HomeMy WebLinkAbout2008-321Trademark Metals Recycling LLC
b a�
C,I:'
Trademark Metals Recycling LLC as Contractor under the certain contracts for Scrap
Metal Processing dated August 24, 2004 with St. Lucie County, FL as such hereby
requests and warrants to Indian River County Solid Waste Disposal District, a dependent
special district of Indian River County, Florida ("SWDD") that:
1. the contract is attached hereto as Exhibit I and incorporated herein by reference
excluding term of Contract;
2. Contractor will perform the services set forth in Exhibit 2 attached hereto and
incorporated herein by reference for SWDD under all of the terms and conditions
of the Contract;
3. All references to St. Lucie County Florida in the Contract
shall be deemed to mean SWDD;
4. Contractor will submit payment to SWDD, via check made payable to Indian
River County Solid Waste; and
5. SWDD will be named as an additional insured on all of the types of insurance
set forth in the Contract.
6. The term of Contract for Indian River County Solid Waste is one year with an
option of 3 additional one (1) year extensions.
Date: 7/70/0 8 Trademark Metals Recycling LLC
s -- J�
Title:
'Fj D>IAN RIVRR G(1TY
SOLI AST)J DISPChAL DISTRICT
Wesley S ' aec sNice-Chairman
.._L._._
Attest:
BY:__c
%.Clerk of Court
Clerk
seph A 'Baird, County
Approved U to form and legal suffici
Marian E. Fell, Assistant County A
Physical Address Mailing Address
490 Ansin Road P.O. Box 562687 Rockledge, R. 32956-2687
Rockledge, FI. 32955 (321) 636-2781, Fax: (321) 631-5808
f
A700g0 o90 q5�
CONTRACT EXHIBIT 1
ACT made this da
THIS CONTRACT, Y of 2004
between ST. LUCIE COUNTY, a political subdivision of the State of Florida, hereinafter
called the "COUNTY," and Trademark Metals Recycling Co. LLC, or his, its or their successors,
executors, administrators, and assigns hereinafter called the "CONTRACTOR":
WITNESSETH:
1, PURPOSE
That Contractor agrees with County, for the consideration herein mentioned, at his,
its or their own proper cost and expense to do all the Work and furnish all the materials,
equipment, supplies, and labor necessary to carry out this Contract in the manner and to the
full extent as set forth in the Contract Documents, and to the satisfaction of the duly
authorized representatives of 5t. Lucie County, who shall have at all times full opportunity
to inspect the materials to be furnished and the Work to be done under this Contract.
2. GENERAL DESCRIPTION OF WORK
It is agreed that the Work to be done under this Contract is disposal of scrap metal
at the baling and recycling facility. The Contractor agrees to comply with all local, state, and
federal laws and regulations including but not limited to all regulations regarding the removal
of refrigerants.
3, PROJECT MANAGER
The Project Manager for the County is Leo Cordeiro at (772) 462-1631. The Project
Manager for the Contractor is Repperd Boyett at 1-800-782-2944.
The parties shall direct all matters arising in connection with the performance of this
Contract, other than invoices and notices, to the attention of the Project Managers for
attempted resolution or action. Except as otherwise provided for in this Contract, the
Project Managers shall be responsible for overall resolution or action. The Project Managers
shall be responsible for overall coordination and oversight relating to the performance of this
-1-
Contract. The Project Manager, however, has no authority to approve or execute Change
Order Work,
4, CONTRACT DOCUMENTS
The Contract Documents which comprise the Contract between the County and the
Contractor are attached hereto and made part hereof and consist of the following:
A. This Contract, consisting of pages 1 through 13 inclusive.
B. Contractor's Bid and Bid Bonds, consisting of 12 pages.
C. Bid Documents, consisting of:
Call for Bids and Instructions to bidders.
Special Conditions, consisting of 6 pages.
Technical Provisions, consisting of 2 pages.
