Loading...
Ordinance 93-1132NHEOEAS, the City C—i.i.n has determined that it is in the best interest If the City f —­d that an exclusive franchise for Residential Solid W.— Collection should be awarded to W.tI SECTION 1. There is hi —by q--d to W—t. —,—t If 0--, 1.1. (— ---- - '—d—'), an —.—i— right, privilege or franchise t, provide residential —lid —t., recycling and yard .,.te collections within the City If Longwood, all i, accordance with the General ..d Technical Specifications for Solid Waste, E—yt1i.g and —d ft— CIII,ti— within the City If —­d, and Exhibit 1, Billing C—td— Agreement, and AP'..di. I, ❑nits Information, t.,i— of which are attached hereto and i.—­—d herein by -f—II as c..P..it. Exhibit "A" For regularly scheduled —lid —tt, ..—id. collection twice per —k, curbside recycling collection once per —k and --id. ­d -- collection .— per week, (I. Mondays), W— N—q—t If 0,1—dI, I.I. shall be ­--d the — If $10.95 per dwelling —it per month 1— the $1.25 per I.St— per month billing and collection f— For regularly scheduled pick-ups .. — forth above, W,— Management of Orlando, Inc. —11 BI —.p--d $19.95 for sid.y—d pick-up per dwelling unit per month ($10.95 for handicapped I... the $1.25 p., customer per month billing and collection fee. SECTION 2: _ A__ oro_nancea ox is o£ ordinances in conflict w_ch any of the p visions of this ordinance are hereby -pealed daring the term o_ this ordinance. SF.C9ION 3. $EVESABILITY. if entii, n iiti— of a —tr.. of this —di nanill proves to he invalid, un_--, ox anconsti.tui.ional., iv shall not ne held to .i.nvnlidate or P- r the validity, fo_co, or ei£est of sr-y other section a t of this orrdinancc. SECTION 4: Ths ordinance shall take a£tmct o 1993. —S, nix➢l— -1 ;unn.F 1a_-, F-11D "MIx NN: _ SEn T,N➢ ACOP"I THIS H"'DAY OF 1991 *OL LOVAETYOA CSTY OF LOS.GWGROOE C TTX C _4pocoved a Y and 11311i.ty Por Lanee e use and—liof the cicy o_ �p CO_d� Florida only. 1C�K The foregoing ordinance aad franchise provided herein and all terms and conditions thereof hereby---, approved and agreed to this �Z day o£ y �1 ,I,,— 1111DOL fANAGEMENT F , YP 6T : T OO NC. __ E: f-X�+(O/T A LID WAS , HC CLING AND YARD WASTE o OLLECTIONS Y WITH THE CITY GENENARTICLE I TION LIAISON BETWEEN CITY AND CONTRACTOR All dealings, contracts, notice and payments between the ontractor and the City shall be directed by the ontractor to the City. The City's representatives for the purposes of sw a ing any technical questions with regard to these specifications; i. Purchasing The work outlined in these specifications shall commence nay 5, I 3. 11 of the r sulting contract shall be three (3) years eit_ the effective date hereof; H r , the City the right s t the e pri thto if theeYbidder f deaults to any one aof orere the ms e terand conditions herein specified. city Cmand the bidder for up to an additional two (2)year rperiod. HS1l LiZ. d--JSgp£_SEntative' Any representative of the City, whether o not a City employee, d signated as the it' a zedrrepresentat ive for the purposes of t ither i pec a provision of the Sifications ho innwritten communication from the Purchasing Director to $,ygdgy;_ Any firm, corporation, organization or agency iiodegradable or plastic sacks designed for solid th sufficient wall strength t n physical tegrity when lifted from the tip, s relya tied a top for collection, ith a capacity not to e eed t32 ga110ns and a loaded weight not - exceed 1E pounds. -1 W.— Shall — any —lid .—t. or liquid _d tie— and body P-tl; 1-1-Ily _ - contain— — rite which 1.ih hldid__9 —; —d d..p.—blI sharps, human blood, and human bloodplld.lt, and body fluids; and other materials which in the opinion E—i— —" Pl—lti.d Dilili-, ­P11111t significant i,l If illIltill t, p-1111 1—id, the ,.h.,ktihg facility. —11 d—d -- -- I— ...... I the capability If 1ilg di-1— — and —_d—, but i, not limited - bilh-d 111l, diseased or dead _i_e' and wastes I__ j transmitting pathogens t, h-11 11 Shall — any -lid w .. i ........ I.d ..ih-ld lddlt—, ih—di­ --Id pip. — steel,b,i.k, Mass, ceramics and It— —t- designated by the QIntndtEuct M.Akd -DgAQjjt—- ­Sh'n .. materials . generally-11il-Id ton ll �llbll and _dh_dl...:iI—', including, b, d.tIi.i— t —,'lhl, brick, asphalt i , pip,, gypsum wallboard, and 1—... ...ml, the construction 11 demolition project; and including molly — .— from land clearing or land development ti—d for . .... t ... ti" project. Mixing If "netruction and dI.Iliti.d Idbli. with other types of Solid in —ding --i— f..m a h.t ... ti.h '_ll iti.d hit. which is h.t fl— the actualconstruction —pi- pAgreemen Th. C—d by the city —th. — the P—f.ghhle elf the work. —t—t1�kll b7 substantially ithe form pld,i�.d i n these CP_--I_Tby p--- I—, incorporating the provision If the Specifications. q.g�It ....... "1..I=' organization 'kg.Y with h— the City h. I d Contract for per — lh...y of equipment his —ddly authorized representative.htdtj_ 4.10 s the a rewithin three (3) feet of the ibntained _d nightof way, whether the d publicly or privately maintained. urbside shall include any area up to ten ".I feet of a maintained road right urbside pickup" o "at the curb" shall m that s_id provided uch residence, pl.kidedesuch area is reasonably accessible to ailable nt r .able additional r approved by the City when ereq...ted by a subscriber as ack door" shall be given to disabled person(s) households, if rrequested, at n nil c sabl ed households shall be def fined oas al householdt oc Dupied by a single two individuals in which both persons are disabled 4.11 Garb- esni sall kitchen and table food w nl vgetablewaste that in attendant with o .... ltsfrom thn storage, preparation, oohing or handling if food materials, including by-products o e preparation or packaging of such foods or other matter. 4.12 bage Shall m a plastic o metal container snot e eed thirty-two (3z) gallons i capacity rs fiftys (S o) pounds i weight, that is durable, r istant, n -absorbent, water tight, rodent protf,uand 'shall have handles and tight fitting c Plastic -bags may be used if they a Baled plastics bags not less than o - f (1 1/2) mills i thickness and n capacity of not more athan thirty-two (32) gallons. 4.13 all solid ombinationW of e—idShw swhi ch, because of r quantity, en%,ti—ast physical, chemical, 1 infectious character istics,omb, c significantly ontribute to, a tnlity o sib1, capacitating reversiblerillness maysp...n substantial present or potential hazard to human ea hlth the when nvironment improperly man.sported, disposed of, estored, treated, or otherwise aged. 4.14 Household F Shall m all m vable compactible articles apparatus uch e chairs, tables, sofas, mattresses et , for equipping a house. 4.in Industrial Shall m any and all a bris and prod s generated e8by ing, food processing (except estaurants), mlandscclearing, any commercial shrubbery or tree cuttings, building ­­­1­ ' alteration (except I —If type .... t "ti"contract.projects whether performed by unit I by '_— i.1 -—I are not included in the .., IE this lateqti­��. —, —h —.. — .... -- by di ..... — may --bly b. suspect" 11 harboring pathogen .... ni— II-- 1—lti�g 1C.m theoperation If -di calclihi­,. —pit—, and th- f—i 1 iti� producing — .I which may"t butT—f, ... not limited t., diseasedI—I and mil P-1, 111—i'll1d bandages, pathological specimens, hypodermic _Idi., contaminated clothing, and surgical gloves. 4.17 hgndfjjjShall — Id.ly permitted,permitted, FOER approvedd'p­ depository for'hI P—'— 17commercial'final disposal of —lid t—h, .1 —t- 418 ty WEJ' Shall 1any type If 1C. I e1 t_�bility which separates specific recyclable products iht. --ih—i—d hits packaging for fT, subsequent t I secondary recycling —.i'i g f... (4) P--It living units, not including hbt',I and fl., (4) living —it are classified --- unless 4. 20 —, I City: Th. City If Longwood or .. authorised 4— A, —hi— .