Loading...
Ordinance 98-1405ORDINANCE NO. 98-IJ05 AN ORDINANCE OF THE CITY OF LONGWOOD, FLORIDA, AMENDING CHAPTER 9, GARBAGE AND REFUSE, ARTICLE IF RESIDENTIAL SOLID WASTE COLLECTION, SECTIONS 9-21 THROUGH 9-36, PROV UING FOR THE COLLECTION OF RESIDENTIAL SOLID WASTE BY A CONTRACTOR PURSUANT TO A CONTRACT, NOT A FRANCHISEE PURHI SUANT TO A FRANCHISE AGREEMENT; PROVIDING FOR DISPOSAL AS REQUIRED BY INTERLOCAL AGREEMENT WITH SEMINOLE COUNTY; PROVIDING FOR CHARGES AND RATES: AND PROVIDING FOR RESIDENTIAL CURBSIDE RECYCLING SERVICE: PROVIDING FOR CONFLICTS, SE VERABIL.ITY AND EFFECTIVE DATE. \\'HEREAS. dte City of Longvood presently provides for the collection of residential solid waste by. fianchi— pursuant to a franchise, and WHEREAS dto City of Longwood has determined that it is in the best interests ofthe City and its residansto have the residential solid wane collected by a wntniwor Vmsnant [o a contract, and WHEREAS, his necesm y to amend CHAPTER 9, GARBAGE AND REFUSE, ARTICLE 11. RESIDENTIAL SOLID WASTE COLLECTION, SECTIONS 9-21 through 9-36 to provide for IF, w11-imt of—identiel solid waste by collection by, oantraetor pursuvnt to a contract and not a F—hi— I-- I to a fianohise: providit, far disposal Porsoeut to any imerlocal agreement between the City of Longwood and Seminole C—,, vA providing for cl�aeges and rates for wllec[iov. NOW THEREFORE BE IT ORDAINED BY THE CITY COMMISSION OF dte CH-V OF LONGWOOD, FLORIDA, AS FOLLOWS: SECTION I: CHAPTER 9 GARBAGE AND REFUSE. ARTICLE IL RESIDENTIAL SOLID WASTE COLLECTION, SECTIONS 9-21_ through 9-36 shall be emended es follows_ (O That the term "franohisee" shell be amended to "oontreotor" end dte Corm "kanchise amended to contract"[hronghom Chvpter 9. Article ll. (2) That SeF222 F}egneney of collection. snbsectian (2) shall be amended as follows: f2) Yard nvslt: At learttwica onou erclt enluidar week. Udivance No. 48-1405 Page'1'wo (3) That Sec. 9-27 Disposal shell ba amended to reed as follows: Sec. 9-27 Disposal All household reh� rec,161e materials and yard msh for disposal shall be hauled 10 or fxcilirie legally empowered to ceps a for and disposal. kls ev r lhet nr fac'I'tva�all be in ,Mllance wM D e l tarlocal Ame a r hexwee ti e CT d Cemiole Cno�by a d any ma pev ant nl� d ed n o sa d Interloaal ApJe. (4) That Sea 9-31. Cl—ge, and rate, sell be amended to read as follows: Sao.-1 Charges .rod rates. (a) the=egraes to perform the",ioes —d harem et the rarecfren dollars and sever _ its (SIO."11)per ef., perrasidemce,whieh rnte shall ittalude hargas for all hypes mP eecyclable The established herein dull represwn the rates during We flrsr year of the Danchise. Tl�e re may be adjusted annually on Query annlvarmry dare of die flanchise [o reflevti any change leS�4dISN18(5$ the and cond'i with the co tra suenr to OeCov witl�arbe C'tv of Ordinance No. 98-1405 Page Three L.uTooA. f H�sdStee:s-Bepartmentvftabor§ravvuelTate f' ii ,-ptwided vn¢; hnontxd-or'anyvthercevse b�. (b) Eamordi.ary rage adjnstmcart. The Con —., may pmiuoo the city commission at auy time for an additional r adj—m o the basis of ordi.aryata ld . s.sl ehangos m the of opera s that ..Idiot reasonably be for— by a prvden opera The Con eaots req.e shall snbnamlal p'djb dj. Thr cnti.n m s�ppon feneh Cord1e o,—hfi 1. Thacitymay 11Ily ttom the Con u.h fin[her inform may bar nablytne.ess Z ranking ite dete mdnation. TheeBde.'c'on by tl e . gram or de v ord' a e adivam �hall�at t disccefimy 3h C n n or fa'I to nerf.nn pvr otle Coe ct for(hltre t e�tm.mmary� mment (5) That Sec. 9.11 C.s —...1. and regulations shall be amended t. provide fora urcharga of tb— dollars and 75/100 per month (ft— two dollars per mund�) for onhandicapped rear door wk., and the pmvl,l.0 lb., n ie subject to 0., by the commi,,i- ,ballbe deleted. Ordinance No. 98 1405 Page Four (h) Thore shill be add,dvttew Sections 9-32 vnd 9-39 as follows: 9-37 K¢-pyi' 'U C Ter t. and C.Atds!t;' The C'id—I.r shall comply with all oftbe I—, avd ondifio s ghat et forth iu dI, Con vith the City of Longwood Pot Ill' --Lion 'f r'sideIvial solid waste 'r2F' c7 (a) Pitt Tenn. The [e of hr mstititiv act 'hail be for a five (5) year period beginning May 5, 1998 and terminating May 4, 2003. The city as the right to toihe"It", pri" othe expita ov date, ifthe bidder defaults any one fthe terms and conditions of the Contract or City Coda (b) Ont nv t Renew. The contract train batw'en the Cityund the co may be e-I&d for one (1) additional three(3) year periods at dle option of the city. The oily 'bell notify the contractor ofit,, e this .—I oplio 1, allow the Covtre e. Said notice shall be m motriti, and delivered iwo ess thaw one hundred -IV 1120) days prior to May 4. 2003. Iv the event dte city otified the Con r of its e this wal option, the Contractor sltnll notify the city of ceps or decline the renewal ofi2r_ Sudt ce'dtall be made iv wilting avd delivered to the city within tw'nly (20) days of r'c'ipl by dt' Contractor ofdl''it)'s no ce ofintean to'xer—dm wal option Itt the even the C,II—t is rmtewed, th , city stay, at the end ofthe three (3) y'ar period, either revcgatiate the tenvs and —,ditinvs of the Contract with the current Contractor or request bids Rom qualified c o provide solid w collection evd recyclhtgcs'rvi— qL' city shall notify the Con of its dec i l— thou `actor etas t one hundred w ri. (120) dal' prior to the ettd of dte anevst nn period. 0,bl n u ki . 98-1— IF— Five S—TIQN-2 CONrIAC'CS_All oemnmics orparts tituaofin mndiee boe—j"beand Hoc snore ace hwstiy �ey�nlui SGC HON 3: SEVERADIUTY. Sdo�dd miy suHon, pemgrnpl�, douse mv�ei�ce. iic�n. wcd or provisimi of Hiss orclinance be dedaced i��wlid by a wim oicomppcnt rycisdiraioq suGi 1.be aMall �io�e6ect dve validity ofH�is ordi��wrae asn wfio(e ar nny pxn beceaF am so declved to be m-lid. SEE- Q'.`a_ EFFECTIVE DA�TE. This lball lake eff- May 3, 1993. FIRST READING SECONDRIADING YASSEDANDAOORTED"II➢S i//h D4101 It-�j,— AD 1993_ i Cfcaclas C. Milas, M,, Mayor Liry of Loogwod A I TEST (mr. D l ml n fit} Clark Cit1'afio��gwooH AIR... ad as m form mid Iegdity fac cLe Hie City of l—g—,L Florida, -1, R'IurdS1 t�, R,VIE, neq 0- CONTRACT ];OR IiESiBEN'TIAL SOLID WAS'I COLLF.CHON sEll"IcT, Tltis contmcl, made as of the 4th day of Mey, 1998, by and between Ilya City of Longwood, enwi Sole County, Florida. her,ina0er inferred to as the CI"IY, and Florida R yclir� Service, 1,,l Mlviois Recycling Service. Inc. as ntitheHi d to Ni business in dte Stole df Florida. hereinafter ref red Io as the CONTRACTOR whose address is: 200 N. Perk Ave. Suite 200. SaMord-Florida 3277L Ise-lid,v'ntioa ofthe mutual p—A—wntaincd h—m the CITY vid the CONTRACTOR agree. I Ild CIONTRAC'MRS cesponsbility under this Codtraot is td provide residential solid .vazte. recycling atM yNd waste.11-i— within the City ofL-g—d, all in—i-dance with the General end Teftiml Speeifieat ns of Rid 412-981,, Solid Waste, Recycling and Ya<d Waste Collections, the Bid Form and all Bid Exhibits, as attached aIW is h.by incorporated into this --, as Exhibit "A", ( pages 19-57 of Hid 412-98), The Coalmen, shall I,, comply with all ofthd provisions of the Longwood City Code including but not limbed to, Gtapter 9, Solid West, Collet i- "fhe CONTRACTOR shall wlrinence services on Ma S,-(29L I 'tat Temr The term of the —,d1 ng winner shall be f r a five (5) year period begmoinp Mayt5 1998v,dN"`1da6dgMaT2003ryd he - expiration date, if the bided dcfauhx ut any one of the it. and conditions herein speoifi,d. Ooi do Ie Rc ew. The contract term between the City end tlic contractor may be --dad for one (1)additiddliftl,(3) year period at lheoplion afthe City. The Ciry shell notify the contractorof se this renewal option or Will die Contnel to Ierin'amte. Said noviceshah be id nl City tldeLveted not lessthan d11 hw 111ltwenty(12tdayspciorto May4,11,C.Itribeevent the City notifies fhe Contractor of its intent Io exercise thin extension opting the Contractor shall otify the City ,, its ceps or decline the extension otTec Such notice shall , made N riling acid detiveid to the Chyawidiin (20) doys df receipt by the Contnccor of Ih, City s notice of CI) the extefi.d, dptidry In dieweat the Co -d is renewed, the City may- at the end of tl etthree (3) year period, either renegafiaf, the terms end conditions of the Cdntr 11 wish the cif Contractor or request bids liotiy th, a wniractots to provide solid west, coil hdn and tee Ry N services. 'Fhe. III shell notify the Contractor 'fit, decision not less than one hundred twenty (h20) days pcior to the end of the extension period. The Cl FY shall ply the CONTRACTOR for performance pursuant to the Contract_ az specified, subject Io additions and deletions by written Ai—idments as otherwise provided in this Contrail. Services of the CON'FRACF012 .shall Ix performed i., oordination with Administrative Serviees/Utidti,s Divivion, Steve Simpkins Mamger et Ieiephone (407) 260-3470, Cdntnewal ues shall M disclosed with Rhonda Ledford, Firchasing.Neliager at (407) 260-3480 end who shall s the CITY'S repreaeniat ive Auring the perfonnonie of this Contract. The City may designate such,R1, epertmentc diviaioitil enipidlece drapnits to act in its behalfeonoerniny=the perforninnce of this mniracI AD3'It LEI - PAYMENTSTOCON'FRACT4({ The CITY shall pay to the CONTRACTOR for services perthrntcd es stored herein of the vale of "fen Dollars and ]l/100 f$10 ]I1 par Dwelling unit par monde The CONTRACTOR nay charge a sumhazge of hree dnllxra and ]s/I00 ($3.75) for nonhandicapped rear door pickup. ARTICLE - PAYMENT OF INVOICES Inveices received firm the CONTRACTOR pursuant to thu Contract wig Ix reviewed and approved by the Finance Department of the CITY, who shell determine that services Fnve been rendeed in conformity with the Coact. Upon approval the invoice shall be sent to Accounts Payable for payment Invoices must reference the curzent Ordinance Number and Date. Payment will be made by the I5tM1 day of the month fllowing the momh such service is rendered. The payment due will bo based npom the monthly number of active residential eusonxrs. ARTICLE 3 -NON-ASSIGNABILITY Any agree—, comma, or ordinance for services awarded may not be assigned or R—ferzed, nor may the duties hereunder M delegated will— the t,,— -tten permission of the City. If a Contract is awarded, amy change in majority owueahip of that company or organitmfl- shall be tsidwed a Earn ,f assignment of the Cmn a for sand eques a n rt for change i assignment must be approved by the City Commission of theCity of Longwood. ARTICLE d - TERMINATION In the event the Contractor defaults m the perfrmance of any obligations to be performed by it hereunder, City shall givethe Coo tta.ru idea nmtice of—h defult complained of to the event tiwt Con or fill or refuses Io each default within thirty (30) days from receipt of such notice, then City, tA, at its option, termltate this contraca. In the eve, default described herein, Contractor shall he liable to City for all dmreges including but not limited to r—.ble ati—q, fees and Court ts. Repeated filmre to perfrn as required by this Contact or re tative defaults ofsimJar nature shell be grounds fr the City to terminate this C.--. ARTICLES - PERSONNEL IT, CONTRACTOR mpresenm drat it has, or svill secure at its own ccpense, all necessary performel required to perform the se cunder this C--Ic Such perso 1 shill not be employees afar have any contractual relationship with the CITY. Ali of the services required herein under shall be perforated by the CON'I RAC1-OR or under its supervisioa and all personnel engaged m pert ruing the services shall be fully qualified and. if required, authori>Ld or permit od under the state and local Ivw to perform such scrviwe A.'