D. Addenda No. 1 , consisting of 2 pages.
E. Insurance Certificates which shall be provided by the Contractor, along with
the return of an executed copy of this Contract,
F. Any Modifications, including change orders, duly delivered after execution of
this Contract.
Except for duly authorized and executed Modifications including but not limited to
change orders and contract amendments, any conflict between the terms and conditions of
this Contract and the terms and conditions of any of the other contract documents shall be
interpreted in favor of this Contract.
5, PERFORMANCE GUARANTY
-2-
That Contractor guarantees to repair, replace or otherwise make good to the
satisfaction of the County any defect in workmanship or material appearing in the Work, and
further guarantees the successful performance of the Work for the service intended.
Neither inspection nor payment, including final payment, by the County shall relieve the
Contractor or its Surety from his or its obligations to do and complete the Work in
accordance with this Contract. If the County deems it inexpedient to require the Contractor
to correct deficient or defective Work, an equitable deduction from the contract price shall
be made therefore or in the alternative, if the expense incurred by the County to correct
deficient or defective Work exceeds the unpaid balance on this Contract, the Contractor
shall pay the difference to the County. The liability of the Contractor and its surety or
sureties for such payment is joint and several.
6. TERM
Unless terminated as provided for herein, the term of this Contract shall be for a
period of five (5) years from the date first written above. Upon mutual agreement, the
parties may extend the terms of the Contract for one (1) additional three-year term.
The Work shall be conducted in such a manner and with sufficient labor, materials,
tools, and equipment necessary to complete the Work within the time limit set forth in the
Contract. Should the organization of the Contractor, or its management, or the manner of
carrying on the work be manifestly incompetent, or inadequate to do the work specified within
the stated time, then the County shall have the right to take charge of the work and finish
it and provide the labor, materials and equipment necessary to complete the work as planned
within the required time and to charge the cost of all such work against the Contractor and
his, or its surety shall be held responsible therefore. The Contractor fully understands and
agrees that the County shall not pay for any obligations or expenditure made by the
Contractor prior to the effective date of this Contract, unless the County authorizes such
payment in writing.
7. CONTRACT PAYMENT
The Contractor shall pay to the County for the performance of this Contract at the
rate of 52.75% of revenue of Number 2 Bundle price based on Birmingham Market at the
time the materials are removed from the St. Lucie County Solid Waste Baling & Recycling
Facility. Payment shall be made within 20 days of removal of materials from the St. Lucie
County Solid Waste Baling & Recycling Facility.
-3-
8. SUBCONTRACTORS
In the event Contractor requires the services of any contractor or professional
associate in connection with the Work to be performed under this Contract, the Contractor
shall secure the written approval of the County Project Manager before engaging such
contractor or professional associate.
9. AUDIT
The Contractor agrees that the County or any of its duly authorized representatives
shall, until the expiration of three years after payment of funds under this Contract, have
access to and the right to examine any directly pertinent books, documents, papers, and
records of the Contractor involving transactions related to this Contract. The Contractor
agrees that payment(s) made under this Contract shall be subject to change for amounts
charged thereto which are found on the basis of audit examination not to constitute allowable
costs under this Contract. The Contractor shall by check payable to the County the amount
of such change in payments. All required records shall be maintained until an audit is
completed and all questions arising therefrom are resolved, or three years after completion
of the project and issuance of the final certificate, whichever is sooner.
10. PUBLIC RECORDS
The Contractor shall allow public access to all documents, papers, letters, or other
material subject to the provisions of Chapter 119, Florida Statutes, and made or received by
the Contractor in conjunction with this Contract.
ill CONTRACTOR RESPONSIBILITY
The Contractor is an independent contractor and is not an employee or agent of the
County. Nothing in this Contract shall be interpreted to establish any relationship other than
that of an independent contractor, between the County and the Contractor, its employees,
agents, subcontractors, or assigns, during or after the performance of this Contract. The
Contractor shall take the whole responsibility for the means, methods, techniques, sequences,
and production of the Work.