—h is not i, violation R ­Tl� . Shall ... I, process by which —lid —t., material which otherwise become —id waste separated, col to I I lNI".d th.f. processed and I I .—d — returnedreturnedreturnedform - materials product'. 4.23 Rgf- S-11 — .. y If rubbish, such P.P.1, --pi­,..dust, I—, and It— discarded matter, --di, recyclable materials. collection provided to persons..'Pyi� _ '..'i I, dwelling —it. — within the digh—d who are not receiving commercial ."ib'. lid W..t,. I.,I.dt. —f—, y— waste, 1— debris, .hit. special --, ashes, —dg, 1—— .1 .—.,di material, including lllidjtil�ilid' q from --ti, tiTg' d,41�t­ Shall .= solid wasteswastesthat — require special ­h1i'­.—' including,, but — limited `�d asbestos, white goods, whole tires, .. td t'tt., oil, mattresses, furniture, —d acid biological —t— f.r 4.27 �li gn W——h — and f S.Ii— shall y all g_b:,l ash which the conforms and storage requirements f this Contract. 4— —.d.lodes —p—ti— di—, heaters, f-h —11 ait onditioni ngs units, and other similar domestic hPP--- Y­d �-- Shall m vegetative —tht —Iti, from 111, m intenance, including h ..... l.ti.h - —, "h'.' shrubbery. -cuttings clippings .,d dry leaf Takingsmall tree , (.hi" .—I — --d f... (4) feet 1h length —h— in diameter), h—h.. .hllbl green other matter created in yard,. m The Co shall provide mandatory— — — Y 1idti.1 I tb —i— within the —i ...[posted —111 of the City of Longwood. This work ill dI restrictedto idldl --i.. institinstitutional— lY. it ill It include --iindustrial or ial, -titbI solid I The collection .....ti" " solid - — ral ­tb­ I—, regarding residential Information —Y f ... d in Appendix I. It I. the responsibility If the Bidder t. become familiar h and t, —I—i- 1.1 himself the and _bditi— affecting the If ..lid —It. —I the ...Y" ing should' —I and the particularly-— f —... The contractor should particularly take ..te f the The Contractor shall provide, at his — expense, all i ... .. Itb supervision, machineryandequipment,plantplt bbi ld� 9- , — and -y I-- t.—, equipment 1111.­j.h and things h...—.iy t. tools[ —b—d a —lldtti— —d di.p ... 1 It forth herein. —id dabIqe to adjacent public property — I 'b'11 i ..I i_yrepairI,pby I, any __—..I th—o its operations. The C.btt.Ct.'h ilth —ghi—b. of all —idtibg utilities and it �h:ii pdII with d- c,r. ib the vicinity If such utilities and shalliti1, ib.,di.t.ly 1—ib orhave repairedat b. additional ­dt t. the City any breakage or I—— —h— by its .,_ati— Soill — C-1-11 shall h.t lit-1 .1 —b any spiljbgd t I .... bupon the premises .1 thd rightd-lf-way ht It— y collect any solid waste that h.. not I... p refuse—i. the collection di— —.1. Th. Co I. placedih a receptacle, as provided herein. —ibd enclosed b. that leaking, spilling, and C11-119 1- th. Contractor —11 promptly p all DD"gQ.l Si —All solid wa rshall be hauled to FOER approved sites or facilities and disposed o those c—ties at the expense of the Contractor. v rification of s of Load and weight ticket may be required by the Citye RESIDENTIAL COLLECTION SERVICE The Contractor shall collect and dispose of all solid cept special w e (not including white goods ands household —it—), infectious h—dou: aste, bioh.... A us w , biological waste and sludge, from all single family homes, multi -family u of four m Mt, under oom.on ownership and individual ..bile collections at least three (3) days 'a part 6.1.2. o£ collection: Collection shall begin narlier thans'1 and shall c o latex than00 ): p.m. thec0 of a ergency collection may be permitted t times —t allowed by this paragraph, provided the ont...tcoz has r ived pri approvaorl fro. t ity, t be later e by a it— memandum confirming the �a ...1. u collection shall c n7.4 nda Suys holidays outlined ection ot the Bid Specifications, except in a time of emergency. 6.1.3 Poi of R ld n ial G bag Collections of sidential garbage shall be a urbside o such locations will provS de eddy sitiility ty t to the Contractor s collection crew and vehicle. The Contractor shall collect r a side all white goods and household niture withinthree (3) days of n.tjficati.n. After having provided two (2) collections at a single r sidence ox location, the C actor shall be allowed t ech—ge rate of SS On 00 (per item) for the collection ofawhit. goods and/or furniture. For purposes of disposal, the Contractor shall keep all white goods separate from other solid w The c may be a raged through educationalaI iterature provided by e Contractoz to n tify the Contractor at least three (3) days prior to placement of -it. goods and furniture —id.. s co ial llection se the shall providefor curbside pickups farwhite goodsa and/or furniture At n additional charge to the subscriber. The number of items shall not be restricted. The c actor shall bill and collect for rendering such iiS t c�sle = The C actor shall be required to pick up all garbage, rubbish�ihoue furniture and white goods generated from r ial u i which have b n properly prepared and stored for collection as follows: A11 garbage, and rubbish shall be placed in plastic or eta ml containers which do n t eed t rty-two (32) gallons in capacity r fifty(s0) pounds in weight. c bags may be used if they a Baled plastic bags tsl ess than o and o e-half (1 1/2) mills 1n thickness and a capacity of n e than t rty-two (32) gallons; and shall be placed a urbside o uch other single collection point a may be agreed up n by the Contractor and the customer. s ual household yard waste shall be placed i where it shall be collected in the s garbage and waste, such as, shrubbery pruningse pine gra lippings and leaves will be or c h as containerizedas n disposable ucbiodegradable pltic bags and/or placed ii separate garbage container foz collection. Non-c ntainerized yard aste shall be collected providing that it i s and bundled does not eed four '1) feet in lengthor four (1) snches i diameter, n r be greater than fifty (50) p—ds in weight any piece o segment of such m lals. Household furniture and white goods need not be and disturbance to the householder. Any garbage or yard spilled by the Contractor shall be picked up medi ately by the Contractor. Garbage r ceptacles shall he handled c refully by the Contractor, shall not be bent oth—i— abused, and shall be thoroughly emptied and then left at the proper point of collection in an upright position. SCHEDULBS AND ROUTES The Contractor shall provide the City with maps and info,I. ent at all times. If any change in the collectionDotes othe City shall be mediately notified f ing. The City shall approve all permanent changes i Dotes o hedules that alter the day of pick u t. Upon approval of the City, the ontractor shall n ify each —id— sid— affected a least n (�) days prior to the effective date of the change andethe Contractor shall publish a notice i wspaper of general circulation at least t n (107 dayys npritI the effective date of such route o schedule hang.. The I'll of publication shall be borne solely by the Contractor. The City r h right to ride o any route on any day for the purposesof auditing the route. The City r s the light to deny Contractor's vehicles s to cein s ialleys and erta public ways i side therDot City --general. t thetdisposal site where i n the est ofthe general public to do so because of the ondition of the streets or bridges Th. ontractor shall not i rupt the regular scheduleor quality of of street closure less than eight (e) hour.in duration. The City shall notify the Contractor actor and City. ustomers under this Contract shall c.able tifi.hti.h of the schedules provided bythe Contraotoi prior to c cent of s Only local t uck routes shall be used i unless used specifically for the purpose o£ collection. In case of a storm, the City may giant the s practicable after such s the ontract rsshall advise the City and the customer of the estimated time required before regular