Systems of North America, Inc. ~~~2ßMUj_! Theresa S r.:::>w Power of Attorney Principal National Fire Insurance Company of Hartford By ¿rtf2lh¡ {J0~/v)'AJd Esther C. Jimenez Attorney-in-fact 1411 Opus Place Downers Grove, IL 60515 NOTARIAL ACKNOWLEDGEMENT STATE OF ILLINOIS COUNTY OF DUPAGE On this 18th day of October, 2000, before me, a Notary Public of the State and County aforesaid, residing therein, duly commissioned and sworn, personally came Theresa Snow, to me known, who being by me duly sworn accordingly to law, did depose and say that she resides in Illinois; that she is an Attorney-in-Fact for Allied Waste Industries, Inc. and its subsidiaries, and that she executed and delivered such instrument on behalf of said corporation as its voluntary act and deed for the uses and purposes therein mentioned. My Commission Expires: ~. "OFfiCIAL SfAL" BECKY L '1A;;DIN Notary PubHc, St8.te of lHìnois \. My Commission :-=xr:¡r-:~$ 06/22!()~:). . ""....,--..~/., -,', "',"""""""...../'"....;".... NOTARIAL ACKNOWLEDGEMENT State of Illinois County of DuPage On this 18th day of October, 2000, before me, a Notary Public of the State and County aforesaid, residing therein, duly commissioned and sworn, personally came Esther C. Jimenez, to me known, who being by me duly sworn according to law, did depose and say that she resides in Illinois: that she is an Attorney-in-Fact of the National Fire Insurance Company of Hartford, a corporation described in and which executed the foregoing instrument: that she knows the seal of said corporation: that it was so affixed by order of The Board of Directors of said corporation and that she signed this name thereto by like order: that she executed and delivered such instrument on behalf of said corporation as its voluntary act and deed for the uses and purposes therein mentioned. My Commission Expires: "OFi-jC~)..L SEAL" :( ~ SECKY L. RARDIN ~ Notary Public, State of l1:inois M~~~::.,;:.~,~¡~n, ".~)'p~i,~e.:~. ~~.~?,::~'~.> ~.)' jU¿~ ot ub ic) ALLIED WASTE IN D U S T R IE S, INC. POWER OF ATTORNEY Allied Waste Industries, Inc., incorporated under the laws of the State of Delaware, and having its chief place of business at 15880 N. Greenway-Hayden Loop, Suite 100, Scottsdale, Arizona, 85260, hereby makes, constitutes and appoints Weible, Cahill & Company, LLC, acting through and by William P. Weible or William F. Cahill, Becky Rardin, Theresa Snow or Molly Moran, its true and lawful attorney and affix its corporate seal to and deliver for an on behalf as surety thereon or otherwise, bonds of any of the following classes, to wit: I. Surety bonds and/or bid bonds to the United States of America or agency thereof, including those required or pennitted under the laws or regulations relating to Customs or Internal Revenue; license and penn it bonds or other indemnity bonds under the laws, ordinances of regulations of any state, city, town, village, board, other body organization, public or private; bonds to transportation companies; lost instrument bonds; lease bonds, worker's compensation bonds; miscellaneous surety bonds; and bonds on behalf of notaries public; sheriffs, deputy sheriffs and similar public officials. 2. Surety bonds and/or bid bonds on behalf of Allied Waste Industries, Inc. and its subsidiaries, included, but not limited to, Allied Services, LLC, Allied Waste Systems, Inc., Allied Waste Transportation, Inc., American Disposal Services of Missouri, Inc., and BFI Waste Systems of North America, Inc., in connection with bonds, proposals, or contracts. To sign and seal all bid bonds and surety bonds on behalf of Allied Waste Industries, Inc. and its subsidiaries, relating to the provision of solid waste collection, transportation, recycling, or disposal services by Allied Waste Industries, Inc. and its subsidiaries. Allied Waste Industries, Inc. hereby agrees to ratify and confinn whatsoever Weible, Cahill & Company, LLC shall lawfully do pursuant to this power of attorney and the procedural guidelines set forth to Weible, Cahill & Company, LLC, and until notice or revocation has been given by Allied Waste Industries, Inc. the acts of the said attorney shall be binding on the undersigned. IN WITNESS WHEREOF this POWER OF ATTORNEY has been signed this 17'" day of July, 2000, on behalf of Allied Waste Industries, Inc. by its Vice President, Legal, . Seven M. Helm. State of Arizona ) ) ss. ) County of Maricopa Sub&cribed and sworn before me this 17'" ~ay of July, 2000, by Steven M. Helm. 6) .wŒf L WE.... Notary Publlo . "'Izona . MARICOPA COUNTY . ..-: My Commlssicn Ex.~.!rss - ."1 JANUARY 14, .(;':::3 15880 N. Greenway-Hayden Loop, Ste 100/ Scottsdale, AZ 85260 /480.627.2715/480.627.2704 FAX POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All M~n By These Presents. That CONTINENTAL CASUALTY COMPANY. an Illinois corporation. NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, a Connecticut corporation, AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA. a Pennsylvania corporation (herein collectively called "the eee Surety Companies"). are duly organized and existing corporations having their princIpal offices in the City of Chicago, and State of illinois. and that they do by virtue of the signature and seals herein affixed hereby make. constitute and appoint William P. Weible. Molly M. Moran. Lori A. Noggle, WilHam Cahill. Kimberly Sawicki, Deborah Buss. Esther C. Jimenez. Becky L. Rardin, Theresa A. Snow. Individually of West Chicago. Illinois } J their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign. sear and execute for and on their behalf bonds. undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney, pursuant to the authority hereby given are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Laws and Resolutions, printed on the reverse hereof, duly adopted. as indicated. by the Boards of Directors of the corporations. In Witness Whereof, the CCC Surety Companies have caused these presents to be signed by their Group Vice President and their corporate seais to be hereto affixed on this 24th day of August 2000 CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA ~-ch.-( ~~ Michael Gengler Group Vice President State of Illinois. County of Cook. ss: On this 24th day of August . 2000 ,before me personally came Michael Gengler. to me known. who. being by me duiy sworn. did depose and say: that he resides in the City of Chicago. State of Illinois; that he is a Group Vice President of CONTINENTAL CASUALTY COMPANY. NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA described in and which executed the above instrument: that he knows the seals af said corporations: that the seals affixed to the said instrument are such corporate seals: that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporations. S··························· . ·OFFICIAl SEAL": ~ ~ : DIANE FNJU<NER · : MotaIy-.ltateof_ : ~ . - () ~ My CoIMIIMloft IEIcpIra .~t.7!1?~ _; ~ My Commission Expires September 17, 2001 Diane Faulkner Notary Public CERTIFICATE I, Mary A. Ribikawskis. Assistant Secretary of CONTINENTAL CASUALTY COMPANY. NATIONAL FIRE INSURANCE COMPANY OF HARTFORD, and AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA do hereby certify that the Power of Attorney herein above set forth is still in force. and further certify that the By-Law and Resolution of the Board of Directors of each corporation printed on the reverse hereof are still i'lforçe. In testimony whereof I have hereunto subscribed my name and affixed the seals of the said corporations this 1:1 th day of Ot tober , 2000. CONTINENTAL CASUALTY COMPANY NATIONAL FIRE INSURANCE COMPANY OF HARTFORD AMERICAN CASUALTY COMPANY OF READING. PENNSYLVANIA (Rev.10/1/97) ~a Mary A. Ribikawskis Assistant Secretary