The Contractor shall bear all losses resulting to him, or its, on account of the amount
or character of the Work, or because of the nature of the ground beneath, in or on which the
Work is done is different from what was assumed or expected, or because of bad weather,
or because of errors or omissions in his or its bid on the Contract price, or except as
otherwise provided in the Contract Documents because of any other cause whatsoever.
-4-
Execution of this Contract by the Contractor is a representation that the Contractor has
visited the site, has conducted a sufficient investigation of the surface and sub -surface
conditions in order to submit its bid, has become familiar with the local conditions under
which the Work is to be performed, and correlated personal observations with the
requirements of the Contract Documents.
The Contractor shall protect the entire Work, all materials under the Contract and
the County's property (including machinery and equipment) in, or on, or adjacent to the site
of the Work until final completion and Work, from the action of the elements, acts of other
contractors, or except as otherwise provided in the Contract Documents, and from any other
cause whatsoever; should any damage occur by reason of any of the foregoing, the
Contractor shall repair at his, or its, own expenses to the satisfaction of the County or its
Project Manager. Neither the County nor its officers, employees or agents assume any
responsibility for collection of indemnities or damages from any person or persons causing
injury to the Work of the Contractor.
At his, or its expense, the Contractor shall take all necessary precautions (including
without limitation) the furnishing of guards, fences, warnings signs, walks, flags, cables and
lights for the safety of and the prevention of injury, loss and damage to persons and property
(including without limitation) in the term persons, members of the public, the County and its
employees and agents, the Project Manager and his employees, Contractor's employees, his
or its subcontractors and their respective employees, other contractors, their
subcontractors and respective employees, on, about or adjacent to the premises where said
Work is being performed, and shall comply with all applicable provisions of safety laws, rules,
ordinances, regulations and orders of duly constituted public authorities and building codes.
The Contractor assumes all risk of loss, damage and destruction to all of his or its
materials, tools appliances and property of every description and that of his or its
subcontractors and of their respective employees or agents, and injury to or death of the
Contractor, his or its employees, subcontractors or their respective employees or agents,
including legal fees, court costs or other legal expenses, arising out of or in connection with
the performance of this Contract.
12, INDEMNITY
Contractor agrees to pay of behalf of, protect, defend, reimburse, indemnify and hold
the County, its agents, employees, elected officers and representatives and each of them,
(hereinafter collectively and for the purposes of this paragraph, referred to as "County"),
free and harmless at all times from and against any and all claims, liability, expenses, losses,
costs, fines and damages, including attorney's fees, and causes of action of every kind and
-5-
character against County by reason of any damage to property or the environment, or bodily
injury (including death) incurred or sustained by any party hereto, or of any party acquiring
any interest hereunder, any agent or employee of any party hereto or of any party acquiring
an interest hereunder, and any third or other party whomsoever, or any governmental agency,
arising out of or in incident to or in connection with Contractor's performance under this
Contract, the condition of the premises, Contractor's acts, or omissions or operations
hereunder, or the performance, non-performance or purported performance of the
Contractor of any breach of the terms of this Contract; provided however that Contractor
shall not be responsible to County for damages resulting out of bodily injury or damages to
property which Contractor can establish as being attributable to the sole negligence of
County, its respective agents, servants, employees or officers.
Contractor further agrees to pay on behalf of and hold harmless and indemnify County
for any fines, citations, court judgments, insurance claims, restoration costs or other liability
resulting from its activities on the project, whether or not Contractor was negligent or even
knowledgeable of any events precipitating a claim or arising as a result of any situation
involving Contractor's activities.