schedules and Dotes c n be r med. n the c of a storm where it ary f sthe Contractor and the City to acquire additional equipment and to hire extra c City of debris a e yard w soli ingrf to term t e the C shall be required to work with the City i all possibo leways for the efficient and rapid cleanup of compensation above the Contract Agreement for additional s first s red pri write. authorization from the City. The t tal c t for such s shall ll be based o to. jointly agreed to by the City and the Contractor• S1Di�_ The City agrees to exempt sid—till following holidays: New ea Day, Memorial Day, Independence Day, Labor Day Thanksgiving Day and Christmas Day. Collection will be made for those ustomers who a sed duet a holiday within the s .Ilk week; however, — c actor may substitute a solid collection day on a yard waste collection day if necessary. COLLECTION EpUZP good working order such equipment a hall permit the Contractor to adequately and efficiently perform its natiactual duties. Equipment shall be obtained from onally known and recognized manufacturers of garbage collections equipment shall be of the enclosed loader packer type and all equipment shall be kept in good repair, appearance, and in a sanitary and clean condition The Contractor shall have a ailable r equipment sed by the CDntractor to perform the c eactual duties. A list If equipment proposed to be Dosed to meet the requirements of this Bid shall be attached to the bid. Equipment is to be painted uniformly with the name of the the vehicle in letters not less than five (5) inches high ach side of the vehicle. All vehicles shall be umbered and a ord kept of the vehicle t which each umber i signed. advertising shall be permitted on vehicles except events sponsored by the City. The, Contractor s required to collect and dispose of special rite e(except white goods and household furniture), wclean debris, infectious waste, hazardous w bioh. ardous w biological waste It sludge, but may offer such service in the service area. strict compliance with all fedeeal, state and local laws and regulations. The shall ollect all wspaper, glass, a luminumtand metal c polyethylene tnrephthalate (PET) and high d sity polyethylene (.-C) beverage containers set out for the purpose of recycling from all single family homes, multi -family units of four (4) units under r.lip a individual mobile homes within The ity of Longwood. The c o£ recyclable. shall be conducted through a trvckl side sort system. cv__G 11 t' hac ontrtor shall collect ecYcl able. from sitlences wh`dn the s at least o e (1) timerper week. e day of Thcollection shall be on the s e day a one of the collection days for garbage or yard wastes f S1 i'o Collection shall begin n arlier than 7:00 a.m. andnshall cease no latex than 7:00 a time n allowed by this paragraph following approval by the City. ecyclabl es shall be at curbside o other such locatlons will provide ready a ssibility to the contractor s collection crew and vehicle. acles: The ontractor shall pick p ecyclabl.. which abeen properly prepared for collection and placed in recycling contaa ners and set at cu bsiae. The City shall distribute t e t ence within ycling c rrfosidr the materials t bercoh. llected �nTh. .cc of these containers will b by the City ontainers may b imprinted with ablogo and/or recycling theme as approved by the City. agreed i citing the Contractor shall separate at the point of pickup, t wspaper, glass, c d plastics into different s of the collection .vehicle. t The sha11 make collections w a of n anddisturbance t s—ld— b, recyclable. spilled by the Contractor shall be picked up immediately. ecycling containers shall be thoroughly emptied and left inverted at the proper point of colleotion. dwelling unit shall be made on one of the garbage or yard I_. collection days. The City r s the right to deny Contractor's s certain vehicles to street, alleys and public ways i side theeCity e the disposal site where i s in the of the general public to do so because of the ondition of the streets bridges The Contractor shall not interrupt the regular schedule It quality of s e because of s closure less than eight (8) hours in duration. The City shall notify the Contractor of s Bet closures of longer duration and angem fort will be made isfactory to C actor and City. under this contract shall tr noble n of ication of the hedules providede1 by then Contractor prior to ent of s only 1 cal tuck routes shall bem used min trIn it�,rcunless used specifically for the purpose of collection. lo.a—sA--O� t+ Recvclin The es ashall be ponsible for i ntaining informati on and r ords adequate to determine participation Bates and weekly set -out sates by percent. Harketina of Recyclable I The Conactor sha11 be totally esponsible for arketing the ecyclables collected othise ing the of the ec ryclables.r erwext To the ent p... ible,, based on generated f m the sale of recyclables shall be retained by the City. permit the t dlq.It.ly en efficitly er pform it. actualduties. Equipment shall be ned £rom nt lly known hd cognized nufacturers of recycling equipment andashIll be kept i good repair, appearance, and in a sanitary and clean designed to be driven from both sides and have separate ompartmenis int erwhich the diffent recycl ea materials may be placed. tc orchasing equipment it shall be the responsibili ty of the Contractor to determine the able space, ing radii, ailceiling heights, e of the a whichuthe vehicles will be operated. The Contractrr shall have available reserve equipment which breakdown. Such rsequipment shall c espona i d capacity to the equipment used by the Contractor t rm Zan perfothe contractual duties. The Contractor may add his name and business telephone vehicle shall c ontain signs ing the public of frequent stops. All vehicles shall be numbered and a signed. N. advertising shall be permitted o vehicles except for that approved by the City for promoting the ecycling i ritical t the s sof the recycling program. Phe City will develop a promotional and Contractor may participate lthe development and implementation of this program,incluaing but not limited i.with the advertising firm, public appearancesai support of the program, u of recycling themes, colors, and logos o coll ectiona vehicles and container distribution of promotional literature, etc. Ll.i The Contractor shall collect all yard waste as defined i ection 4 9 from all single family homes, multi -family nits of four (4) nits under hip and individual mobile homes within The Cityn of rsLongwood. 11.2 F3_ f Collection: The Contractor IhIll collect lars w r-- siae Wees winhin t ea t one e(1) timee per k; o Monday or Tuesday ea at 11.3 f 1 Collection shaer ll begin I. arlier an th7:00 a and s o latt ]:00 p.m., provided that i enta of a ergency ho unforeseen collet may be per itted at a time n allowedtby this paragraph following approval by the City P.itt f f YardCollection of yard w shall be a urbside other such locations a will provide - lady sibility to the econtractox's colltion c and vehicle. I. aprop priate eed location t be agrupon, the Cityhal sl designate the location. 11.5 i f d t f 1 The contractor shall pick up all yard waste gen rated £ro sidential it which has been properly prepared and stored for collection as follows: and waste shall be placed in biodegradable or plastic bags and/or placed in a separate garbage container for pof.nt a may be agreed upon by the Contractor a the ustomex. The yard waste shall also be file of paper, plastic, metal, glass and other contaminants prior to placement in the —hic— (4) inches in diameter n r be greater than fifty (50) pounds i eight for any bundled piece o segment. ar Yd w e e eding these dimensions and weight shall be col lectedby a speci.i s which shall be a nge ad between the anevthe Contract— at a fee as approved by then City. 11 f 11 f a The C actor shall make collections with a r of n andrd urbance to the yard__ householder Any yd w spill edt by the act ontror shall be picked up aimmediately by the Contractor. ac EThe Contrtor shall not be required t collect yard w enance inteof va s. t lotIt will not be the responsibility of theC actor to e yard w esulting from clearing property for building purposes. 