- or sub,i-m,, in the CONrRACTOR'S key personnels may be listed in the CentractoI', Mane,— Plan herein mull be made kw —I, the CITYS ,p--,,d, prior ro end written approval gamed by the CITY b,f rc raid Ohange or subsliwtion mn became efieeti— Sce Comactor's Mvr g--,t Plan-Allachmcnl NI) ARTICLE 6- FEDERAL AND STATE t"AX The CITY isexempt Rom Fedeml'Cex and Slatefax fr Tangible Personal Property. The CITYwill sign an exemption certificate submitted by the CONTRACTOR. The CONTRACTOR shall I-,< empted from paying vies tax m their suppliers for materials to fulfill nonmetal,] obligations with till, CITY, nor shall the CONTRACTOR be authorized to ux the CITYS Tex Exemption Number m severing such materiels. The CONTRACTOR aM0 bl, responsible fr payment efits own FICA and Social Security benefits with respect to this Contact. ARTICLE ] - AVAILABILITY OF FUNDS The obligations ,f the CITY under this Contract are subject to the a B,,bitily of funds lawfully appropriated for its purpose by the Stale of Florida and the City Commission of Longwood. ARTICLE 8 - INSURANCE A. The CONTRACTOR shall procure and mainaiv during the lif of the contact certificates m pmtect egaimn claims for injuries m persons or damages to property which may se Ram or with the performance of the work hereunder by the CONTRACTORnits egen �epres employees subcon Cenifca sof III insutarmz required from the Contrametr shall be flod with the City aIlA ,Eall be subject to Is approval for adequacy and protection. Cenifirates It —the insuance carrier snaring the types ofwveage provided, limits ol'liabilrty, and expiration dates, shall IN, filed iv triplicate xith the City Mfi, operations ere oommenoed. The required certificates lfit t—,shall of obIy name the types of policies pro.id d, but s1E,f also refer specifically to IN, agreemenr and N and the above paragraph, Gordan with which such N is being famished, a d shall snare that such insurance is as by by such paragaphs of this agreeme t. Ifthe iniiiii in eexpu—prio I. the coon wa mpl¢tinofth, Cl enifieetes shall be furnishedait, ten F 0) days prior I. expiration, end shall state that such insurance Is required by such paag,pbs oftM, agreement. D- NI v¢=,,,,licias shall be issurd by companies authorized to do business under the laws ,,Che Smte of Florida with a Dests'Reting ofno less than A:VD. The CONTRAC"TOR shall famish Ceniticatcs of Insurance to the CITY, fr approval, prior to the commenecmmt of vork. The Certificate shell clearly indicate that the CONTRACTOR has obtained insurance ofthe type amount_ end clusihmlion Its required for strict complmnra wi0� this contact and dwt no rnrtwial change or eaneelletion of the insurance shall be effective without thirty 130) 1 days prior N VOnotice to the CITY Cis p-dnec with the eveCONTRACTOR foregoing requirements shnll not relithe CCONTRACTOR of its Liability and obligations under thie Contract. C. Minimum limit' o rinmrxnra.•: Workers Cum peuserI,. I nsurance- Sratmory Limits G—el Liability- Bodily 1,$5,000,OOO aggregate Prapeny Damage $ 1,000,DOO aggregate Av[omobile Liability- Bodily Injury $5,p00,0oo aggregate Properly Damage $1,000,000 aggregate D. The CONTRACTOR stall asmt.m, during the life of this Contraot, comprehensive mobile liability ins Nthe amountsofb.t less than$5,000,000 combined single limit bodily injury and $1,000,000 properly damage to protect the CONTRACTOR f— claims f r changes far bodily injury, including urongfnl death, as well as Gom claims far property damage, which may arise from the oumership, use. or vaintenance of oxmed and non -owned nwbiles, including ' mad —mobiles whether such operetiorts be by the CCNTRACTOR or by anyone&-lyo, bdirectly employed by the CONTRACTOR. ^\ E. The CONTRACTOR shall provide vnd maintain -mg the 10, oNFLE Contract, at his oast experae, Workers Compe—ioa Insurance xM Employer's Liability Insw— eovervge at n the amounts as are required by statutory Iimibs for ell Of its employees perfomung work for the CITY pursuant to this Contract. E. All'viswmce, excluding Workers Cumpereation, shall be maintained by the CONTRAC I OR and shall spe<Ifically Include [he CITY as an "Additional Insured Certificates ofltssururcz slwll elm contain a valid provision or endorsement that the, pohcies may not be canceled, [umina[ed, changed. or modified without a thirty ", day written thato the City. In the —clause the word "ENDEAVOR" shall be excluded and number 30 inserted is the blank space provided before the word "days prior notice._ All eommetor policies are to be c,r ,d—d primary to City coverage vnd shall not oomain co- msura ceprovisib— AI TICLE 9 - TIME OF ESSENCE: "I'i me is of the essence non—O,,g the performance of all tenor and conditiow o[ this Contract. CON TRACTOR acknowledges that the work to be performed herein sad pursuant to the anaehmems h—l. be completed in—,,da—.vilh the terms end conditions szt forth in the Technical Specifieatioas. ARTICL<_1Q _SN:I2KI . (:-Ia AIiANTRE The CONTRACTOR [o warrdnall services shell be perWrmed by skilled and competent personnel U. Ivghest proFssional -dl, standards in the field. ARTICLE 11 -INDEMNIFICATION The CONTRACTOR shall indemnify and hold harmless and defend the CITY, iN ofIx 1, agents, and employees harmless Gom and against all Alm , suitq aotions, damages and/or cause of action which may arise Gom any negligent act or omission of the CONTRACTOR, its agents, servants. or employees es a resuh of the perfornwnce of services under this Contract, and Gom and against all mays fees, expen and 1'wbilitics incurred in or by re n of the defense of any such claim, su q and the in estigation thereof. Nothing in the Contract shall be deemed to affect the tights privileges and immVitdties ofth, CITY as set forth in Florida St—, 768.28. ARTICLE 12 - SUCCESSORS AND ASSIGNS The CITY and the CONTRACTOR each binds itself end its partners, successors, executors, adtrwuslrawrs and —igns I, the other party of this Cootrac[ end to the pa—, s r roofs, admirtisUatore aml assigns o(sucb otherparty, m—pec o oll covenants ofthis Contreu. Except as above, neither the CITY nor the CONTRACTOR shall assign, mblet conveyor t.N, in on this Ctract without the xmitten cotuem ofth, other. Nothing herein shall be rued s creating any potsowl liability on thepan of any olfser or agent of the CITY .vhi,,h may be a party hereto. nor shall it be cottswed as giving any rights or benefits hereunder to anyone other than the CITY and the CONTRACTOR. ARTICLE IJ - REMEDIES ties Commet sldl be governed by the laws ofthe Sute oPFlotida, Any aM all legal eetion necessary rising out contmn w have its venue N Senvaole Conroy and the ct will be interpreted odin1, wf FI,rid. mdy heren wM uon ,,y pliany is nnded xlusvofy ohermdy,da1, nd eryotheemdy givheuderonw or he,ftbeesting at law ,, in equity or by statute or otherwise. No smgle or partial exercise by any patty of any right, p— ar remedy hereunder shall preclude any other or firther exercise thereof. In any action broughl by either party for the enforo-- of the obligations of the other pany, the prevailing Patty shall be entillcd to recover reasonable attomey'a F- ART) CLE, 14 - CON FLIC'1OF INI'ERFSt' The CONTRACT OR represems that it prexOly has no interest end shall acquire no interest. either 1 direot or indirect, wnilb would conPict in any manna. with the RACI ORfi of seuviees required hemuad- aspmvidenl f rinplorida St atutes dfitI.The CONTRACTOR further represents that no person having airy interest shall be employed for said performwtce. The CONTRACTOR shall promptly notify the CITY in writing by cenificd ..it of Al potential oofiiets,f ml wfr any —,-we bus othu which aRS mtereat or may iMuence or appear to influence the CONTRAC'lORSjudgentent orquality of servi es being provided herewder. Such written notification shall identify the prospective business associaion. m 6the na eof workthat the CONTRACTOR may undertake end reque an opinion afthe CITY as to whetluer the ould, in ate opmi of the CITY, cons[itute a confiiet of mterestrif entered into by the CONTRACTOR. The CITY agrees to notify the CONTRACTOR of iul opinion by certified it within 30 days of receipt of otification by the CONTRACTOR. If, in the opinion of the CITY, the prospective business do o0d n onfliet of in t by the CONTRACTOR' the CITY shall so statevin the notification and IheaCONTRACTOR e Wl, tit ila option, enter info said association, i,, oad It snail be deemed ao on0iu of with rc peat to servieus provided to the CITY by the CONTRACTOR under the terms of this Con t. _f i CITY in' sole dice o Ii, , a that there onN<t. the CONTRACTOR shall not enter into or terminate the Contract with the business associate. ARTICLE 15 - ARREARS it" CONTRACTOR shell not pledge tM CITY'S wedit or mako it a guarantor of payment or —o v far any comrau, debt obhgation,judgemeot lien, or any farm ofindebtednes, The CONTRACTOR frther waranta and rem—, that it lies no obligation or mdebtedrteso that would impalr its ability to fulfill the terms fthe Cootract. ARTICLE IG 1) ISCLOSIJ RE OF OWN ERSH I P OF DOCUMENTS llte CONTRACTOR "I deliver to the CITY for approval end acceptance, and befre eligible fr payment ofany amounts it.,, all documents and materials prepared by end fr the CITY under this Contract. All writtenwd oralmfomatian notmthe pahlis domain or not previously II,w and all information and data obtained, developed, or supplied by the CITY at its expense will It, kept confidetnlal by are CONTRACTOR and will trot be disclosed to say other party, dnectly or indirectly, without the CITY'S prior writtw content unless required IT lawful order of court. All drawing, map, shucher, and other dwe developed, or purUtased, wrdcr This Contract or at the CITY'S expense shall tie and remain its property and may IN rcpt,d—d and reused at the discretion of the CITY. If and as rcgaasI d, the CITY shall comply with the provisions of Chapter 119, Florida Statutes (public Record Lew). perm a¢ad in ony ofthe work orsrvl¢spufomred pursuant to this Contract shall of all times. andinallplae0 besutjcet Io the CONTRACTOR'Scote direction, supervision.andcontrol. The CONTRACTOR shall exercise control over the moans and mnnnar lh which it and it, employees perform the work. and in all respeus the CONTRACTOR'S relationship and the "l.y onship of its employees m the CITY shall be that of an Independent Contractor and not as amployecs or agents .11. ClTY- The CONTRACTOR does not have the power or authority 10 bind the CITY in any promise, agreemento representation other than spectfiwlly provided for m IN, ig—.nt, ARTICLE IS - CONTINGENT F-EEa The CONTRACTOR warants that it has not employed or retained any company or person, other than a bona fide employee working solely for the CONTRACTOR or professional consultant to solicit or secure this Contmct and that it has twt paid or agreed to pay any person, —parry, corporation, individual, or fvm, other than a bona fide employee working solely for Ilre CONTRACTOR I, or professional consultant, any fee, commission, percentage gift, or any other consideration contingent upon or resulting Gom the award or making of this Contract. ARTICLE 19 - ACCESS AND AUDITS The CONTRACTOR shall maintain adeyaae records to justify all charges, expenses, and cols erred in performing the work for at leas, three(9) years afterw pletion fthis Contlaa. The CITY or its duly authorised represe es shall have sI. uch books. cord, and doe required in this n for the purpose of inspi,,,` saudIL exoetpts and nortsuiption derg normal busmess hoocc at - CITY'S cost, upon hve (5) days written notice ARTICf.E 20-NO UNCRINUNAIRUSS The CONTRACTOR warrants and repmsents Ihat all of its employees are treated equally during employment wilhou ,- to race, color, religion, se , age or national origin. All w� augrcemcans, representations and waranties made herein, or otherwise modem writing by any parry pursuant hereto, including but not limited to any representations made herein relating to disclosure oronrership ofdoo—,,n .stallswive the execution and delivery ofthis C.