Said indemnification by Contractor shall be extended to include all deliverers,
suppliers, furnishers of material or anyone acting for, on behalf of, or at the request of
Contractor. Contractor recognizes the broad nature of this indemnification and hold
harmless clause and voluntarily makes this covenant. This indemnification and hold harmless
survives acceptance of the Work. This clause of the Contract will extend beyond the term
of the Agreement for a period of ten (10) years after the date of the acceptance of the
Work by the County.
13, INSPECTION
The project will be inspected by the Project Manager and will be rejected if it is not
inconformity with the Contract provisions. Rejected Work will be immediately corrected by
the Contractor. When the Work is substantially completed, the Contractor shall notify the
County in writing that the Work shall be ready for final inspection on a definite date, at least
three (3) calendar days thereafter, which shall be stated in such notice.
14. INSURANCE
Commercial General Liability:
The Contractor shall maintain and, prior to commencement of this contract, provide
the County with evidence of commercial general liability insurance to include: 1)
-6-
premises/operations, products/completed operations, (including XCU hazards) and personal
and advertising injury for limits of not less than $1,000,000 per occurrence; 2) fire damage
for limits of not less than $100,000 per occurrence; 3) medical payments for limits not less
than $5,000 per person and 4) a general, per contract/project, aggregate limit of not less
than $2,000,000. The policy shall also provide the County will be given a thirty (30) day
written notice of cancellation or non -renewal and include County as an additional insured.
Business Automobile Liability:
The Contractor shall maintain and, prior to commencement of this contract, provide
the County with evidence of business automobile liability insurance to include: 1) coverage for
any automobile for limits of not less than $1,000,000 combined single limit (bodily injury &
property damage) per accident and 2) Personal Injury Protection (Florida no-fault) with full
statutory limits. The policy shall also provide the County will be given a thirty (30) day
written notice of cancellation or non -renewal and include County as an additional insured.
Workers' Compensation and Employers Liability:
The Contractor shall maintain and, prior to commence of this contract, provide the
County with evidence of workers' compensation insurance providing Florida statutory (F.S.
440) limits to cover all employees and include Employers Liability coverage with limits of not
less than $500,000 for accidents or disease. The policy shall also provide the County will be
given a thirty (30) day written notice of cancellation or non -renewal.
15. DEFAULT; TERMINATION
A, FOR CAUSE
If the Contractor fails to fulfill its obligations under this Contract in a timely
and proper manner, the County shall have the right, but not the obligation, to terminate this
Contract by giving written notice of any deficiency and by allowing the party in default seven
(7) calendar days to correct the deficiency. If the Contractor fails to correct the deficiency
within the seven calendar day period, this Contract shall terminate at the expiration of that
time period.
With regard to the Contractor, the following items shall be considered a
default under this Contract:
-7-
(1) If the Contractor should be adjudged bankrupt, or if he, or it, should
make a general assignment for the benefit of his, or its, creditors, or if a receiver should be
appointed on account of his, or its, insolvency.
(2) If the Contractor should refuse or fail, except in cases for which an
extension of time is provided, to supply enough properly skilled workmen or proper material
to meet the project schedule or if the Contractor should fail to make prompt payment for
materials, or labor or other services entering into the Work.
(3) If the Contractor disregards laws, ordinances, or the instructions of the
Project Manager or otherwise be guilty of a substantial violation of the provisions of the
Contract.
(4) Fails to perform any of the terms of this Contract or performs work
which fails to conform to the requirements of this Contract.
In the event of termination, the County may take possession of the premises
and all materials, tools, and appliances, thereon and finish the Work by whatever method it
may deem expedient. In such cases, the Contractor shall only be entitled to receive payment
for Work satisfactorily completed prior to the termination date, subject to any setoffs due
the County in completing the Project and for reimbursement of damages incurred. The County
may take possession of and use any materials, plant, tools, equipment, and property of any kind
furnished by Contractor to complete the Work. If the expense incurred by the County to
finish the Work exceeds the unpaid balance on this Contract, the Contractor shall pay the
difference to the County. The expense incurred by the County as herein provided, and the
damage incurred through the Contractor's default, shall be certif ied by the Project Manager.