11.6.2 anaaras Collect' The shall provide toff ing and equipment tilization plan that provides sufficient manpower and equipment to provide scheduled weekly pickup of yard waste to all units in the collection area. Yard rite will be ontainerized provided specifications. ontractor will deliver yard waste to only FDER approved site(sj and be charged an applicable disposal fee. The Contractor shall rnclude the initial staffing and equi pmenG-utilil ation plan in the bid submission. 11.E Routes: 1h, City r the right to deny Contractor's vehicles a ertain streets, public alleys and blic ways inside the Citycto the disposal s where it i the interest of the general public tol do so because of the condition of the streets or bridges. The Contractor shall no re crupt the regular schedule or quality of eca beuse of s eet closure less than eight (6) hoursin duration. The City shall n ify the Contractor It it closures of longer duration and a angements £or s e will made isfactory to ontractor and City under this contract shall cs otif ica{ion of the hedules provided byfhe Contractor prior t tent of s Only local truck routes shall hem used in transitCe unless specifically used for the purpose If collection. The T1 ara W isrosel: C all actor shhaul yard waste to i my FDER approved site(s7. 11.9 euiome e Contractor shall have on hand at all times and in good working order such equipment a shall permit the ontractor t eq duatand d efficiently er pform rt actualduties. Equipment shall be obtained fromnt Wally known and cogni2 manufacturers of collection and disposal equipment. Collection vehicles shall be of the enclosed loader packer type o othee vehicle designed t allow for efficient coll ction of yard w The equipment shall be kept in good repair, appear- cep and i nitary and clean condition at all t The Contract r sha11 have o -ilable reequipme which e put i within (1)V hour of - any bc reakdown. Such re equipment shall c espond i and capacity to the equipment used by the contractor to performthe ord kept of the vehicle t which each number i signed. N. d—ti—q shall be permitted o vehicles except for the promoting the yard waste program. Officerfsl: The C shall a sign a qualif iedi person r persons tstbe ct charge of the operations within the s ThenContsactor shall give the n of theseepersonsrto the City. information regarding a p....h's experience and qualifications shall also be furnished. Sup er. isoiy personnel .It be present the Dates to direct operations satisfact ry aid super1or(s) n be —H.. far m saltation with the City Coordinator and/or custerpracticable. oms within a , pcticable time after n tI ication of a request n fore such c suliation. The super.iso.(I) shall operate a vehicle which is radio quipped. employees to be c urteous at all times, to work quietly and not to use loud or profane language. Shirts — be required It all t The bidder's employees shall follow the egular walks for pedestrians while on private property, shall not trespass or loiter n private property, shall n s property to :adjoining property and shall n meddle or tamper with property which does n should n tn them. ach employee a signed to drive a —hicleshalleI ra all t ar..y a valid drivers license for the type vehicle i.en ThI City shall have the right t.make —plaint regarding any employee of the bidder who violates any provisions hereof or who 1s wanton, negligent, or and,may suggest action to be taken 12.1 Emolove Ury gpm i• s: TI l employee a tifying badge, n t less than two and o - half (2 1/2)it— i with numbers and letters t least o e (1) inch high. Employees shall be required to w ach badges while on duty. Employees shall be required st adges while on tluty. Bring stitched on or identifying patches permanentlyfattached shall keep a record of employees names and numbers assigned. 12.4 _ ith S The actor shall comply with all applicable City,5tate andtI'd e..I laws relating t wages, hours, and all other applicable laws relating to the employment or protection of employees, r hereafter in effect, including screening for drug sage. 12.5 Fair i.abor Act: The C arequired and hereby agrees shy re cation of thisContract to pay all employees n t less Xt the Federal m wage and t abide by other requirements tabu shed by the ongress of the United States i the Fair Labor Standards Act as amended and changed from time to time. I— E.lh vehicle operator shall a all times c rry a valid Florida driver's license for the type of vehicle that is being driven. 12.E The actor shall provide operating and safety trainingifor all personnel. I— o person shall be d employment by the C actor ons far r of rah, , ational origin, creed,�age, or religion 11. TRACTORS FACILITY 11.1 The and C rshall provide a this expense, a table 1facilitylocated within o nthe City of Longwood with I_I telephone . rule. where omplaints hall b ce ved, ord.d and h ndled during n mal working of eachweek and shall provide for prompt handling .fur ergency omplaints and all other special ern space gency omplaints calls. a The facility shall of £ice, Yard intenance facility torepair and h vehicles and personnel/management personnel. The C hall be required t permanent supervisor/operations m Wager located n within the City of Longwood s i . (6) days per week durinq orking hours t Wage thefacility and day to day operation of the company. The City of Longwood will all sidential solid waste collection and disposal, sidential curbside recycling, and r sidential yardwaste collection a the contract rate. A franchise fee of $1. 5 per customer pet m shall be retained by th. City to cover — Costs. The City shall bill anaatory >g�jAll sidential (single multiple dwelling units) shall have se e provided by the City's sidential C ontractor. of all sidential nits (singleo multiple dwelling units) shall be responsible for bills rendered by the City. for s ee provided, less the $1.25 per customer per onth billing and collection fee, by the loth of the onth following provision of s VThe payment due will be based upon the monthly numbex of residential 14.4 Adiustments ontract unt- The nit price established in the bid sha11 not be subject to any change Adiust-nt. eo han o is The C may petition the City fo[o rate adjustments based to actual c e times oC the basis of u ualn changes �nt its "It e11 doing business, uch a sed 1 awp, ordinances sot requlations and changes in ithe request, ox deny the request. The City also reserves the regulations, and the Contractor shall not .......... ily refuse t negotiate such changes i Cope of woxk and applicable rat s, including reductions in same. differences i umber of a the collection ItFbO,sting eekly i ecyeling,�itreque r yard waste participation sates from the i nfoimation supplied with the bid packet information will t be c sidd ual condition^ subject to ad j vstmentnereunder this section. t£ usg i 1 any t o that C the vnty adjts the disposal fee at the landfill, the vnitprice will be adjusted as follows: 1. The t tal actual tannage delivered t the landfill by the Contractor for the applicable landfill. 2. The m netary icof the disposal fee shall be computed on thetotal tons. 1. The total monetary in a shall be divided by the total billing units ofe r ord at the tit. f the increase to artl- at theunit price increase. 