—I end the consommatton ofihe I,—lions—I.plaed hereby_ AR FICLE 22 - ENTIRETY OF CONTRACTUAL, AG RIZN11:I'}� lire CITY wd the CONTRACTOR aurae that Ihis C-1-1 and any dncumenls made a part thereof- se,s fnh the unreagnvncnt between lhel ieaDal then ac in parr,scs .,understandings other r ARTICLE 22 - ENTIRETY OF CONTRACTUAL AGREEMENT 'fhe CITYa the CONT-1 OR agree tlwl this Contractand any documents modeapert tlrerooE sets limb the entire agreement hetween thep;utiez ilwt Ihcre areno pmmives or underamndu,gs other tbn those stated herein None oftbe provi —tarns-i cord'uions contained it this Contmet rwy be added t, modified supetsxled or otherwise th,,,A except by written ioslrument executed by the patties hereto. ARTICLE 23 - ENFORCEMENT -COSTS if vry legal action or other proceeding is brought for the rnforvcttwnt ofthls Cl--, or because ofan alleged dispute, breaelt. deflt, or misrepresentation m wnnection with any provision ofthfs Convrct, if no—blthe succcvbW or prevailing party or parties stall be rnIitled to recover reasonable coney s fees end ail vxpetues (including A,) taes) ev n e ancluding, without limftiosn all such f s, cons and ex,— m6dent t tapp,,E), inevrrednis (ithat action or proceeding,maddition to any other relief to which such party or parties maY entitled. ARTICLE 24 - AUTHORITY TO_CONDUfT [HJSINM The CONTRACTOR hereby represen6 and warrants that it has and will conllnue to malmain all licenses and approvals required to conduct its business_ and that it wJl at all times conduct its business actrvtves n reputable manner. ARTICLE 25. AMENDMENTS AND MODIFICATION- N. amendments andlor modifcaf.. fthis contract shall be valid unless in writing and signed by each ofthe parr s. Bate adfilstmutlswill Yx node in accordance with the attached Section F, ➢tiling CFarges—Rates. ARTICLE 26-ADDITIONAL SERVICES Should the CITY require additional services of the CONTRACTOR beyond the o,igmtl "lechmcal speti6cations" of this Covtrac4 the CITY and the CONTRACTOR shall negotiate the terms of the agreement satisfactory to both parties prior to the commencement ofmch work. ARTICLE 21 - COMPLIANCE WITH LAWS The CONTRACTOR agrees to comply with nil laws. codes, rules, and regulations bearing on the conduct of work, k d,,dlag those of the Federal Slate. and local agencies having p,bdietlon. A-,'I'ICLI: 2%- \I:V 1 IiAlil L1 TY If terms or Fro,ision of this Contract, or she application thereof a nny person or eircamsla.�ces shall m vy one.. ¢o be Held invalid or unctfomenble, m ren>aindor of Wis Comm., or the application oftc or provision m Persons m cirwmsmnces Other thorn lh whim h is bold iv or—,,forable, shell Mryother tem ad P—ion of this Cotat sall 1e dmd —did nd eforubl,1.llhe exiem pormittcd by law. ARTICLE 29 - NOTICE All -Bees required in thls Con¢arx shag be sent by certified mnl. retnm receipt requested, and is sem Io the CITY shall be mailed b, City ofLongwood Office of Purchasing Allent- Purchasing Manager I15 West Warren Ave I—grvood, FI_ 32750 and if sect to the CONTRACTOR shall be mailed b, Sid Vihlen, Jr., Florida Governincmal Aflaus Laisun _ Florida Recycl'mg Serviaes, Inollllinois RecyAng Services, Inc. 200 N. Park Ave., Suile 200 Sanford. Florida 32711 IN IVITNESS WHEREOF_ ibu Gty Commission of the City of Longwood Plonda leas nude and -d used Chia Condnc, on Iclialfof the CI'tY:md CONTRACTOR hae hemunio sei i�'s hand the day rear above written ATTEST: CITY C1,5v'2K / Geraldine Zambr„ City Clot T� tVl SS: Sig !� f N., (Type or PrinI)�a!�R APPROVED AS TO FORM AND LEGAL SUI RCIENCY Crty A�toye CITY OF LONGWOOD, FLORIDA CITYC Er_ IMISSI �ity of Longwoo CONTRACTOR: Z11iIT ,n Company Name 2C^ int) Tnle L� S�gnatur (foe Florida Recycling Sves., Inc.) n 3, 1IF93 Dac / Vile ignatuce Illinois Rccycing Svcs., [nc.) 199✓ Da Exhibit "A" To Contract for Residential Solid Waste Collection Services Idld Perm Per��eeuHo�d Article 11. Seet'ious A - O Tcclmical Specifications including Addurdum Ep ibil 1 I - Service Aren and Notifcacion Exhibit -3 (Ref se Rene Index Porms) RI➢ FORM Rf'SIOFNT[AI SOT ID)YASTF COi LECTTON ADMI, D.t-t The biddy hucb, xknowledges that he/she hat received Addenda Noss these bitl.soeciGcaiions. UNIT PRICE SCHEDULE Bidders wishing to perform solid wane collection services for The City of Longwood arc,e ,d b, submit bid prices as detailed below. I (we) propox to mBmt and dsp , ofall residential solid wane and provide the curbside recycling and Ywd wane call—i-programs wittw designated areas of The City of Longwood in complete accordan;.e with the provisions of the bid document at the unit prices at Hated below. A. RESIDENTLIL COLLECTION SERVICE RASED ON FS .La-'U ONTR^CT TERM 'Regularly scheduled solid w collect ce per week, e,bid, cecycling collect ce per week and yazd wale collxtio once per weeF: et. curb. P<r Uoit � Cwb sera neraw Ii�Lasr�n SERVICC CARBAGC YARD WASTE RECYCLING TOTAL PRICE '0.untuh+oNT DISPOSAL S s NO FEE $ SERVICC FEE 3"11 62 e 05 (gyp tnl COLLECTION S 4'G7 S S S SERVICE FEE (*It otel i o9 1,51 6.66 TOTAL PR I CE S I,Sa S S S 1. e ual Garbage Genentioo Fnrtorfor Caa Residential Garbage Collection SeneeGl Itqd ,.(Same n u tuber to be nsened l o Section ll.'l) 2. rn 4 ge ial Garbage Gen n Far r for Rcsiden ml Yard tVas e Collection Seniee isp r9v tot,.(Snmenumberto be inserted 'in Section l L7)t E. ALIIJHE&U[ Rai; S'PAIETHE RATE BELOW FOR COLLECTION SERVICES BASEDONA TRu 0VUAEII=RMCONTRACT SERVICE GARBAGE YARD WASTE RECYCLING I TOTAL PRICE 'DISPOSAL SERVICE EEE [' n• uowmanih) S y.p] S - NO FEE S y.os COLLECTION SERVICE FEE S t,. n] 5 1.02 S I St 5 5.55 TOTAL PRICE S 7.46 S 1. 11,-S S C. CHARGES FOR OTHER SERVICES: —BACKDOOR"PICK-UP PER UNIT 5-5 I^ Final negotiation for"backdoor"servicew be cotnpkted priorto convect execution.) For the purpose of establi,lbbg the bid security, the estimated atmual co twill be c 1l. as follows: Tout wit price quoted fiam Sec on A tunes-0 .airs (estimated monthly household Ills) x 12 months egwls the estimated awualtcontract amowt. Thetotalamournofthe bid if aceepIdI by the Chy ofLon d,d, shall form a Contract w be entered into. The uadersigned bidder agrees to fil ilh a su6cie and acoty saotPerfort , Bond m the..., of fifty percen•. (50 O oftbe toll estimated amwil cono-acst amowt as conteiceL in the bid proposal or S500 000,00. whichever is less. It is fdbher WIi,S Flat in case of f ilwe on the part ofthe wdersigned to execute seid Comract and bond under the eooditi— of d- bid wlthw —y (30) days after the a.vard of the Contract, the accompanying bid gtamntee, node payable to The City of Longwood. of not less than five percent (5 o) of,h, estimated etmoel Contract amouat, shall lw forfeited as liquidated dmrages; other said guarantee u to be r,t=,d to the wdersigued upon the delivery of the exec.md conerzct and a satisffi—, bond. (CORPOI TESEALJ SEP ➢IpDDE a: xi s i c.AI _ C(�aV�P� clang n SI AD RES a 0l\ T[TLE ]/24/9B G DATE T II LF. _ / -12-98 f— 6. 1998 end end ng tl y 6, 2003 —id —d —11 b. —j-1 10 ali 2- f ­ed cL penalty of said bond IIIIF w� .m,r�o�ra,�rnuo. ceEe. o,roa sccv'wi°a.`.'rta' �eZ counry or m of Illinois yof�w� O��tis day of pil 9 98 ,before me personally apprareA Ivw�.m to m<w bn Ne A¢omcy-in.fac[ of w,�nm <.,wm«�, a„aa�wlmgm,o m<w�,�<n m� ��«�<w«a kc.an,e. <w�<�u«w uc w wn�ss w�aeoe. � na.< n�.ew�o,<� mr n ,a =<a aEF.m mr ��e�m xal, a� mr om� �< me of wry, rlie aeY ma Y� � Ws onrtilmk firse abo.e wnnen. maY fy Commission sfil/]2001 jNo Public) smusry yoND No. nnz9s -ILL Mt N' eY l'HLSI; PNESLN"fS: THAT WE IIL,Wb,Rc n S vices lac. and FlarlJaN n Services It aped me Prncipvl",AND Carotin Csuvnr Ins (: lyeg!Iz__<nAS.id+s ens rote America Coma on s y ompvmas abino EJ I. da rn Inc Stvre of Florida Ib,bi b,, called 'Scaly" ore held vnd y ane b, me City or Longwood, . p Icvl subdrvtstoo of Ine Slate or f Ionde, m the fall and just sum or $500000.00, l.IbI money of Ine United Stales of America. to be m Ne li, of Longwood mwlttch payment well and w tob< mode we bind oerselvec our netts, executors, edmmtxrvtoq seuessarS vnd Wig,,lbIly bdseve y, firmly by these presents. WHEREAS, the above bound Principal nas covenanted abd agreed wish the City d Longwood. Florda I. p Ide ruidenriol -lid waste collecumt rcrvices in accordanu iih the Comra<t emoted 0 "Resilenlial Solid Wbbd d Y Collection" dated _p)ay a098, vne bemg on fiie,vitn lne C vat Lon_ u. onda, ana WHEREAS, n iz v condtlt pre xdem to dx pumrmance or sail Conlrvct--mg this period commen b ar6 998 enU ending_ 6.2 l _ d,i,l cots bond be exb—il; NOW. THEREFORE, the conditions of these obligations are men that if the bocnd Principal .non nett saw contact in a«oman<o .an its corms ana <olreamn..ahm me ale :paired :a.e and eball In ryr,,pen rutbIl the obligations wider the Camara nntl shell ineemnify ana save harmlexs the Gty of Lang o g s col claims. cols, P t-+. d g lutl or losx mE1,,Ebg a o Y feu. 8 mtl wt g emts.1-1h the Clly or Longwood rznr slain on vcconm of thefail-bane I It cipal p mmtn a«ottlance wnh the b,r,ss nIc ,daions or,oiJ Comau wtlM1m the time lnerem ui foul. Then this abligaboa to be void: other vuc to be and 2nunt rn aril force cad dWl r I lle s,ly Should the Sur IY Ilii or relnse . pi,l.— and —P,- the said Coruna. Inc C., of Long ood III view of the Public imucxl. I-Illh, W, d —,— f..,— 1-1- shall have Ili ngM to -son m any and vll legal remedle ,—, the Pn p —1 IM1e —,, ., eimes, b.,I, .1-mg ­6r—lly ­f,, p—i-,­ to which Ina ­6"1 1- -, - In-i"I alla il" Slmay II,,I-'—.Iy the C1,y of Longwood, nl its mall have the right m p-- .,, Pursuaal to public advenisemenl v-I rec<iPI of be performed 1,, aforesaid Comreet in case IIhe N—i,l -,Ild Cvii or I—, i, On so. In Ili, event the City of L..g ... d shoaltl exorcise anU.give effect I. -b ngh,, ehe Principal antl Ibe S,-,y all be jointly and severally liable lweunder to reimburse IM1e City of the lot I —, --, -1,,di, but not limited to legal and col linger cosu a er wil6 any J—­, I.nber d—, oc co xeque11-1. wblcb..y P—i,l to —, -, ."I esttme 1.11 Inc f said C.--. Il,e wvcragc of ib,, P—.