The Contractor shall be responsible for both liquidated damages attributable to delay and for
excess completion costs. The liability of the Contractor and its surety or sureties for such
damages and costs is joint and several. The obligations of the Contractor and his surety with
respect to the warranty and maintenance shall remain in full force and effect for the portion
of the Work completed by the Contractor and shall not expire until the expiration of the
prescribed time period measured from the final acceptance of the project in its entirety.
These clauses shall survive the termination of this Contract. If the County makes a
determination pursuant to this Contract to hold the Contractor in default and terminate the
Contract for cause and it is subsequently determined that any such determination was
improper, unwarranted, or wrongful, then any such termination shall be deemed for all
purposes as a termination without cause as described below. The Contractor agrees that it
shall be entitled to no damages, allowances or expenses of any kind other than as provided in
this Agreement in connection with such termination, and does expressly waive, in the event
-8-
of termination, any and all claims for consequential damages, loss of bonding capacity,
destruction of business, unabsorbed home office overhead, lost profit and the like.
B. WITHOUT CAUSE
The County may terminate the Contract without cause at any time upon thirty
(30) calendar days prior written notice to the Contractor. Upon such termination, the
Contractor waives any claims for damages from the termination without cause including,
without limitation, any and all consequential claims as set forth above, and as the sole right
and remedy of the Contractor, the County shall compensate the Contractor for all authorized
Work satisfactorily and responsibly completed through the termination date. In the event
of termination by the Contractor without cause, the following shall apply: (1) all bonds shall
remain fully in force to insure the County's ability to construct the project for the Contract
amount; (2) the County shall have the right to, at its option, solicit bids for the completion
of the unfinished portion of the Work, or to negotiate with the number two bidder under the
original bid; and (3) the Contractor and his surety shall be jointly and severally responsible
for all costs over the original Contract amount incurred by the County in completion of the
project, in addition to liquidated damages, construction costs, such costs may include
engineering, advertising, and administrative expenses incurred with the solicitations of bids
for the completion of the unfinished portion of the Work. In the event of termination without
cause by either party, the obligations of the Contractor and his surety with respect to the
warranty and maintenance shall remain in full force and effect for the portion of the Work
completed by the Contractor and shall not expire until the expiration of the prescribed time
period measured from the final acceptance of the project in its entirety. These clauses shall
survive the termination of this Contract.
16, NON DISCRIMINATION
Contractor covenants and agrees that Contractor shall not discriminate against any
employee or applicant for gmployment to be employed in the performance of the Contract
with respect to hiring, tenure, terms, conditions or privileges of employment, or any matter
directly or indirectly related to employment because of age, sex or physical handicaps (except
where based on a bonafide occupational qualification); or because of marital status, race,
color, religion, national origin or ancestry.
17. VERIFICATION OF EMPLOYMENT STATUS
-9-
The County will not intentionally award contracts to any contractor who knowingly
employs unauthorized alien workers, constituting a violation of the employment provisions of
the Immigration and Nationality Act ("INA"). The County shall consider the employment by
the Contractor of unauthorized aliens a violation of 8 U.S.C. Section 1324a(e) [Section
274A(e) of the INA]. The Contractor agrees that such violation by the Contractor shall be
grounds for the unilateral cancellation of this Contract by the County.
18. FLORIDA PRODUCED LUMBER
Where applicable Contractor agrees to comply with the provisions of Section 255.20,
Florida Statutes, (2003) and as may be amended from time to time.
19. ASBESTOS -FREE MATERIALS
Contractor shall not use any asbestos or asbestos -based fiber materials in the Work
performed under this Contract.