35. CONTRACT PERFORMANCE 15.1 Default: In the e ent the Contractor defaults in the perfor of anyvo ligations to be performed by it her .. _t eCity shall give the Contractor written "till till of each default complained of. In the e that ontractor fails o refuses t .lhvdefault within thi,ty (30) days from r eipt of such —till, then City, may at its option, t e atthis contract. In the e ht e default d ribed hereinContractoe shall be liableet City forall damages nc1 ud ing but not limited to reasonable attorneys fees and C.— casts. 15.2 Liais City shall designate a representative to a as r a lib wee n betn City and Contractot. Such pers shallze be d t ork with ontractoi the performance u11 Contractorwof i obligations under the terms of the Contract, the s ttlement of disputes a ing under the Contract and, in general, to a ist contractor b crying out its duties hereunder. actor shall ooperate uc with sh person i ery r .able way i order to facilitate progress of the work contemplated by the Contract. 15.3 ;The failure of the City any require performance by the C of any provisions hereof shall i way affect the tight of the City thereafter t.shall w r by the City of any ofach oof provision so hereof taken Or held to be a any s eeding bleach of such provision Or as a waiver of any provision itself. 16. COMPLAINTS AND COMPLAINT RRSOLIITION 16.1 The,Contractor shall prepare and m intain a -lilt— of all valid complaints and indicate the disposition of each omplaint. Such r ord shall be a ailable for inspection by the City during n mal business hours. The form shall indicate t e day and hour o whicM1 the complaint w received, and the day and hour on will it was resolveds I— p f__ Any disagreements between r sidential ll r o antl actor regarding ce s hall be nallydecided by r the City ..dinatorhis/her designe within ten (10) days after submittal of such disagreement by the Collector 11 customer. il.l It is the intent of the City to ...... that the Contractor provides quality level ofsolid aste Collection actor s All complaints r ved by th. City and reportedry sthe ontractor shall be promptly I-- In this instance the City will notify the ontractor i riting of the violation. If able to d rthe o C twill have forty-eight (48) hours t thevi—ti— In the e the violation has tbeen c .... ected, administrativee charges shall be assessed inthe following amounts: A. aillre to c Ip spilled solid waste c sed by Contractor. i510.00 per incident per location. B. Failure o neglect to co ll.ect solid w an e from y premises at o within the t specified wi tRin: $10.00 per incident per location. C. aillre o neglect to complete each route on the regular scheduled pickup day: $250.00 for each route not completed. 0, aillre to comply with the regular scheduled times of pickup: $200.00 for each time violated. 11.2 'The City may a administrative charges pursuant t :the above schedule on a monthly basis during the term of this contract. RS— - REQUIRE PERFORMANCE The failure If hCity at any rired performance by the Contractor of any provisions hequereof shall in no way affect The right of the City thereafter any breach of any provision hereof be taken or held to be wpi.ver of any ---ding breach of such provisions, or as a waiver of any provisions itself. yJ..�'Al+c3 N 19. PERMITS AND LICENSES The Contractor shall obtain, at its o expense, all permits and licenses required by law o ordinance and maintain the same in full force and effect. 20. TITLE TO WASTE The City shall hold title and ership to all recyclables collected by the Contractor. 21.1 hjdaaagEach bid muct be companied by —hi-la check, c tified check or bidbond in the form attached to these specifications payable to The City of Longwood in the a ant of five percent (5t) of the bid submitted. Bid ms rity will be forfeited if the Cityful Tidder fails tc e cute a Contract with the essubstantially in the form attached hereto within thirty (30) days after n of ication of a and of the Contract. The City shall within ten (ID) days after the opening Of the bids, return the bid s rities of all bidders e cept those posed by the two lowest responsive :bidder, whose bid s rity will be r ned upon the final a and and e cation of the Contract between the ssful bidderand the city, and after proof of reiand/or a ad as specified herein has beearecved by the City. o 21.2 r act nd-. EoThe C actor shall furnish a ontract ondrn the form attached to these specifications al ity for the performance of t ith T ity ourongwood. aid contract rbondn willt be fifty percent (50%) or $—,,000.00, wbichever is less, of the full aaCw.Itr—It of the e cutea contract a calculated at and nd adjusted yearly on the anniversary date of this act, to r n force for the duration of this Contract. Premiums for the bond described above shall be paid by the C This bond shall ba written in sty company licensed to do business in the Stateof F "ida with A.M. Best F 1 Rating of - for the most Current calendar yearn available. 21.J Requirements a urety: The S sty o shall be ompany o ompanies satisfactory to theeCity. Any surety shall be required to have a resident agent in the St— of Florida and shall be duly licensed to conduct INSURANCE REQUIREMENTS During the life If s Agreement, thl n ontrac rhall procure and m of the types andto the limits specified belowi and provide the City with certificates of i nce lidethereof. 'rhe City shall be a additional iit red on this i with respect to all claims a ing o of the operations orb to be performed. ncellation o iof aid i shall n t be effected with.Itthirty (3.J days priors written n City. cept a otherwise stated, the a ants and types of i e shall conform to the folio ing minimum requirements an General Liability: Bodily Injury $5,000,000 aggregate Property Damage $1,000,000 aggregate Automobile Liability: Bodily Injury S5,o00,000 aggregate Property Damage $1,000,000 aggregate intain during the life of this Contract, at his o expense, Workers Compensation Insurance coverage to apply ;for all employees for s tutory limits i compliance with the applicable state and Lederal laws. n and shall be subject to its approval for adequacy and stating the types of 1—rage provided, limits of liability, and expirationdates, hall be filed ri plicate with the City before operations a ceI. The, required certificates of i shall on only e the types of policies provided[ but shall allot refer specifically t this agreement and section and the above paragraphs, i ordance with which such insurance Ss being fi—d b edacand shall state that such i required by such paragraphs of this agreement If the initial insurance expire prior to the completion of the days prior t expiration, and shall state that such is as required by such paragraphs of this agreement. COMPLIANCE WITH LAWS AND REGULATIONS and o mhe c actor and the city agree tcwde by alln applicable federal, state , c nty, a cityabilaws, ordinances, rules, and requlations. The Contractor will indemnify and s e harmless the City, all of its officers, representatives, agents, and employees the violation of any such laws, ordinances, —11 o regulations by the Contractor, his agents or employees.r The City agrees indemnify and e harmless the ontra ctor, all of is officers, en represtatives, agents, and employees again iany claim' Liability arising from ,e based on the violation of any such laws, ordinances, ides regulations by the City, its agents or employees. A letter addressed and s t by United S ail to either party at its business address shown herein shall be sufficient notice whenever required for any purpose under this agreement. ILL&GAL PAOVZSIONS Should any provision of this Agreement be declared illegal, modified toof the Agonform toreementhe appropriate 1 ing provi sions Agreement hall remain in full force nand effect. 