— goad i, co egvnl wish each and ­ obligallon .1 ffie lilipllImder thcabova ---d C-1-1. In "'. —"I that the p6w," "M I Iii 11. perfom ..y f- terms. covenaau end condilionx of the C-- knmg the -- .,l .1 ti Ili, 11--.11- 11-11, m e11— Ilse Surely to the City n Dogwood 1, A such I.. ., I,—, ,--y, fees nv vppevl)resollingany failure to pap to the amount of this Bona. - I., mo D—l11". to Iw'd I I, or,ligatmin -- li, Ili- k S'—I, -11 also iotlemaify era null me CIIy of isngwooa oarmleve 1'— say -1 AI I.", naninge, rust n.nu � i c inJ�c Y am iM Su«ly s ha tun io Iu II�II d. � nn hiremta�r. Ilan The S,� -d hel 1art. iM1< Nu-',' s I-, imdcc the Comrvct dada the bond, the [olio+win& mall not be considered ptxfamrJnw uMer the Itmid'. (i) S "," fmvi _ f M1e PrmciVal m keep Principal fmm tichmlling midcr the Comma. (i1) Sar<.y s offer to the Crly of r.ong—d to bny mar me Bond. na I(i samyame<Ilon to do aondtlg untie. me ¢oaa shall be aoatlmea as a mat�nal b�eb or me Bode and bad mhh by ate stir >. �rne saretr ag s tnat as oblieabom under the bond is m:(i)eake o.er performance of the PnnCipal's Work and be the completing S y en If pmiorm..c of the PrincipePs Work exceeds the Vrincipafz Comrem Price or (h) a-bld aml re W IM1� Iri p Work to n c mVlelin: c ntmmr aaM1 Surely c mvi o liable fof mk c mpleling contractor's perfommunce of the Pancipvl's tVork cnJ famishing adequate funds to complete the Worn Tn<Smny acknowledges Ihnl in cost of compinion neon defaah by the Principal may e•ceed IM1e Contmcl Price. In nny e.ent, the P.incpnl'.c Comcvn Tme a of lne essence time applicable delay The Sar y. r w,- deemed. M1e y p tes and fig n Ihat iu obligesi ns hereunder shall be d—, dad immedate and not condhional mf wmingenl P the City of Longt vod's P '- of iu imneAte g t Pr n<ipvl, shell remetn in fall ford and effect ml..ithlvn g (i) nmenAmanis or motllfications wthe Contnict ensured info by Jie Cvy or I.ongwoad and Pnnczpvl vnthom the Sarety'z V:nowlalge or cron,ant (i) wvivms of compliance wish or any dbl-1, under IM1e Comnct greeted by Seminole County to Prin<ipnl wilM1out the b'llly's knowledge of consent. or (m) the discnvrge of Rii p from its a ns tinder the Conlrvcl m .i rutdl of a y p—,dibe mated under the ila,—picy Codc of 197H. as Ine s b,, may be amended, or niy nn lvr .cwte or federal la. or ) hmttvmon oldie fiat ih yor Pnntlpvl o* its est.uc:.sa tcsu lto y p .e g m tx aad<r she Contucl dad c 1 na or none ace wah ty furttabm�. rsnunui.d tJt ih� C-1 or thi sl iI—'a' sl..dl not allui,1 a e iti Dada lM1it lSoitJ Tb� perfonnnnce NonJ co.ered amoun�is sepam�e and di,,- from --d any oiM1er bantls. In Wimess WM1ereof. iM1e PnnnpnI I—,i,—exe—dib—p—,—his the ih day of Nn .1998. Signed in hc p-,,-< of: (If sole Ownerss�p o� p s<ayhip, two (2) witnesses regs�ired) (ICcoepor Lion, —lyui siea Ana nfflx s:�t) ZxgS wa.a /,-GI, �fwi-lEC' cs[ VICGS.�NC. /'"^ (Affix Seali STATE OF ILLINOIS COUNTY OF COOK ervy ma scales and aeliveeeA ze�a inzwment for and on xholf ofCarolinaCazu ly lnsarancc Company Given ounat?seal army a_ for lM1e ase anarpu�uz Nere nezeBfoM ae is Caok County. Slane of Illinois, u,is U y mm �� "OFFICIAL SEAL" 9ANDHA DANKOWSKI � MOYARY PUBLIC, SiAiE OF ILUNOIS COMMISSION E%PI9ES 4/3/2Wt � '�"� NOTARY POBLIC P.-0 Al--y Swiss R, America U-3 ........ . . STAG OF U, INOI.S COUNTY OF COOK --m,����em r����a �aga��a Rc�'sarancYnnfce hc�em Y=�ro5h�� mr A�Df es nR��y�n_¢'y,mox.ua of � DI —101 5 _ NOTARY PUBLIC NEMI4/D I EC IN ICAO, SPEC[ lei CAI) DNS FOR SOLID W AS IF., EL :YCLABLES, AND YARD WAS IF, COLLECTION AND DISPOSAL W in IIN TtiE. CITY SECTION A -DEFINITIONS A. DEFINITION OF TERMS I. Aotl o 'zed Rio Any represemative of the Ciry, whether a City employee, desigtatetl es die Ci y authorized representative for the purposes oflhs Contract either inn provision fthe Specifications orm ,inen communication IFom the Purchasing Director to the Contractor. 2. Bidder: Any firm, corporatio, organintion or agency snbmining a bid for the work proposed or his duly authorized repesenative. 3. day _ Biodegradable or plostic woks d-gn,d for solid waste with sufficient wall strength wn physical integrity when lif ed tom the tip, securely tied at the top far collection, with a capacity not to exceed 32 gallons and a loaded weight mt to exceed 50 pounds. J. B-omen-cal Wand Shall mean any solid waste or liquid waste which may presen athreat bodybddy coonarts; m humans. nF term includes. hot is not I'united tnon-liquid human tissue anU plaboratory end veterinary wage which contain 1O humanriiseasaceusing agents, used disposable sharps. human blood. aA human blood products anU body huids from hwwts and other pr' ,-; laboratory and veterinary wastes which contain human diseese- causing agents; and discarded shuVs. 5 BE, yc914Vavle' Shall menu solid wane that onuses or has the capacity of rousing disease or itAection and includes biomedical Wane, diseased or dead an 1E, and other wanes capable oft—n ting pathogens to humans or animals. 6. ClOm Debr'e Shall menu any solid waste which i9 visually men. which is nol a pollution threw to gmtndwa surf— L, fire harerd. and is likely to retain its physical andchemical neueture wderei—d conditions,1d,;,, Ionise 'Che term moludes brink glass, eeremina, and „neemarniaated eenaata i,wmding emneaaea vipe nr areal. 7- Connroctirn and Domol'tlon Dchriv: Shall nuut dd—ded materials generally consldercd to be not water soluble and nory datxs in i>ature,including- but.. loaned w, steel, glass. brick, e asphalt n ri:ii, pFc, gypsum wallboard. and Itimbcr, ham the or dent rota is pan ofaC1 c or de,nolition pm,lect nr li om the renovation .F`t struelure. neludiiu such Lebns [umeonnn�elion of strunurzs ai t, fiom me cot�,mction or aemnr m.. a.te. rn, mnn innlnaes rouse, mda tree .md otiior vegclulivc matter which n,auy resdts from lava clearing or land developme�usopemtions far a euratntwion project; clean owdhoard. paperplasti, wood, and etal mreps tiom a constmetfon project_ cli etive January I, 199] except as provi&I m Section 403,'!0"I(13)0), P.S., -pi-,I,n eared wood maps. fiom �eililies nuf,ct ring n,e rats used for co ocf slmctures ,f thecom ir ponents and unpaimed,tn wted wood pallet, provided the wood wraps and pallets are separated from other solid where generated and the generator of such wood mnps or palleas implements o.blo practices of,hegenamting fvdoslty to minimize the commingling of wood scraps or pallets with other solid waste; and de min - amounts of.t- nottharardotu wastes that a re gevrated at cotrarucllon or demolhion prgecls, provided such mnounts are eo k—t wilh best management praetios of the consimolion and demolition industries. MW,,, of and demolition debris with other types of mild vase will caum it to be classified ns other than eone,rvot,on and d',,.Iil'm debris. g. Coo e� The Conf,r used by the City and the Conlracwr for the pecformanee ofthcwork. She Contractshall be subsan Wly m the farm provided m thane Specifications or by incor p_h. order porating the provision, f rovisionof the Specifications. 9. Conrrac[oror Vender:l'he person, fine corporation, orgar,vation or agency with whom the City hu executed a C--t for p,fom— of the work or supply of equipment oe materiaLv or his duly authored represwttative. 1 10. .uC bsido, Me w s the men witly, these (3) feet of the , Ull reed road right of way, whether the road is pubifcly or privately nraintaived. Cubside shall include any area ap to ten ,i& f tots maintained rued right of way ffsuch read is undergoing construction. "Curbside pickupor service "at the ouch" shall mean that area at a residence provided —i area is , mbiy accessible to the iip,—ob "(hack door" service must fix made available k Doable additional rates as di,,bled by the City whey requested by a subscriber. "Rack door' service shah be given to disabled perso(s) households, if requested. it no additional s. dark doorservice shall inc(uda collection ojhonselrold wn.rre and recyclables. Yard e shot/ he➢locednl curbsideJor co(lecrion. Disabled households shall be defined as a household occupied by v single individual that is disabled or a household oewpied by two individuals in which bath persons are disabled. 11. (;arbnec, Menus all kitchen and table foed waste, and animal or veg—bl, waste that is (anchor with or —ths Gom fM storage, preparation. cooking or handling of food materials and other h.—hold waste ge--d by a residential unit. i2. Ga o e�Cvn-Sfall n,ra, aplavhc or metal container Thal does no, exceed thirty-two(32) gallon mpocily or My (50) pounds in ,eight. that is dnmble, n absorbent water tigh, rodem pmot! and shall have handles,t,d tight fi,ting coversn Plaetic bags may , owl if:lny am smled plas,ics bags not less Ih. one -,I one-heli(I h) male m III— css and a capacity of no, more than thirty-,wo (32) gallon,, 13. 1L,rarda x e: s.,—solid—, fir a eombi—ion,[solid westev, which because ,fill q, lity,m or pl,s [.chemious cal,or mf-icharaeterislios. may cause_ r signifmanJy mn,nbuee to� an ,,crease in morcah,y or an increase N urious'urevecsible or mcapacibbI,gr 1ble illnessorn,ay poseasubstantial presaot or potea,till heard to human health or the a irb m,em when m,properly trauponed, disposed of. Hared. neared, or otherwise managed (Regulated by the DHP I—- to Chapter 62-730, FA C) 14. Household Fur,i u c Shall mean all movable compactable ankles or apparatus sucM1 as ­", tables, s,f,,, mattrcasea etc. for equipping a house. I'. Household Waste: Shall mean any wlid wanGiacluding garbage, and«,h derived fom h.—hold, 'chiding single and multiple asidences, hotels and motels, bunkhouses, ranger stat,otts, crew quavers, campgrounds. picnic grounds, and day -use recreation areas. 16. Induetrlul Slid VYastea: Shall mean solid wane generated by manufacturin, food proc s that a ha�rdou w e. 1-1 wane may incude, bill,apt t limi,ed ,o, waste suliusg @om the Il.11 wngs u nuf-ling processes: deem power e fertJ'ser/agricultural d, wl,ls_ food and related products, or by-prodac,s; einorgn chemicals von and peel munuf,turing: leather and leather products. neo-ferrous metals an,f —,mg or foundries; organic chemicals; plumes and resins manafacmring; pulp and paper industry rubW and miucll,neeus plank products; slope, glass, ,lay_ and concrete produc i-ile manufacturing; nanspo,tation equipment; a ad water treatment. This term does not io de m i,mg w to or oil and gas ute. I'1. La dlill' Shall mean a solid wnne disposal facility, approved by FDER, which ban area or land or an excavation whcm wanes arc or Ili— been placed fr disposal, fr which a pemrit, other than a ge,eral pem,it, I, required by Sac,ion 403,707, FS. This term shall not include: (e) A land spreading lice; (b) A surface impoundment ® Au injection well defined under and subject m the provisions of Chapter 62-28, FA C. 18. Mumr'als fb�vr_,2 Shall m any process by whid, one or more of the venous comp —lb, in hd wane i s,p.—d and concennaced fr ba 1l. Material Raeovery Fe'I"tv (N lihl Shall m r FDER approved solid wt ma,agemen, facJily the, provides for the ex tun fiom mlid wane ofrecyclahle matuiaLe suitable fr use az a h,el of soil ­W—I, or any combination of—h matuiols. 211. Melt nI DDwelf a Un' x. Shall mon uny building containing four (4) permanent living including mo,els find hock. 13uilJines containing over fur (4) Irving units are dassihul az e,nunercial ace,untx unlxrvice of a dilferem nature is approved by,he Clty. 21. (Jwoeryf Gry: The City of l.on¢w-d or an 1,6,, 22. Foner Vel'eler Any v,Ndc w1,0. is not in violation-t, provision ofthm Cootmee 23. 12ecovorN Mx ininLs oven fetal paper. gla textile, ornlbber materials lhat have known tecy1hng potential, cui he feasibly recycled, and have been diverted and source separeted or have been ved 6om fie s— waste stream f r sal, use, or reox ns raw mamrW , whether of ilia trateril,L rary subsequent processing or sepaaon fiom earn other, nut does not include ttwteriaia destined for any nsc that corutiuncs dispottsal lxaeovered nw-W, as described above are not solid waste. 24. ILL Shall menu any process by whioh solid waste, or material wH,,h otherwise become solid waste, are oolleeted xparated_ or processed and reused or resumed to use in the form of raw materials or produots. 2i Heevelable Ma ,W. SWl mean those materials which ere repable ofbeing eecytiled and which would othc 1,,, ba pmeessed or disposed alas solid waste 26. Re.Cde'tl Sen"ceShall hcrcinlxferwthc refuse colleetionservice provided to Dcrmiu ccupymg residential dwelling units within the designated aces. wh. are mI receiving conlmcrcial xnlce. 