20. ASSIGNMENT
The County reserves the right to freely assign this Contract. The Contractor,
however, shall not assign this Contract to any other persons or firm without first obtaining
County's written approval. In addition, the Contractor shall not have the right to assign any
or all of its rights and interests under this agreement to any subsidiary or parent company,
or any successor to its business through merger, consolidation, voluntary sale, or transfer of
substantially all of its assets without the express written consent of the County. For
purposes of this paragraph, a transfer of substantially all of its assets shall be deemed to
occur when the owner(s) of more than 50% of the proprietary interest in the business entity
transfer, other than between themselves, their immediate families or their heirs, such
proprietary interest to another person, firm, partnership, corporation or business entity. Any
attempt to effect an assignment without County's prior written consent shall be deemed a
default subject to the remedies provided herein.
21. NOTICES
All notices, requests, consents, and other communications required or permitted under
this Contract shall be in writing and shall be (as elected by the person giving such notice)
hand delivered by messenger or courier service, telecommunicated, or mailed by registered
or certified mail (postage prepaid) return receipt requested, addressed to:
-10.
As To County:
St. Lucie County Administrator
Administration Annex
2300 Virginia Avenue
Ft. Pierce, FL 34982
As To Contractor:
With A Copy To:
St. Lucie County Attorney
Administration Annex
2300 Virginia Avenue
Ft. Pierce, FL 34982
Trademark Metals Recycling Company, LLC
490 Ansin Road
Rockledge, FI 32955
or to such other address as any party may designate by notice complying with the terms of
this Section. Each such notice shall be deemed delivered (a) on the date delivered if by
personal delivery, (b) on the date upon which the return receipt is signed or delivery is
refused or the notice is designated by the postal authorities as not deliverable, as the case
may be, if mailed.
22. NON -WAIVER
The rights of the parties under this Contract shall be cumulative and the failure of
either party to exercise properly any rights given hereunder shall not operate to forfeit any
of the said rights.
23. CONFLICT OF INTEREST
The Contractor represents that it presently has no interest and shall acquire no
interest, either direct or indirect, which would conflict in any manner with the performance
of services required hereunder, as provided for in Section 112.311, Florida Statutes (2003)
and as may be amended from time to time. The Contractor further represents that no person
having any interest shall be employed for said performance.
The Contractor shall promptly notify the County in writing by certified mail of all
potential conflicts of interest prohibited by existing state law for any prospective business
association, interest or other circumstance which may influence or appear to influence the
Contractor's judgment or quality of services being provided hereunder. Such written
notification shall identify the prospective business association, interest or circumstance, the
nature of Work that the Contractor may undertake and request an opinion of the County as
-11-
to whether the association, interest or circumstance would, in the opinion of the County,
constitute a conflict of interest if entered into by the Contractor. The County agrees to
notify the Contractor of its opinion by certified mail within thirty (30) days of receipt of
notification by the Contractor. If, in the opinion of the County, the prospective business
association, interest or circumstance would not constitute a conflict of interest by the
Contractor, the County shall so state in the notification and the Contractor shall, at his/her
option, enter into said association, interest or circumstance and it shall be deemed not in
conflict of interest with respect to services provided to the County by the Contractor under
the terms of this Contract.
24, DISPUTE RESOLUTION
Any disputes relating to interpretation of the terms of this Contact or a question of
fact or arising under this Contract shall be resolved through good faith efforts upon the part
of the Contractor and the County or its Project Manager. At all times, the Contractor shall
carry on the work and maintain its progress schedule in accordance with the requirements of
the Contract and the determination of the County or its representatives, pending a final
resolution of the dispute, including, if necessary, any determination by a Court of competent
jurisdiction. Any dispute which is not resolved by mutual agreement shall be decided by the
County Administrator who shall reduce the decision to writing. The decision of the County
shall be final and conclusive unless determined by a court of competent jurisdiction to be
fraudulent, capricious, arbitrary, so grossly erroneous as to necessarily imply bad faith, or
not be supported by substantial evidence.