26. FINANCIAL RECORDS Durinq the t of the contract, the C hall m I'll separatem financial of othea operation of nthis ordance With generally a cepted a unting principles n These r ords and s e documentationoshall be made avaf.lable t theoCity o sodesignee from t e to time for purposes of evaluating proposed rate i lmfranchise fee liability, or other areas of contract ncompl fiance. approval of The City of Longwood, Florida EXHIBIT NO. 1 BILLING PROCEDURES AGREEMENT The sha s charges for r sidential customers ll be billed and oollectedc by the City. e The accounts shall be classified as follows: Ra.iaential sidential C.—id, side service Residential CurbsideRecycling 5 Residential Curbside Yaxd Waste Service RESIDENTIAL SERVICE FRANCHISE c $1.25 pr per - The contractor will pay er onth of itsE gross x under this agreement to the oCity a franchise fees. Fxanch ise efees are payable monthly in advance. s Bid a torm n the bid fare to include the $1.25 per customer H., monthfra-1— fees. A. The contractor shall provide I— garbage s e to the folling City o ned and operated buildingsy owand/or facilities. The frequency o snail less than eekly. Tne ntractor will furnish acceptable containers: 1.) ity Nall 2.) City Hall Annex(.) l.J i[y Center 4.) Police Department 5.7 I (2) F Stations 6.7 AlParksland Playgrounds �.) public works Facilities B.) water Plants B. - The Contractor shall discontinue when authorized by tfie City due to non-payment of monthly charges. C. to the start of idential solid Cw collec[ixon Hall b e.poneibility of the Contractor to notify each uhit t. the day(.) of scheduled pickup(.). The City r v the right to have the Contractor distribute mateeialsin its behalf at this time. mm-MAELM. The City represents td- th.l. .11 approximately 4,375 h...,.h.1d. ib the -- specified_ f the bid specification date and will b. forbid Upon b ... d of the bid, an --y Contract t. fy --bid f the improved property for purpunder this Agreement. All —id—tial bills will mailed t. the E the improved property. Th. City will verify and update the records of th..e households t. provide —p.... —representative above t. --' th " i,fIIIIti'I a 11 IIpII:.ddtI start -11x- no 1-1 than -Y A, it . collection ' . 1993 the 1. sp—ifi.d. The City —tib that the tons per household per y..r t, be an — tons. Should tonnage --d — tonphousehold, .o additional b.d'.tipn ill be aby the per City. Bid proposals will be evaluated by The Cityof Longwood utilizing evaua the ltion criteria c ned eB ers a iddrequired to submit the information requested foreach evaluation criteeaa to by c the City. The City will r end that the Contract be arded to t which best m the luation ra11. it beings understood that thet eva Ci ty will seek the [dor which can provide good quality ervice at the most reasonavenble price. ab Unit prices a .—ined on the bid forms submitted by the bidder will be used t et e the total c s to the City and its ustomers £or so and yard rilid rite, ,ling te s collection The bidder whoseces r sa bid prilt In the lowest cost tovtheCity will be given the highest score for this for s s per the Clit Price Schedule, Section A, of the Bid Form ti 5 estimated household units. it prices a ned on the bid form will be used eford is The un thcriterion. Nos add tail information is which the vendor i s s orme perfd s o determine t ompetency, r@potation andexper of thei vendor. additi n e the City may c eider i experience an dealing with the or endThe City may also r information r ved from any source concerning the financials ability of the vendor to provide Information : Each bid ust be nclude the following information regarding the experience of the vendor: governmental agencies for which the vendor isr has during the pas (loj yearper lid waste co ii—tion services either by contract or by franchise. A --d—-- t ast. the number of y.... that the vendor h— g ... .. ,g,d inthe h—if collecting anddisposingof —id A copy statement of thevendor .1 it. corporation. list of all collection equipment model, type, — quantity �, year, qtity Id 1tsize , each. td .' If additional ... 1 collection delivery equipment i. anticipated for this project, t. the approximate d.li ... y ti.e to acgpixe the necessary equipment. om o+ oa<oao ^ amremano ezass eee. V nwasieM gemoai r pril 28, 1993 C i[y of Longwood LongwoodtlrFloridanue32"I50 .S.ttencion: Ms. Rhonda Ledford, C.P.M. Ae. Residential Solid Waste Collection Franchise Dear Ms. Ledford: documents co your requ es[, please find en Closed the ... Three (3) signed copies Ordinance N.. 93-1132 ei9inal copy of the Ordinance for our fil- th, Mayor has signed it. Thank you very much for Your a nthis m and we look forward Co serv.i ng your community for many years to come. Sincerely, Kevin O'T Drvision Pre idencJGeneral Manager �� no��.non a, wn.in u. n nni oi'-loom QONTMqr_,QND KNOW ALL NEN B THESE P (hereinafter vaned the "Principal" orporation duly authorized antler the laws of the Stare of Florida act as Surety on ponds (hereinafter called the ' S ety") held and firmly bound unto The city of Longwood, political subdivis If the Skate of P} r��yydqq (�er nafter called the "City"),3in the penal s of S °T�1d04�fi0 oilars and ants (5�90 OOo.0(1— — ) lawful m nay If the United states of Am to be p o The City of Longwoodca , a politii subdivision la willaia aignaea, £or the paymen whereof, a ruly be s I. bind ... selves, o espective heirs, tutor administrators, and assigns, jointly and severally, firmed by these presents. s Signed, sealed and delivered this Z day of NOW THEREFORE, the condition of this obligation i uch, that has red into Contract with Tthn Os aid City of Longwood, ea political subdivision bearing date foe Residential Solid Waste Collection and Disposal, Curbside Recycling, end Yard Waste Collection upon certain '—end c ontract .Ora particularly 3entianed; ald the term ofn ale co"e — . 5/3/93 - 5/3/96j WHEREAS, it was oe of the conditions of the a aid of The City It Longwood pursuant t which said Contract was entered into that t these-presens shall be executed. NOW THEREFORE, the conditions of thil obligation a thaC if the above bonded Principal hall all aspects, faithfully and fully perform theirterms and conditions of[the said ontract a oblientions of the P cipal thereunder to be perfor ncle in, the call for bidsln£or said or., plan cations, and r ants of The City of Longwood and the ardfo aid C of Longwood the re in,I...t and m a part eoff and lbehtalterations a may be made i aiod specifications he therein provided for, and shall pay to said City of Longwood, all c .ages, loss and injuries s d by s City bytr of sanya fa iltre on the Dart of said aP pal at fully perform said Contract a shall indemnify a 'it' from and all Ind lability any cha [after watch may be incuereI in the performance of 1—iiiment Of uch Co11111c0 o uch other liability r suiting t othelvr ise o the part of Prinri pal, ncludiig patent l 'nf ri ngement o nthe par[ of said �P pal and subcontractor o their a mplovees utton o and further sTell p ptly make p .all p supplying Principal ontractors the id F�i. matey lads, ind supp li esou dnd irecily o indirectly oby cipaino any subcontractor in the prosecution of the worksprovitlea for in said Conxeact. y failur r default on the pa et of the Principal payment anye - f any person supplying Princ ipal ro any rs ontractorow material o equipment and supplies used udirectly o indirectly, aforesaid n the cution o" x provided for i 1 give n person a ectr right to action a nst the laa ety under this obligation; provided, however, ictio r proceeding by r " any sseh be brought on this bond If— s e (1) year f romudateronewhich final payment under this Contract falls due. It is further c ntad a Agreed that any alternatives o N. r this.ct r contro n the v t to be p rmed thereunder a e e the granting anyr extension o{ time for the performance of the Contract o any other f n by o rt paof either t rty o . all n eliNeipehany w r release the pal theSurety r Notice to the Surety either oft them their signees, fcomany liability hereundar.of a iterations, extension, or forbearance is hereby sp..ifi..l . iy obiigation shall full force a -- untilothe full p rmance of all covenants, terms, and reconditions hein stipulated o IN IiITHFSS THEREOF, the said as Principal has hereunto caused the presents to be executed in its name by its corporate seal affixed hereto by its e and the said as surety has caused these presents to be s g—d in its name by its Attorney -In -Fact, under its corporate seal, the I— day of A.D., 1993_. (Seal) As to Principal ek TITLE._______ ° Y ��JJ ATTEST: hX� TITLE: Y 111111:. mo "a .