27. j lid \Vast, Shall mean sludge, unregulated under the GAerel Clean \Vesta, Act or Cl­ Alt It; sludgo froth o waste treatment works, water supply treatment plant_ or a'v pollution trot facility. or garbage, rubbish, refuse, special waste, o other discarded material. Including solid, liquid, seniwond, ,, contained gexous material resulting from domestic industrial, wnnnereial. mining, a,,HcW—L oc govemmwttal operations. Materials not regulated as solid w ere1 II mtc m ,fats; lear source roduct or by-pnests regulated vender Chapter 4o4, F.S., o uncsler Ibe Federal Atomic Energy - of 1954 as ended: suspended or dissolved materials m domenic sewage eflt - or irrigati gown or other regulated p im sotuce discharges; regulated ar emissions; and fluids or wastes vsmcmtcd with natural gas or crude oil exploration or production. 28. tdid Wes le I) "Cm,;tf,IrJy'j�. Shall mean any solid waste management (aoility which ie the final res7ing place f r solid wane_ including landfills and incineration feilities that produce uahf the process of incinerating municipal mlid wastes 29, Joe W Was e, Shall mean solid wastes that can require spa W handling and management_ neluding. but n l lmtiled Io white goods w used oil. lead acid batteries. coltstmui—and demolition debris ash residue, yv,d lra 1, -,l biolo¢iral wanes. 311. Tr "furies Shall mean a site the primary pnry o[whicb¢to,ore or bum solid wmte for um»yorl ,, , processing or disposal feblyh doe nth indnde green hones umpactor units. Pcntranent dumpstuG and odlcr containcra from which sueh.�ascs arc ansported or o Inndfill or othersolid wnslc nwnagmncnl fncility. 31. Unffofm Level of Sorvicr: Shell nuen any -d ell garbage and bash which conforms ro the prepmotimt and storage aquircments of this Bid -d resulting Cunttocl. 32. White Gogds: Includes inopemtive and discarded refn'gemtors. ranges..reter heaters fieevers and other sanilar domestic -d vovvnerual I— aPPbanecv. 33. Yard "Cash: Shall have the same meaning in Ihis document. the word `yard waste' and sFiell mean vegeta mltivg Gvm lawn ncluding aecumuWtion of Lawn, grass, sheubbery—tmgaeor chppmgs avd dry Icaf raking. small — branches (.vhieh shell not exceed Cow (4) Eat m length and fear (4) inches m diameter), bushes or shrubs green Icafcuttings, R ,,, or o1her-1, usually created m the careoflawns and yards SFCTION II SFRVICLS'I'O IIE PERFORM FD BY CON'1'IUCTOIt - SOLID WASTE COLLECTION AND DISPOSAL 1.0 DESCRIPI ION OF THE WORK: 1.1 The Contractor slWl pr.vMe maedatoryresidcetmisolid waste collection services within the corporate, areas of the City of Longwood_ This work will be restricted to residential c o,ily. ft W no mclude c .W, industrial of institutional solid waste.11—ion. The Contractor will not be responsible I., the billing and collection of solid waste fees from resid=ml cum.— fl,f ,ion regarding residential volumes may be found m Appendix 1. 1.2 It is the rcspotssbiliry ofthe Bidder Io bmontc familiar with and to del —m, fbr himselfthc re aM conditios affecting the wllect not solid waste and the recycling program and thedisposal of.mnm. The Coottacmrshould particularly take note ofihc requirements ofrhe Department of Natural Remurecc. tinvieonmemal protection Division 1.3 The Contacror shay provide, at his over expense ag labor. incurmtce sapervisi.n, machinery eM equiptrant plant building trucks wd v other tools, equipment_aceesmrias end things necessary to maintain the nnndards ofoollectioris end disposal ss set forth harem I.J Protect on f Ad'' ce t Pr.pem a 1 Ut I' 'rt: The Contractor shall conduct his work in such d or a void damage to p adjacent rivate public propetty anshall nmediately,epaira.,pay fo, any damage incurred though it,, pemti—The Contractor slu Oke"Fg a.fall exiting utiliites and it shall operate with due care in the vicinity ofsueh utlitie and shall imtnedlately repair or haverepaired nt no additional cost t. the City any breakage o, damage ,—d by its op-,d-. 1.5 St1t'I�a�llte Contracmrshall not litteror catue any spillage to own, uponthe premises., therights-of-waywherenthe collec nshall oe The Contractor may refuse to collect any solid w;ute that has not been placed in v re I...A 1. as provided herein. During h , 1, all solid waste ehall be cuntaiaed, tied, or enclosed s t that leakme. spilling and blowing is prevented. In the event of any splloge caused by the Contractor. the Contractor shell promptly clean up all spillage 1.6 D"sooval Sim All mlid.— hall bo �auledm PDBP pennhted solid waste disposal sites or facilities. as approvedbythe City. and disposed of et those fcilities of he experx of tM1e Cpn�o_. Verification of source of load end weight Ticket must be nwi wma d by the Contactor and copies mtty I, required by the City. ]ha C, has rod it n nrlomt ayn'e wilh Sen note Co I rr ..per atl i I n c ein denelophtg soRdet�one manuganienr and >ecycling pro8rarns �r Seminole Cotuny,a/The bidde. shol(corn�r(y and shallfrtnr,onfit no me rordan vilh the fratnned in the Martagentenr Plan and rhall emnp]y ua'1h the terms and nnndrionsof the Slid Wane N[anageoietu hnerlacal AgreenterrI between dre Oly of Longwood and Sernfno[e County dated January 25, 1995 and ­nd alf anrendnients rhereto, and the Manngentem Plon adopredpursuanl fo sold ogreemenr. 2. RESIDENTIAL COLLECTION SERVICE: 2.1 The Conuaotor shall collars dlsp.s. A wrtd wane, except special wane (not including white good attd household fiuni[ureh itO-ions waste, hazardous wane, biomedical waste. biological canna cad sludge, fi— all smglc LrNly home, multi -family wits.f fow (4) units under couunon ownership and individual mobile homes. 2.1.1 F'requencv .[Colleeto The C.unactor shall collar garbage fiom places of residence vithin the Conn c.de.tton area m lean two (2) times per week, with c 11-ions at leatt three (3) days apart. 2.1.2. Hours of Collar oo- Cgllectioa shop begin no earlier that ]:00 am, and shall cease no later than ]:00 p.m. In the case ofw emergency, collection may be permitted at times not allowed by dus paragraph, provided the Comma., has received prior approval from the City, to be later evidenced by a written memorandum wndmung the npproval. No collection shay occur on Swdnys or holidays ns.atlined in Section ].4 .(the Rid Spaificatioris, except in a tinre ofemergcncy. 2.1.3 Poivt .f Pickup of Res'dent al G rbaec Collections of—id-ftl garbage shall be nt curbside or odher such l.eati.tts as will provide ready accessibility to the C.n[raaor's collection crew cad vehicle. The Contractor shall rnllat at curbside all white goods cad household furrtit— within three (3) Oaye ofnotification, at no additional charge to [he subscriber. She number of items shall rot be restreted. ARu Iwving Dr.vided two (2) c.deuioos ofwhite goods and/or furniture single residence or location within a period of 30 days, the Contramor shall be allowed o charge e maximum m[e of$IO 00 (per item) for the allation of such white goods and/oe .1h,,urIi For pwposrsofdisposnl,the Contractorshall,gh all white goodsseparatefiom other solid wane. glte etunomer nwy be encouraged through educational literature provided bythe Con t.tify the Contractor at least dace (3)days prior to Placement of white goods end furtdture at curbside. 2.1.4 111 -- The Contacwr shall hem i,ed [. pick up all gmbge. rubbish, h.aseh.ld andare card wWt goof gaermed from residratiini units which Itevc been properly prepared scored for collacti.n its foll— All garbage, and mbblsh shall M placed in plasic or —'I containers which do not exceed thirty-two (32) gallons in capacity or fifty (511) pounds in welgb,. Plattic bugs maybe used if they me sealed plastic begs not less I- arc end one-half (I A,) mills m thickness and o capacity of not morethan shiny -two (32) gall—; and shall be placed at curbside or at such other single mllutioit lilt iit as may be agreed upon by the Conlrectar and the crrsl-- U6aal household yard waste shall be pl,, ed in comainers where it shall M eollecaed in the os garbage Yard w such as, shmbbery pl--mg, pine st w, grass clippings and leave, 01 be containerizedm disposable comainers such as biodagtadable or plasic tugs aM/.r placed in a separate garbage container for collection. Non -containerized yard waste shall be collected providing Ilia, it is tied end bundled does not exceed I'oer (T) feet in length or tour (D inches in diameter. nor be greater then fifty (5l1) pounds in weight for any piece or segmem ofsuch materials. H—hold f,rril and whim goods need not be oontanerized. 2. 1.3 M1M1 d rC 11 [I2 'd C b The Contractor shell make eoheUions with a r ofno and dimarban o the houwholder. Al, garbage or yard waste spilled by tlb nContractor shall be picked .p immediately by the f mractor. Garbage erxplaeles shall be handlod earefally by the Contractor, slwll not be bent or otherwise abused and shall be Ihor.u'My emptied and Then IT aI the proper point of collection is an upright positron 3.0 SCHEDULES AND ROUTES 3.1 The Cl-- sl b provide the City with maps and schedules for all collection routes end keep such mntion currcn as atl times. II'any change in the collection routes occurs, then the City h it be immediately ootifed in writing. The City shall approve all permanem changes in mules or schedules that alter the day of pink rip. Upon approval of the City. the Comr ,shall—i(y web resident ,Rd al leaa seven() days p6,, . the effective date of the cl., mu[ the Conlraolor shall paolish a notice in a newspaper of general cicculnli.n It least ten(10) days prior to the eff rive date ofsuch route or schedule change. The wst .£publication shall M home solely by the Contractor. The City reserves the right to ride on any route on any day for the purposes of-diling the route. 3.2 The City re rues the right Io deny Contractor's vehicles access to eenain streets, alleys and public ways inside the City en route to the disposal site .vh— ii is in the ffi- n of the general public to do so because of the condition of- streets ,, bridges. The Co 1—Utr shall no trvpt the regular xhedulc.r quality of—mc beau cafes, tclosare less'bars eight (g) Imws in duration. The City chaff nofify the Conra - of,Veet cl.sares of ].n duration v,d arrmgements fbr sen�ce will lc nwde in a m;umet satisfactory t. Contracmr end City. Customers underlhis Contract shall receive reasonable notification o(tbe schedules provideA by the Contractor prior to cotmnencemem ofscrvice. Only local truck tomes shell be nscA in tra,rsit, onks4 uxd s—ilkally 10, the pi,"", of mllcclion. 3.3 lt— In cast If. storm, the City n,ay grant the Commotor r—,—bl, vxrivncc from regularsch,dik, and routes. As sooa as practicable aft, such storm. iho CAntrudnr shall advise the Cityand the cusomar of the estioiatcd time myuirN befnr rcgulur schWules;mI an be resumed. In rho case If. stone where it Is It-- for the Contractor and if, City to ucqu ire additional equipment and to hi,, extra crewa to oleo,, the (1, of dcbria end Yard waste resulting lion the stone the Cnimaor slmll N required to work with the City in all possible avaya' for iheclficicnt and rapid alrnnup oflhe City_ The Cnntmclot' shall mmpettmtion above the Co,nrncI AgrecnwnI for additional men overtin,c_ and tof remal equipment_ provided II, has first secured prior writmn vmhotraation from the City. 'fhe total ms[ forsuch service shell be bused on ratesjointly agreed to by the Gty and the Contraeaor. 3.4 Ilollduvr'fheCity vgreas to exempt residential cohcuion 6om the Schedule of Collections n the fullowhtg holidays: New Years Day Memonel III, Independence Day, Labs Day. Thanksgiving Dvy and CkisLrn Duy_ Collection will be made 6r those customers who arc nvssed dac m a hofidi y on the next regularly m -1,, l eolloetion date. - COLLECTION EQUIPMENT 4.1 The Contractor slap have on holm at o111-,, and in .it working order such equipment as shall permit the Contractor to adequately and ccicndy perform its contractual duties. Equipnam shall Nemnat obted fiom ionally kno.m and E,,a d manufnt-- of g,"ba collection end disposal equipment. For residemiol collections equipment shall be of the enclosed loader packet type mid all cgniptnant shell be kept in good repam appearance. end to e salutary and clean condition et all times 'rhe Comrauor shall have vaail.bl, reserve aquipment —d by the Commno, I, per[ nn the tool duties. A liC of,,Oipmem proposed to be used to meet the requirements ofthis bid shall he attached to the bid. Equipment is to be painful unit nnly with the mme of the Contractor, busines^ telephone t , and the numN1 of the vehiclem Iciteis not less than five(5) inches high on each aide of the vehicc NI vehicles shall be numbered and a ree.N kept of the vehicle to wh.,[, each weber is Assigned. No advenising shall N pem, ll,,d on vehicles, except events spotssored by the City. 5.0 SPECIAL WASTE, INFECTIOUS WASTE, HAZARDOUS WASTE, BIOMEDICAL WASTE. BIOLOG ICAL WASTE AND SI.UDGL The Contractor still not be ,,gIi,,d to rolled and &,pore of- — waste (except white ¢oaiswtd household fivniutre), clean debris mt-,,—waste_—dour --, biomedical .taut biologiud -- or sludge bra nay I&, mah service to the S—kc — All such wOenion Ind d.p.Ifol th­-f m this—,- when d— b, the C.--, shall be u, ljl compliance wish all W-,, ,- and 1-1 — -d SECTION C SEIiVICES'I'O'0' PEliFl>ol—CII IIY'1 IM CONTRACTIn' - RECYCLI\GCOLLEC'I'ION AND DISPOSALPROGIUM 6.0 DE.SCIIIPTION OF THE WORK 0.1 The Covtra,eor shall collect vl] newspaper, glass three color separated, (green, bbi-, & clear), M—itt. and bi-metal wru, and mixed plastics PtibbNylene tefephtholate (PET) end high dotrsily pblyelhyl—(HDPE) Tout for Ilsepurpose ofrecycling fromall single Emily home, multifamily is of four(4) will under common—Ithip red individual mobil, I omes within The City of Long —A Tb, collection of ruyclablea shall be -Ibitt ed though a buck side sort sy,tem. 6.2 Frcau .ff C.Uai—'I'lb,Contwctor shall calla, recyclam ble, Boresidences—IN. e serviw area at least one (1) Ivm per week The day ofmllection shall be on the seine day as one of Ne collection days for gubage or yard waste. 6.3 Hoar, of Collee'o COI—Ot shall begin no earlier lhmr'/:001.m. and shall cease no later Ihmt 7:00 p.m.; provided however Mil m the e of emergency o unforeseen collect Iwy be pcmlitled vt a In, oot allowed by Ibis barograph followive appfovnl by the City, 6.4 Ptibit of P'eknp of Recvdabl- Collectionofreeyditbles shell ba at evrbslde er other such locatiens as will provide reedy accessibility,, Ibe Contractors collection crew and vehicle. 6.5 Iteeeotud- The Contrae—lEtll pick IT all yIENIs which have bun properly prepared for collocton and placed in recycling comainers and set at eutbsidc. The City shell dirt bate Io each residonee within the serviu area one fecycling contamer N, the mat ,W, to be wlleacd. I wsl of 11— contain,, will be borne by the City. Containers may be imprinted with It logo vnd/or recycling theme as approved by the City. Method of Collectin o[Iiecvch btu UN— otherwise agreedm writing the Contractor shall separate at the point of pickup, all newspaper, glass three color separated, (gfun, brown_ & Ilea[), aluminum vnd bt-metal —, wd mixed plastics (PET and HOPE) into differe of the c.T—ion vekcle. The C.Pit— or shall make collections with a Conmsof b, and disturbance to th, householder. My reoyolebles spilled by the tractor shall be pi— ldy. —cling cont;imibb shall be thoroughly emptied and left inverted a the proper paint of wllmtion. 1.7 $ Re -. IiecYding collection fora dwelling unit shall be made on one.11, gerbaee or yard wasa mlkcl ton daec The 6tY reserves the righttoaenyCantmetnts vahieles neceas m—'am weer. nllcys public ways inside tAa City rou¢ m the dispqul sae rncit ism the imerost of the general public to do it. because of the condition oflhe sneeze or bridges. 'fhe Contmetor shall mo rtupt titeregulazsc—I, or quality of service bmnusc of street closum loss than eigbt(g)thoun in J—ion. The City shall not ify the Contmctorof'tmet closumsoflonger duration - turangetrwns for make will Ic made in a tnmtms mtixfmtory to Coaled., and City. Customers under this oont— shall receive reasomble notihcation of the schedules provided by the Contacor poor to commencement ,f service. ONy local truck routes shell ba used in transit, ides' used specifically for the prpou ofcolleuion 6.N Records and Report n 1�li— The Cornea., shall be rssportsible for maintaining iM rmation end rewrds adequa c to determine participation rotes and weekly set -out rates by peren� 6.9 Ns rke'ne o[ReuwGvblele c The Contractor shall be totally responsible for marketing the recyclabies collected or othen rimgthereuseofdtetecyclables. Tothe extent possiblo_ based on availability, capacity and tcosvmnble prices paid for the na-ml, the for shall nuvket the reryclablu thmugh local businesses. The Contreetor shall deliver the recyclabies to a Iocai processing mci"y as approved by the City. At no time 'hail recyclablc=Iit, l be land filled. fi.lo lieven es Ce tnl from fteevel'ne The City shall hold title and ownership to all ^� r yelablcs collected by the Contractor. All revenues gereatad Rom the sale of—y'llibl" shall be [♦gyable d rec ly to the C tv by be ;0iylg.R[—ne f AM 6.11 Foe t The Cooraotorshall1—on hand it ell times andm good working o,der'ucb equipmmn as'bit p —h the Contactor to adequately mtd cfieiendy perform its coottaetusl duties Equipment sballMobtained Gotn nationally kmovn.wd rncogn¢altcanuGuurers of reycling equipment end shell be kept in good repair, appearance, and in a sanitary and Olean omlition at all tinter Collection vehicles mall be designed to be driven Rom both sides and have sepaatecompartments into which tle diffi—t recycled materials mtny Nk placed. Ptior to Purchasing equipment it shall ba the respotuibility of the Contactor to detertrurte the variable spode, turning adii, ceiling heighi etc. of the areas in which the vehicles will be operated. The Contactor shall have avnilnble reserve equipment which eav be put imo within one (1) hour ofany breakdown Such re.'erve equipment stall correspond in sirs caul capadty to the equipment used by the Contractor to perform the wntraetual duties. The (bnvoernr may add Ns nmrte and business nlephone number to each side of the vehicle. Tits reu ofthe vehicle shall cantor.. signs warming the public oC hequent .tops- All vcbicles 'hall be numbered and a record kept of the .chicle to r,hieh each ttumhct is nssignud. No ndvatiing fall be petmiueJ on veJticles crxpt for that approved by the City for promoting the recycling proganr. G.12 I'11".. g'n of tIe liecvclin e g Pmmotion and Wuration of the City of Longwood cifccos about recycling is crid'al to the success of the recycling program. The Cty mill develop a promotional did educational program at no cost to the Contractor. 'lime Cant ,M 11 l .111 d—llilhllllo TM. vd implen nofthispmga rcluding but not limited to n+ultation with thcadvenising hrm. public �appearvtces in support of tho program, use of ccydmg themes colors and logos on collection vehicles and containerz distribution oFpromotional literature. etc. 6.13 l uhlie Relvfon At the begutning of the Contma term and each year follewing. the Contractor shall ie respon ble for notifying the cit'vens of I—gwood, ie the form of a fryer he'unp.1on oradverhpnS about the recycling program including the types of nrnteria� to M mcycled and tanoe of panioipation based en the etrv'vomnental antl mandate objectives SECHON D SEIt ICES'10 RE PEBE MEI) RY"PHF CONTRACTOR - YARO WASTE, PROGRAM 7.0 IIESCRIP"IION OF THE WORK I.l The Contractor shall -11— all yard waste xs defined in Seotion 11 aom all single family homes, multi- Iy unfits offour(4)units under common owners WE vtd individual mobile homes within The Ciry ofioagwocd. 7.2 Frea a ev o[C Ilecf'on' The Contr rshall collu'tyardwasteBomresidenceswi— the s nl leas ne (I) time per week on Mondxy or TlleSday. Collec wdl be made kr rhos stomem who are mused due o holiday on the nett regularly1s,h,dulcd collection date, c 7.3 lio no[Collee'on Collection slap Mgui no earlier than ]:00 a.m. and shall cease no later man ]:Oft p.m., provided that m the event of cmeagency or artfireseen cirwmspnces, collection maybe pemutted at a tintenot allowed by tha paragraph 6Ilo.vivg approval by me City. 7.4 PyinofP"okuoa[YaA Waste�Collationofyard wasteshnll be at curbside orother such locations as wW provide ready accessibility tothe agCity uohcollation sew andvehicle lfev appcopriate location oannot be reed ripen.NCit the City shall designate the location. 7.5 Preo rn n ar Yar 1 W xste [e Collor' �n 'the Contractor shall pick up all yard waste gwremted fiom residential units whidt hav been PropedY Prepared aria storeA for w111— on a, rnunws: Yard waste slap be placed in biode6 dable or plastic bags xt curbside or at such other single collection point os irwy bengreed upou by my Contractor and the customer The yard west, shall also be Gee of payee plastio, meant, glass and Omer conuminants prior to placement in the vehicle. Non rind yard waste shxll be collected providing that it doe xceed four (4) feet in lengtho fnur(4)inchesm di.—, nor be greater then fifty (I.)po-, in weight for any bundled piece or segment. Yazd waste exceedinn the« dimensions nod weight shall be colt-c d by t special service. whidt shell be xrranged between the customer and the Contrneaor ate fee ns approved by the Cily_ Contractor shell collect up to a total of 10 yardwaste bags or bundles. 7.6 Method of Yar1 Waste: The Comacmr shell make eo11, ii-I will, a of noise and distttrinnce to die Householder. Any yard wasta apillad by the Conlaaor i,all M immediately pinked up by dte Contactor. 9.6.t n toes 'nc� Gtnwctor shall mt be Wilredm collectyard.ci. fiom nYIld once of want lots. h wi0 not he the respoasbility of the Commernr m reanovc yard waste resulting liom claaring properly for building purpous ].6.2 prodeetivity Stnndards for Yartl Waste C ly Ice�ion� 'the Contractor shnll provide a p—id, e ,,l,,d ly pi tion plan that provides 1—il,,, i. ntanpowcr and equipment to provide scheduled weekly pickup ofyazd wane to all units in the collection area. Yard wane will he containerized as provided in specifications. Contractor will delivu yard waste to County Landfill and be charged an eppliosble disposal fee 'fhe Can or shen include the initial sahing and equipment ntirmtion plan vm the bid submission. liuute: The City rexrvos the right to deny Contaelor's vehicles access to certain streets, alleys and public way, inside the City to the disposal site where it is m the interest of the general public to do so because oCthe condition oFll. meta or bridges. 'the Comr.— shall mrot interrupt the regular soteduleor quality ofsaviw because of street closure 1—than eight(8)hows is dtwtion. The City clan notify Ne ContaCtor of street closures of longer duatian vW arrangemants for servicewJl fix awde in a tmnner vtisfaaory to Comracwr end City. Cunomets under dtis contact shall receive raasoemeble notification of the schedules provided by the Contactor prior to commencement of service. Unly local truck routes shall be used in transit, unless spwifil,"y used for the pmpore ofcolleuion. Ynrd Was e Di ­I: I: "fhe ControNor shall haul yard waste to oNy FDfP parmitted dispoml site(s). os approved by the City. Th Cbilll be 'bl f d d'�ops I f s. The City has eted into anate irloeel ag--t with Seminole un le Cory to cooperate in N developing solid waste management and recycling programs for Seminole Counry- The er biddshe—ply ply end shall fitnction in acwrdance with the time f amee om evined in the Management plus and shell comply with dte terms end conditions of the Solid Waste Management Imerloeal Agreement buween the City of Longwood and Seminole County dated ] —U 25. 