� ITS ATTVNNEY-IN-FACT (STIRB'?p) As to surety susav oomi gv Note: POVEr of Attorney shaving authority If Attorney -In -pact shall he attached. all Men by These P my ompany, urlington esqua rear tithe Floor�na urlington, orporation, (th orporation"), has tt toted and appo intedC and does hereby -tit. te a appoint Julie e ocher, Malcolm -Watson, ingued bel of urlington,�tV and lawful A ney-ins Fact to ute under rm h desig ationUe its antl affix orporate seal to edeliver for and o its behalf a sty thereon or otherwise, bonds o£ any of the following classesI to wit: 1. sty bonds t the United States of Am any agency thereof, including lease and m e cellaneous s sty re bonds quired or permitted u ealaws, ordinances o regulations of any s ityT Village, Board or any other body or organization, public or private. 2. onds on behalf of c actors it connection with bids, proposals or contractstr The foregoing powers granted by the Corporation shall be subject to and conditional upon the written direction of any officer (or any designee of any such officer) to execute and deliver any such bonds. IN the Corporation has c sed these presents o be signedEbay its Vice P sident/Underwriting and its A ietary, and its corporate seal to be hereto affixed th issG23rd day of , 1991 W rtness. NATIONAL GUARANTY INSURANCE. COMPANY Odl. e t . Tauke, Dona d f Assastant Secretary Vrce President/Underwriting AGE R o �, � en¢ofa.�nnda 0Q, o ml . zz. ,y9; ity of L—g... d Lon 9rsood,r g_o__ua na32750 AttenLio_.. l.honda Ledford, C.P.M. 'Znrchas i.na ➢ixector rte. Diapos al. Iecrea ae DezY M.,. Ledford: Pur.�u¢z'�t t please find t ached dispoa nalysx _ ing adjustment fox siden solidw coll ec eor�w seyor. Che attached, the Semifr oie county Landfill 11d.T nsf- Station has d its race Crum S31/Lon ea 536/ton e e October 1, ££ectiY i993 easAe isle VS, Section 14.E of the contras[ dociunents states: "XXUJuIA€AflCmGILl �2rSnanaa. in it vai F At a - that e County adjusts the dispt—i f eat C III lann?£ill, the unit puce u,M be adjusted as fo]eows: _. `Phe total. ao-1 tcnnage dere lived t the lll by the Contractor fox lhf applicable andfip, iod. x. tzry - - ai-ea shall shall ba c te.fl ov tLec to tat �ov_ 3. total moneta s5= i - shz1.1 b _ ded by C total billing unite o of e e _n-ease to —i— at .cc -xt price ti—e n� ove In. aboutline d—,-,,dnlny Px'ovide the Cellowing ins o.�atxon. ma..a.l nctual mouuae QL.1] tons July 351_SS C ;,uAust ,_o Lam_ i'111'70 toes Monoxaxr n n ea3. me xaarenoa. Current FaxE $31.00/ton Nee rate $3 L.00/tore xpezexee 53.00/ton nuLonie unme 4, 32'3 382.S7 tons �55 .44 51, 912.85/n�on th 51, 412.85l4,323 unite .d4lupitlmonYh B—d ic c �e above cal culaClons, Chn 0n1e, be sed bp. Sa/uniC/month eH—Iive October rI, 1993 .Tti_ uovId — i, tlxe toth3. rate t0 $J.1.39{uni L/n�onta_ 't y.0 home any q—or.— of need addit,... 1 ...... run, pleasur d0., t. hesi Gain ,. ca1].. Ps �.si3anc/oen0ra1 Manage- COUNTY OF SEMINOLE Depatment of Public Works ....,.. j sand wane Dlvlsbn Pon Office Haz2479 (407) M-J605 Sardmd, Florida KM 2479 F. (40J1324-5731 F-n D4 September10,1993 Kevin OToole Waete Management of Orlando D—I'M P, O. 5OXSM86% Orlando, Honda 32856 Dear Mr. OTool, '➢.e Seminole County Hoard of County cornmissiaacm, at a special mecang on August so, im,, approved an increase in onweT tees to ustrnents S36M Per ton and adjto lgIe,d loads far the disposal of solid waste at the Seminole County Transfer Station and the Seminole County landfill commencing October 1, 1993. Attarhedisacapy of the new Rate Resolution and an vdorrnati--I flyer that wnl be distnWted by Sennnole Ommty at the Trmrskr Station and the Landfill prior to October 1, 1993. Please note that the Transfer Station will be tlosed for business an Sundays, e% ,e October 1, 1993. If you have any questtons ar concems, please do not hesitate to contact me at eaieruion 2R58 Very truly yours, song wane commas eoordmator Attachments e tarty Seners, Director of Public Works tack Diaz Deputy Director — . vI c�ArzGP T 14.1 The City of Dogwood will perform t tof obi 11 ing and collection agent for all sidentia l3 d—id w collection a a disposal, sidential curbside eecycling, a sidential yarawaste collection at t nchise £,I o£ 51.25 per customer per rm nth ashall befr ned by t ity t administrative c The City shall bill s iaentiald solid waste customers on a monthly basis in advance. 14.2 All Od—(single dtipl. elling u ts) shape have s e provided by the ity'ds sidential ontractor, a of all sidential units (singleCo multiple dwell ng units) shall be responsible for bills rendered by the City. 14.3 nchisee� The City shall pay the F nchisee foerms erprovided, less th e $1.25 per c mr per onthbilling and eDllectionfee, by the 15th of the onth following provision of svThe payment due will be based upon the monthly number of residential scourers billed. 1n.n tadims t t_ The nit price esblished in the Bid shall not be subject to any change 14.5 Ad' an o n Che ost . The Contractor nay petitionthe City for r adjustments based o ual costs a able t the basis of u ualn changes i o1, doing business, s sed aw$, orair, maces aor riqulations ana cnaeges ir"rtnI location of disposal s The City may the, grant the request, negotiate s ompromise ing esthe requt, or deny td requestThe city alsur right t otiatean a ge r the scope of ds a unegpon oat anges l, orainances,ic bresegulations,u nd the Contractorn sawshall not u rily s negotiate anges i cope cwork ana applicable rat ncludi nghreductidns in sane. ual differences i n the — eekly ecycling^r r yard waste ptarticipation r s lfrom the a nformation supplied with the bid packet information will — b. --id ... d .. —11— condition" —billt to nj-- —d— this section. Atany ti . that the C—bty adjusts the di-- ­ the landfill, the unitpricewill b, adjusted as folio ­ 1. The total —t-1 tonnage dlU--d t. the landfill by the Contractor for the applicable landfill. 2. The 111-Ily 11 the disposal f— —11 b. _p._ total tons. _ . 3. The total —Y i shall be divided by the total billing—it, f —, - the time , the rncrease t. arrrve at the —it price i—.ase. 1, APPROVAI,0FSI'II PI A'n -50( IH t't ltN il:: CE\I[:R. APPLIC— AAA BUSIYI SS(i-_�If It If)('A TIO\ I'I\\I:'i-T RUI1 (ENTRAL,PARKWAY. Ff"n nby( nded byt }Mayor C..........r V, Sov.h Pm 'y- 0 and sealed o. Oceobe'27, 1995, be apFrroved subjec. .< uafi' report dared Oc.ober M1, 1995. Carved by ..nnn.mm.. roll call :ot� l3_ RE,QUPS'C TOFXEIRCBFi_ fGNrWAt,OF(I ()NI-RACI-(QRDINANCENC 93- 1132, EXCLUSIVE FRANCHISE FOR COLI ECHON OF RESMFNEAL - 5OLID WASTE) I OR ADDMOFAI 1'WO YFAR PERIOD, AND RI:QU[:ST FOR CONSIDt RANO" FOR (ONI'RACI- OPTIONS BEYOND SHE CUR,, ENTTWO YFAR PERIOD- WA,S'PE MANAG'F.mE-NT OF ORLANDO. 11 r- Si 1 plzined tt e.Iues. u - ( addili. -i -- opi on o H. advised d Ill-, \4anag s rlaing j.b end r.. .. nppro.:.1. Motion by C .- erV the rene I f a far �11, u IIIOo I 1 mr per f f= p,--d. S I by D Mayor C2ri.co- Nr."I-a I. .. .ed1 k—b aq-c; rit.heco. dingy; solid v ..J Id . r p c eA e!i o.ii j 'adl...is .. i.e.re .. v. kcn..df dfial,, ic,'l Ih, abe app ,d t to a ag,U.- cbduged y b n.y facl y s 1 red by flhe City, mlieu i l:ci .. c.nt Innyu age tl.at says "any npprwa,d Eaca6[y" Con.. -r Vacca ended Iler al, z the rcque and thae tiv ehx.g t.d Ily h<r: ty ai. e.}Ere r.ad .. S. co ded bl Deputy ?Nxy.flc Carries. Mr- G'I,. E .;d he bar I ie.n a -ill I' "e b� .e. Added. C'onrn Sn'ye .. s.d le [._o 1) 1 I ndtl -.gsb I -s-f ... < . b.p. sec i II'.n .vliicf .rol �Mr. (>cl e.I, sad tl.. C'ty zul filly lo..e- I- hos and s.d Waste fanag rod ( .v chd C n.d w'11 r.k. r�tU�svn�u sdct est possl�l U-Winsit k Iavorabi I hzir senico. M,,6-,aimed by nnan. -, roll Bali v - I I BUSINESS ADVISORY ('MIMI I I I I,S RI QM St 10 EJTIM) It R\A OE ( OIIMlf ITl, FOR \N SDDIHO"II. SIX MONIES PERIOD, Iflimt GH LC t1�6-J3\3)0 Ms. Rhonda M. Ledloh9 Direofor of Porchasing City of I.ongwaod 115 We9f W."b, Avenue Longwood, FI 32750 Dear M;Ledford'. As we Nsc —d by talephooe, yard west, disposal,,--eeeed 5].15 a ions s-ethe beginning of owr residanUal solid w3sne iiarr: hire agrae:n©nt. As provided by the t,rms of Out hanoh se ejreemnt, Acle VlJ. Plgrttph 14.6,wrequest he Cty f Langwoad nda e-3 bxf,.uo , 1915. Also encased is the noG'fication Of yatd-ste landfill t—eases during this t'mie period_ The c�kal2liona are eOtlined in —.T.— wRh the ib-, le in the franchise agreement as f011owe: 1791.53 Annual .no del—oa ip the landli l o392 Divide billed units 41 1"on,, par frilled unit x 15 Per to, inatzea $2.93 Al—] billed a n[ ftr—e Drvlde by ri;—ths 2't P,ill¢b ,,it inereose Pleas. iael f— to cal( me if you have any q,-lions. WASTE MANAGEMENT OF ORLANDO ` Cu,,t& F, Gel Municipal Marketing Manager LG BtoT_ Adams t'residant/Gonon� i Manager .✓� KEENE ROAD RECYCLING AND DISPOSAL FAGILITY 02 Jar 1993 Pricing Schedule P ck UP s (Bed Level) .. ...........__ _.... ................... $8.00 ea. Pick- Ups (Above Bed Level) ____...__.._......__.____..._.- ........ ..._.__. $12.00 ea. Class III Material.._......_.........._......................._....___......__..._... 54,10 /cy BUlnyitems (Ncn Col .............. ... _......._............. $5.301cy Yard Trash ......._... .......... .......... S17,20 /tc^. Pull OR Load ........... .........................:... $9.00 ea. SFecal Henal'ng • ._..._.._....... ........ .................. _.... $70.00 es. Tires ('Nhole) ..._.. ........... .... ............. S]S.00 A— Tires (1-2y) ........... ..........: ......_...... S1.75 ea. -ruckT tas (up to 12.") ...._.. ...... ........ $3.75 ea. Truck Traa (12.-24") ...._.. ....... ....... $15.00 c-e. While Coods " (Ras dental Al —polo,) ... .__.._ .._.. S5.50 an (C "rciet. pi., -es) .. ........ 511.00 ea. andling of Special hems ,,'I be pricetl accordingly. "' No Appliances with Freon will be aeIepl- Automobiles _.._.._._.._ ._.._._. $5.00 ea. Plck -UP's (Bed L—D ___-. $10.00 ea. Pick-Up's (Above Bed Level) _ $14.00 ea. Class III Matenal................_...___......_...__............__ $4.25 (cy Bulky Items (Non-Corepactable)_..._._..__....----- _----------------------- _- $5,50 (cy Yard Trash _- ----- ---- -__.__._....__ $19.80 (ton Pull OH Load _, .......... ............. ..................__...._....___ $10.00 ea. Special Handling' _._.._..._.........._....._........____._.__ $70.00 ea. Tlres (Whole) __.___..._....__._._.._.__......_......_._ $75.00 /ton Tires (1-24) __.._-------- ,.__ . _..__.._____._._ $1,75 as. Truck Tlres (up to 1T)_.____,._....._____.__.------ ----------- .._ $3.75 ea. Truck Tires (12'-24")_____...._.._...._._._.._.__.__._ $15.00 as. Tractor Tires (over 241 (min.) _._._...._........_.._..._,....____......,......____ $30.00 ea. White Goods *. (Residentail Appliances) _._.------ _----- _----------- $5.50 ea. (Commerciaf Appliances) .................. .... .,_..._...._,..... $11.00 ea. " Handling of Speciel Item- will be priced accardingly. `• No Appliances with Freon will be accepted. KEENE ROAD RECYCLING AND DISPOSAL FACILITY January 1, 1994 Pricing Schedule A,norrobils, _..._..,A_..____..__.....___._.__ $5,00 ea. $ 4. Pick- Up', (Bed Level) - - --- -------- $12,00 ea. sia. Pick- Up s (Above Bed Level) ------------ - $15.00 ea. St_. Class III Material $4.60 /by 3 3 Bulky Items (Non-Compecteds) ------- - -------- ---------- - $&00 ley 5 3, Yard Trash - - ----------------- ---- ----- - $22.00 /ton $18 Poll OR Lead $10.00 ad. Sp.d.r Handling'$70.00 ea. Tires (Whole) .. .... . ..... ....... . .... . $75.00 11- Tire, (1-2e) $2.00 as. Truck Tires (1p to 12") 54.00 - Truck "H­ (12­24') .......... . $15,00 ea. Tractor Ti- (over 24') (min.) --------- $30,00 se. Witte Goods'" (Redidentail Appliances) ... ... .... Map (Commercial Appliances) ...... .... .... $12,00 ea. 3t0. D,r, (no, to be cold at tire lime) N/A • Handling of Special Items will be priced accordingly. --No Appliances with pao, will be accepted, KEENE ROAD RECYCLING AND DISPOSAL FACILITY July 18, 1994 Pricing Schedule Automobiles ............... ...... _............ ....,_. ...... ........ _.......... ._.... $5.00 ea. Pick - Ups (Bed Level) ................_ ............ .............................. _... ... ._.....,..... $12.00 ea. Pick-UA's (Above Bed Level) ........... ............... ..-................. ........._...........- ... .......... Si 5.00 ea. Class III Matetial...........-............ ..................... ...._..._.......... .... ....... $4.50 /oy Bulky Items (Non-Compactable)........... ............................ ............. ..........._.... ........... $6.00/cy Yard Trash $25.00 /ton Pull OR Load ................ ......... ...._........_......,............... _._....... ._.... $5.00 ea. Special Handling '........................__....._......_........................_.......... $70.00 ea. Tires (Whale) ....................... .................._.................................... ... $75.00 /ton li. (._ ,d __. ....___ S2.00 ea. TruckTires (up to 10).........................._....._._......................................._. SA00 G. Truck Tlree(12"_24')........................................ $15.00 ea. Tractor Tires (o..r2A) (min.) ........................................ ._............... .............. ........ ,.. $30.00 ea. White Goods.. (Residentail Appliances) ..........................._.......... ............. (Commercial Appiiances)._............_.............. _...................... $12.00 G. Dirt (not to be sold at this time) _ ............._ .......... .... ..................._,........_......._..._...._ N/A Handling of Speclal Items will be priced accordingly. "" N. Appliances with Freon will be accepted. KEENE ROAD RECYCLING AND DISPOSAL FACILITY January 2, 1995 Pricing Schedule' Automabiles......................_,_.................................. _...... -...... $500 ea. Pick--UP's (Betl Level) ........................................ _........... $12.00 ea. Pick-UP's (Above Bed Level) ....................... ... ........... ......--.................-.._...-........... $20.00 ea. Class III Material-................_......................................... ...... ........... - ....... _ $4:75 /cy- Bulky Items (Non-Compactable).................. ....... ............ ...._........................................ $6.50 ley YardTrash .................................... ....... ..... .__ ............. ......... .... $27.00/ton Pull Off Load................................................................................... $5.00 ea. Special Handling' ............ .................. ..........._..... $10,00 ea. Tires (Whole).....................................__.........._....................—.. $65,00 /ton Tires (1-24) .......... ............ ...... .. ...._..... $2.00 ea. Truck Tires (up to IT) ........_..... $5,00 ea. Truck Tires (12"-24") .......... _.-..... ._....._. $15,00 ea. Tractor Tres (over 24") (m n) ___.. ____. ....-___ $30,00 - White Goods "" (Res deafen Appli—es) _ ............. S7.00 ea. (Commercial Appliances) ........-... $15,00 ea_ plrt (not to be sold at the tma) I - - ........_.,. .......... N/A Handling of Special Items will be priced accordingly. "" No Appliances with Freon will be accepted.