1995 and any and ell amendments thereto. and the Mmagemea NJ — adopted pursuant to said ,g—t—, llte City s intent is to obtain the but possible prices far the cili s of L—gtmiod_ The Contractor shall provide the ul s speeilicd of the B111 Form. 'I'o the beet kno.vlulge of the City of Longx'oodda,rmnt Management plan dues not reguite solid m be lake. to a Seminole Conmyf ih,Y. I fthe Managemem plm, is amended.nd the .� endnu s1 in an inane.or deuevsc fi'on, ihedisposal rote as provided on the Bid I=onn, tho Adcdoatment p,ovmes foradioae» ena m dill —I charges. 'fhe Cont I, sholl hove on hood a, all imes end m good working order such egoipm,ent a�s1.11 hermit dto C-b—, to adequately end elficiGn ly perform its controctu;,l duties. 4q p—lstill Icobfincd fiom wtionatly known and recognized manufacturers of collection and disposal equipment. Collcotm veNcics shall be of she ea,clo d loader pecker type or other vehicle designed to allow for of li- coR-ilb of yard —az Tee equipment shell be kep, in good repair_ appearm,ee, end m a sardtary end clean eomdtio. nt ap times The Contactor shall hove vadAk, re a equipment which con be put in e within ono (1) hoar of any eak brdovm. Such reserve equipment stmd correspond m sinand capacity to the equipmem used by the Con II perform the c ual duties All vehicles shall be numbered and cord kept of the vehicle to which each .umber is assigned. No advertking shall he permitted on vehicles except f, the promoting the yard wale pi grwm. 1i.C'1111N IK OUAII'IV OF SERVICE g.l Cont is OII'cerls): The Contmctarsimll assign a quel person or pe' o by in charg�otfthe opemC .vithin the servirm area -The Conlmetorshallprovid,ll,the of lFese persorry to the Ciry. 1Nbmation regarding the persons experienoe and qualifications shall also be famished. Supervisory personnel must be present on the routes to direoe operas satisfeuory rturmu. Said supervimr(s7 man be avnlleble for consultation with df City QifC, atdlor h-pt rc) th,11c cablelime apernotification ofa request for such consulwtiot�'fhe supervisor(') shall operate n vchiulo which is radio equipped. N.2 Co Uae o[Enrlovees: "fhc Contractor shall require ellemployecs to be courteous al ell ttmec eo rtvrk quietly and not to use loud or profane language. Shins will be required at ell times. The Connector s employees shall Follow the regular walks for pedest while on priv to properly, shell not trespass or loiter on private property. shall ass prapeny to adjowng propel and shah not meddle or temper with property wNch does not 'hold not corccrn them. Eaeb employee assigned to drive a vahide shall at all carry e valid drivers license for lFe type vehicle driven. "fhc City shall have the right w make a compieutt regarding any employee of the Contracmr who violates city peoviaions hl—1 who is wentory negligent, or discouneous in t he perforntenee ofl. employees duties and may suggest action to be taken. &3 Lmolovice Unform l2ce lotion.: The Connnctoi' solid wane collection employees shall ana uNfarm 1'zaring the compretys name. 'Ihe Contactor shall furnish to each employee identifying badge not less then two end oue-hnlf(2 h) inches in diamner. witF numbers azW leuers at lean one (I) it Jt high timployees shall be requied to wear such badges , hile on duty. Prlpbo shall berequir d to wear such hedges while on duty. Lettering stitched r identifying patches pemtanently aneched Id uniform shins end jackets will be acceptable The Counselor shall keep a record of employees names and numbers assigned. &� Comol'in w' 1 S ate Federal nA Man'e'o t tv: The Contractor shall wmply with ell applicable City_ Smte and Federal laws dlfng to wages, hours_adl all otherapplicable laws relating to the emplapnent or protection of emplgmes, now oe hereafter in efieet, meluding scree ring for drug usage. M Fa la or StanAvrds Aet: "FL, Contractor is required and hereby agrees by cvewtion of 'his Contract to pay all on'ploycca oat leas than the I ed-,l nvniinum wage and to abide by other rcquimmenls a, established by the Congress of the United Sores m the Foir Labor Standards Act a, amended and changed f om time to time. 8.6 Gaclr vehicle operator shall of A times carry a valid Florida d6-', license fr the type of vehicle tl., is Ming driven. 8.7 The Contraotor ehall provide operating and safety training for Al pe ld-L 8.8 No person eWl M denied employment by the Catdraotor for reasons of race, sex national origim creed, age, or religion. 9.O CONTRACTOR'S FACILITY 9.1 llte Contmetor shall provide at Ns expensr, a suitable facility Iocated within or near the City -ffd wood withl, teldid se.dkdherecomplaimI fromresidents and/or by the City swffsltall Ge received, recorded and Iwndled during normal working hours ofeach week and shall provide for prompt harvlling ofenergency complaints and all other special or emergency complaints or wLLs. The hcJity shall contain an office, yard space and a maintenance fcility o repairarq house vehicles and personneVmanagenreve persomtel. The Com,,—, shall be required to house a lx—, snpervtsor/opeamions manager looemd oear or.vithid the City ofLongwood six (� days per week during working hour, m manage the 6cility and day to day operation of the company. SEC I'ION 1; ItILI ING CIbkRG Ir�3,AM]lRA_IFS ICll DH.LING 10.1 jdjl and Cvllratiov 5cry aes. The City of Longwood will tW msponsiW 6r the billing and collection of payme is far all residantial solid res w collection suvices, idenlinl recycling, and residential yard wade collection services.azThe Citymay bill residential solid waste custotrars on a monthly basis in advance. 10.2 M-datory St —I. All resident�al wits(single ormWtiple dwelling un:ts7 shall have service provided by the City's —idential solid waste collection Comrnetor. Occupants of Al residential units (single or multiple dwelling units) shall be responsible [or bills rendcred by Gil, 10.3 Deft. — The Com,actor sEill dw..ontinne scrvioe when t111-ieed by the City due to von -payment oP monthly charges. 11.0 CHARGES AND RATES 1LI Rs oeol R;Heh Aatit_ The disposal ease is calculnted using a dollar per tan formula. 'fhe initial disposal rate is calculated by multiplying the tipping fee tunes the annual tonnage generated (the residential nual geneation b dt,); i.e. 1.2 tons per yea, X 536.00 (disposal rate). The Con s responsible for developing tlm disposal rate fact,rs(a—,[—,NI estimate) to be used inthe oe tttblil and the foolorsshall be provided on the Hid Form end in Section 11 ). 'fhe City does not make any representations as w the acmal tmatage generated by each haysebold. at,d ne n ldili—1 comp—tion will be paid by the City for chx , in the solid .vasty ge i-d! or disposed. 11_ The City will pay the Comractor for Residential Collection Sern wrdance with the rates on the Hid Fomt and generation factors eaablished in the bid document. Payment will be made by the 151h day oflhe month following the month such service is rendered. The payment due will be ba—1 upon the mummy number of msidcnlial eustonters billed. 11.3 A I'i. n C-tta Any The i i1" anJ ra estnblislrcd in the Rid shall 1 of lx n16ja1 to any citavge durinet�Fe 1rnn orllte Coalract eeeep. as provided in Section F hcrcinn(ter. I I., 4i'la en t to Otier Costs ReueainBgm,g oMay 5. 1999, end —,illy theafer, the Cont— uy eligtDle, subject to compfialce witb all provisions of IFis Section, to receive an annual adiuwncnt in Ne Collation portions of1hd Residential Garbage, Yard Waste, and Recycling Collection Service tales as set boll, in the appropriate 2 hibits attached hereto. Should the City oflmngwood fail 10 grata an'maense when the Conlmcwr has submitted reliable figures wbslw acing an didi2dd iii' aIingw sofover5% foul the preaa us year, the tympany, upon 120 days ndvmee notice iv writing 10 the City_ shall have the option ofce didg the Contract_ At the second yeae of the Contract (May 5. 1999) and every year thereafter. Ilse poniov of Ili rates set forth on the Bid Fom1. Page 19which do not represent oasts ofdispovli may be increased vrdecmamd by the peraemage change in tho Rettrae Rote Index (RRI) from the base month, which shalt be Deecmber of the prior preceding year. «t December of the preceding year a9 eovtimed in the most recent publieolion of the wi,rt. documents listed in Rxhibit al. Therefore, the first rate adjustment will be based an the percentage chvtge between the December 1992 indices and the December 1998 indices. 11.5 Fn'I r ..Submit Financial [nfnrmtt� : On or before February 15th ofl-year the C1n1r r shdi deliver to the City air Operating Cost Statement for the period ending Ueceanba 31 N the foal i,I forth in E-bil 42 and vs may td filnher revised by the City p fun ime, —id,, mC rmation for the spcciftc m es erformed older this Contr �e ifthe Cont—or fails it, submit the financial inform in the required form prior it, February 15the it is agreed that the Contractor waives'the right to Ibe RRI .vte ndjus mfortbatyevr. Failure to provide the finaeial inforvlalion doe, not preclude the City fom appiyiug d t, RIC using the poor yws fi—ial data if thus application would result m a decrease in the Collection rates. Ifdw failure to wbrtul the ii rmation is the result ofexlraordin or vnnsl.ni oircumsrnneu as demonstrated by the Conlracmr. the City may consider the annual RRI rate adjuamtenr. As ofMay 5, 1999 or such othu deltas i......... ally agreed 10 by the City and the Comractor. and armMly thereafter, the City shall give notice 10 the Contractor of the RRI ndjusmenl 10 the nppropria.e rate atnl co al schedules set font. inF hibit p_ i.6 gJ' f ll Cb Cost : The Contacor may petition the Cit, for le edjun on the buisofe>;t aordinary onJ unusuol 0 ges in the cos.s ofoperalion 11"d wind .,.I --Aly h I ... , by :, p.udenl operator and which_ by all reasonable capecwn.nc, will eomunle Unusu:Idt:utges in itscort ofd,,iag business ore Canter clarified ised laws..rdim,iwes or rr�ubtioms and changes in the location of disposal ate. if approved by the City. The Cunt®star 5 rsquuvt stall cb saMtvntivl proof vnd '.itbbti nto support f ho needfor the cute adjustment. The City Imoy approve or deny the tequcsV, in whole.' in pwb r negoGam a mmpmmise wnc ml, the'agues wit"m sixty, (6u) days of'eeeipt of the-,—, and all omen addili.nal iai .nmi.n agaimd by tM city_ The City also reserves me right td negotiate a change im the scope of services based upon suet ehangee in laws, ordinances, . regulations, and the Canada' shall n, namesalily rcfux to negotiate am.h clanger in —pc of —dik and vpplicabbt rats n=g rednambd w same. Aaual dlff bt.— in number of—ib, in the allecti.n areas, unibs requesting twioc weekly Mrecycling and/or yard wvne participation aces 6om the information sopplled wim thbid e packet information will not ba oonside'ed an "unusual c.nditlo'i' subject to adjunmeut bt dc' mis caution. A. cte Reside 'al farbae.C'fac is Servim. The Contractor and the City agree That age the Average Annual GarbGenc on Fouor for Can Residential Garbage Collmedon semv (avenge tons gencated per h.uschold)ir 1.144 ,. IN, factor having been developed by dividing the Garbage Disposal Rate bid by the Contactor on tbo Bid Form by the current gvrbage tippine f at the Designated Disposal Facility of minty six ddllare per ton) n the cent the garbage tipping fee changes dnring me term of this GontlaCI as a result of a gattrage tipping f c rate thence at the it iigne,ed Disposal Facility, or the designation by I,, City ofa new Designated Disposal Facility, the Garbage Disp-d Rat, currently in Ere. will be adjusted to M an amount equal to the Average Annual Garbage Generation Factor for Cart Residential Garbage COII-iti., Service m.ltipli.d by the new garbage tipping fee at the Designated Disposal Facility. 11 .' den'aI YeN Waste Colleoi on Sery ec. The Contaet.r and d,c City agree that the Average N,nual Yard Waste Generntion Faeaor for Residential Yazd Waste Colledi.n Servite(auerage toms gcneated per household) is O,.aSs_torls.(This factor having been developed by dividing the Yard Waste Disposal Rate bid by the Contractor on the Bid 17—d by the curent yard vwste tipping I'ee at the Desig—a d Disposal Facilityofthidy'ix dollars per ton) In meevent the yard waste tipping lee clangca during min term of this Contract as a result alibi yard wale tipping fee rote ehsns'e al me Designated Disposal he designation by the Ciry ofa nee. Desigtvaed Disposal F—fily- the Yard Wi- Disposal Rate — -flyin foroc.vill be adjusted to Man amount eq.ai t. the Aver4e Annwl Garbage Geneation Factor for Residential Yard Waste Collcaion Service mnit'ytlied by the new y,d waste tipping tee at the Deslg.at W DSp.ml Facility. �vpeaatio,ss, will cominuc. Unusual ctwiges ofdoin¢business ore Ner tthclarified 1 ilea laws. oed'mances or mgrdntions and 6min f ,c bention of disposal she it ,pp,—d by the City. The Conttacbr's request shall contain suhvtantiel proof and uaifieetlon ,o support the need for the rate adjus0nen,. I1,e Cky may approve or aeny the requui - whole or in par, or negotiato n compromise wncerning the request within sixty (60) day, of,,I,ip, If- Iques, and alloth¢additional information r,q.i,,d by the Cty_ The City also rcverves the right to negotiate a change in the mope of services bused upon soul changes m law; ordi—ml, or regulations. and the Cotrt w- shell no sarily refi.se to negotiate such changes in mop, of work and applicable rntes, foelud ng -Ili.. in same. teal dilteron,es in number of units in rho collection areas, units requesting twice weekly recycling and/or yard wastertic paipation tes fiom the rainforation supplied withaihc hid pucka information will not be wnsidered an "mnucual condition" subject co adjustment under this section. 11.7 ldinftmemis t, U"soon iCl re h Conirnotor agrees that the disposal fee shall not lx subject to change during the term ofthc cantrac� sccPloN c CONTIIACT PPI2FORM AAMPEN Al .11:I oElI. L. 12.0 CONTRACTPLRPORINANCE 12.1 Wit: In the event the Conlauor dcholts in the perfomance of any obligations to be performed by it hereunder. City shall give the Contractor written notice of each defauh co-op wined of. In titc event that Contractor fails or refuses to cure each def ult within thirty (30)days from 6pl efsnch notice. It. City_ ntay al r option. tentunate this contract. In the event default described herein, Contmetor shall'be liable to City for all damages including but not limited to reesotlable anomeys fees and Coup costs. 12.2 t; a.son, Ciry shall designate a representative to act as a Liaison between the City and the Contmetor. Such perm- sMll be authorized m wort with the Conraetor N the pertormvncc .iyhis/herobligatC-undertheternu of the Cont t to settle complaints ordisputes ting ender the Cntr ond, in general, to assist the the Cenrcaetor in carrying ou it, duties hereunder. Contractor shell cooperate with such person in every reasonable way in order to fncilimte progress fthe work az specified in the Comract- 12.3 Ripht o Reau're 1'crforn nee The Oil— of the City tit any time to require performance by the Contmetor of any provisions hereof shell in no way affect the right of the City thereafter to enforce same. Nor shall waiver by l he City ofany breach.1 provisions hereof taken or held to M a waiver ofany soeceediog breach of such provision or as a waiver of any provision itself 13.P COMPLAINTS AND COMPLAINT RESOLUTION 13.1 The Contractor shall prepare and maintain arogo, efall valid complaints and indi-1 the disposition ofeach complaint. Stteh record shall be available for inspection by the City during anal btuittesr hours. The forth shall indicate the pereoos name, address, date and time the compEint.vas mecivcd_ and the date and time the complaint was ruched. 13.2 Servico Dirnut— Disagreements) between the residential customer andthe Contmetor mgazdmg service shell be reviewed by the City within five (5) days 0,, s.btu,t.l of inch disagreement. The City RcPrese O ivc or designee tray require the C-tmetor to take specific-m to rm'ol—uclt dispoteit, aceordeaee with the Contract Terms and Conditions. 1J.o PENALfiES ILI It is the intent ofthe Cl, to ensure that the C -tractor provider a quality fuel T Solid Waste on ces. 011- Allwmplainar received by Ciry and reported to the Contmetor shall Ne pmmptiy ewwlval. The City will notify the Contraaor in writing of the viointion end the 1 the Can will hove twenty-four ( hours to n" lih tltc violation. In the event the violation has not heen cued within he the specified time limits. adminrswtive charges shall be:ssmsscd in the following amounts: A pailure to olcari up epilled solid waste caused by Contactor. 520.00 per incident per locution. e. Failure or neglect to wllcu solid waste fiom any premises at or within the times specified within: $20.00 per incident per location. C Feilore or negleu to complete each route oo the reguly scheduled pickup day: $250.00 foe each route not wmpleted. D. Failure to comply with the regular scheduled times ofpickap: $100,00foreach6i violated. 14.2 The City mty assess admii,LI—ive charges paawnt h, the above schedule ono monthly basis during the tcim of this—h-t. API'ENIOX 1 SP,R V ICE AREA AYI) NOT— 'fhe monthly nvemgeofhoushold uNts Nthe mllcavion iuca ll the puss 12 munchperiod is 4,500 u _This animate will N, used for ell bid cnlculatiom. Upon award ofthe bid. art authorized re'h,, eofthe —endat authot�zedrepresentative ofthe Contra rshallsurveytheunits Athz Contract area w verity occupancy ild d improver) pn�pany for purposes of billing wader this Agreement. All residential bills will be moiled to the otmer of the improvM prapcny by the City. The City will verify and upd— die reecrds of Ihow households within the Contact area. The essful bidder will be required to provide manpower d, repres'—Iwe above to obtain this information and be pr,—d Io start xrvice no later than h1ny 5, I99li in the collection areas es specified. H. SFRVICF, TO CITY BUILDINGS The Contmaor shell providesolid wane and recycling collection and disposl service to the following City ownedm pe d orated Gcili,ies at no charpc1. the CiD, 'ihe 6equeney of service shall be no Icss Than h ice weekly_ the Contmetor will famish ecoeptabl, wntainers: I.) City Ball 2.) City Hall Annux 1 & II 3J Comm1mity C-l., f.) P,,blic SafetyOep—,,l& Public Safely Annex 5) Two (2) On Stations 6_) AD Parks end Ploygrotmds cd—nily Servi'&Nblic Works Facilities 8.) Watnr Plants l mrd ll In addition to O-iding dumpsters of Ilse locations sp llwd above the Contactor shellprovide121 wo 20.ywd open top roll otfconteinera for the Community ServiecslAdmininretion, located et 180 C Warren Avc A rental fee shall not IN, ehargsd; However. chc actual disposal charge for the rolls .lib only may be billed to the City. C. SUIISCIZIBER NOTIFICATION Pao othestart ofwllection of rcaidentlals Wware.h shall be the responsihihty of the Contactor otiW eyeh residential unil es to the scheduled date(,) for pieAup(s). The City mserves the right m nave the Coo¢acmr d,,1,Dl to nddieonal'mr nnatlon in its bebulfat Ibls time Itcfnse lints Index S.-- The Refuse Rate lode., adjuninent shall be calculated in she following manner_ I. The expenses ofihe residemial.lid,—-Ileclion operations in the Service Ares for the designated fiscal period shall be prepared in the f nnat rat forth on Page 55. Convector shall provide actual figures in reporting. (Operating Cost S(atemen-Dcsniption)_ 2. The expersesofthe residential solid wastecollemioa operntions in the Service Area shall be broken down into one of the dllowiog five cost md,gorid,: Labor; Fuel Vehicle Rcplaeen i Maimm�artea end All Odher. 6'adt cost category is assigned a weighted percentage fi,-, on that cost category'¢ proportionnm share orthe tote) of the costs shown for ell cost ravgories. 3. The following indices aze used w calculate the adjustmem for each cost ea,, The shad, in ach index s calculated on a twelve nwnth fiscal period in aocordence with the terms of the Convect. Cost Cute I Oei' labor Gnploymeot Cost Index, Compenmtion for Service Producing I ndusvies_ (Swice Producing:Publiclltilities: flectrid_ Gesand �. S.""' Services) Sourcc Y hl L bo R . Us. Bureau of Labor Statistics. Foal Producer Price lnd-Light Poll Oils- 92 Diesel Pee1(057303), Sonrm_ Produce Price Index U.S_ Bureau of l-d- Statixties. Vehicle Replacement Producer Pr ice htdex, Tntck&13us Bodies-Rn— &Garbago (Packer T)pe)(3]I3-139). Souree:Produeer Pice l dex. U.S. 13-- oftatwr Statistios. Vehicle Maintenance Producer Price Index. Industrial Trucks&Tractors-Pane (3537-3), Seurce: Producer Price Index U_S_ Bureau of Labor Smtattcs All Other 3/4 Consumer Price Index, U.S. City Average (Unadjusted, All Urban CUnsvmers, All Items.) Source. C,­Yj99 I ,dex Deta led Rcoon. U.S. Bureau of Lahr Statistic, 4. The pereemagc welch,for—I. con. is -I licdbythechangeineachappropriateiod- calculaze a weigh- pemenvec for each tron category. 'rhe weiehted pereemage changes for ench cost uitegory arc add'd tngcther to ralndate the I" Id Iintelnde.v(seeexample)- r Rxeunrz aeras<� ante lade. one List payroll tax accounts dimetly related to the nbove salnry necounu Fuel: U,, A fuel and oil Vehicle R,L—,— Lis, all collection and collection relal d vehicle depreciation accounts Li,, A vehicle I— or rental aceottvts related w Collodion or C.11-il. related Vehicle vehicles. List all C.11—i- ., C.11-m related vehice pa,, acc—lm MI Other: Lin all "I" "'p"" related 11 the provided underI, d,, ,, Contract. Thil —18., ddl, 11 u--1 including 9--1 liability, fir,. _k d.—. ,Mlilid and employee group medical and on property, —1, ­­ and p­­: ­1 and p.­,al propel taxes: telephone and ocher .61ill, employee onif ' safety general yard r,paiex and—ml—l. offiw supplies: pone,,, trade associationd..s and subscription; ad—i,mg: —pll— l', or ­N shoring- miscellaneous .1h,, expenses E,hibil3 Itefuxe 11— lndez- NIRP E—ple CUInPny % Chxnge In weighted 1993-19Y9 Chao nC:oer MonthlyLaIndex. Review CompenstionforfluofLaborSarvcc F Produ6,42,13% Induslrics. 0,75% 031% Index Ligirti-I Oils Bureau oPLabor 42 Diesel Duel Slnusties S.ti% -G 09% -0.3>% Vehicle Producer Price Index. Trucks& Producer Price Index. RePlacemart 13uso s- 13ureuuofLebor Refusea,bage &G Sutiatics CPaeker Type) 13% 0.4t% Vroducer pries Producer Price Vehicle Index Index, Mainmuaacc lndnsiriol "fnrcks Rureau of Labor &'Cractors Statistics Y4 Cunsunrer Prig, C—mcr Price Index U.S. Index Detailed City Averegc Report, All Other (lJnadiusted), 13--fLbbor All Urtmr Stntistice Cons 3595% All items 252% o" Total 10000% 1 1.32% «� ,, / �, �� �, - nrzni mo P m�a /ENO cc. 'n,...+ e mrJ.n•�n.am,n,.im..ro[n„o >.<,:,n...I,�n>,n.aofurfGmvLL�,:),,.�u"Y ,.un _ 6 1 „ y �,• --y cn iod s s .4 wii s - .id,,,/ „i � o RlnitOU c� tr 0�T0 N.ii}Ofi��x.bT siu'er r,19J� .hy & C _ L �I C ) �tCc ✓/' �__ x� 1n ne�enY nme�s�nm ana ag eea. 1> n,e same of cne pf. aP l .� �Fangea. xn. 1ze9e r me r e g� a can«a�c 2) The cep is ch g co car P d vich eFe conexac e. f ... 6, 1998 and en r g 6, 2003 ce. co®sec g hnr 5, 1998 and end 8 Y 2003 1. aified F sae. ..id bond shall be. s 3 c co .11 hall y 5. 1998 and is s g , sea and deced chi p 1 30, 1— c