25. MEDIATION
Prior to initiating any litigation concerning this Contract, the parties agree to submit
the disputed issue or issues to a mediator for non-binding mediation. The parties shall agree
on a mediator chosen from a list -of certified mediators available from the Clerk of Court for
St. Lucie County. The fee of the mediator shall be shared equally by the parties. To the
extent allowed by law, the mediation process shall be confidential and the results of the
mediation or any testimony or argument introduced at the mediation shall not be admissible
as evidence in any subsequent proceeding concerning the disputed issue.
26. INTERPRETATION; VENUE
This Contract constitutes the entire agreement between the parties with respect to
the subject matter hereof and supersedes all prior verbal or written agreements between
the parties with respect thereto. This Contract may only be amended by written document,
properly authorized, executed and delivered by both parties hereto. This Contract shall be
-12-
interpreted as a whole unit and section headings are for convenience only. All interpretations
shall be governed by the laws of the State of Florida. In the event it is necessary for either
party to initiate legal action regarding this Contract, venue shall be exclusively in the
Nineteenth Judicial Circuit for St. Lucie County, Florida, for claims under state law and the
Southern District of Florida for any claims which are justiciable in federal court.
IN WITNESS WHEREOF, the parties hereto have accepted, made and executed this
Agreement in counterparts each of which shall be treated as an original upon the terms and
conditions above stated.
ATTEST:
WITNESSES $
BOARD OF COUNTY COMMISSIONERS
ST, LUCIE COUNTY, FLORIDA
n
BY
CHAIR AN
APPROVE 5 TO FORM AND
CORR CnTNES
/
COUNTY ATT
TRADEMARK METAS RECYCLING
COMPANY, LLC
BY:
Prir
Titl
c;\Documents and Settings\Administrator\Local Settings\Temp\trademark.wpd
43 -
Trademark Metals Recycling LLC
SPECIFICATIONS FOR THE
DISPOSAL OF SCRAP METAL
AT THE INDIAN RIVER COUNTY LANDFILL
EXHIBIT 2
July, 2007
INTENT
Removal of scrap metal and discarded appliances from the Indian River County
Landfill to be sold as recyclables.
SPECIFICATIONS:
1. Indian River County will establish a separate site at the Landfill for the
collection and storage of scrap metal and appliances. All refrigerators will
be stood upright for purposes of purging CFC.
2, The Contractor's vehicle shall weigh empty upon the Landfill scales upon
entering the Landfill. The same vehicle, when loaded, shall weigh loaded
upon leaving the Landfill. The net weight shall be the weight of material
removed and sold as recyclable.
;. The Contractor shall provide the necessary equipment, vehicles, and
personnel for the removal of scrap metal and appliances from the Landfill.
4, The Contractor shall remove scrap metal and appliances at a minimum of
every two(2) months.
5. Payment to the County for the material removed from the Landfill shall
be made within 20 days after the date of the removal of the material.
6. The initial term of the Contract to be determined by both parties.
7. The Contractor has total responsibility for the operation and maintenance
of Contractor's equipment and vehicles owned or leased while on County
property. While at the Landfill, the Contractor and/or all of his employees
shall abide by the rules and regulations governing the operation of the
Landfill.
Physical Address
490 Ansin Road
Rockledge, FI. 32955
Mailing Address
P.O. Box 562687 Rockledge, R. 32956-2687
(321) 636-2781, Fax: (321) 631-5808
8. The price bid shall be a percentage of the Number 2 Bundle Price based on
the Birmingham Market and shall include collection and transportation of
materials from the Indian River County Landfill located at 1325 74`x' Ave
SW, Vero Beach, FL 32968 to the Contractors designated site.
9. Contractor shall process all materials within Federal, State, local and the
Solid Waste Section guidelines. Any proposed regulations that are
adopted by the Regulatory agencies that are more restrictive than this
Document shall be incorporated into this Contract.
10. Contractor, at their own expense, shall market and sell or remove the
materials generated by the Landfill in a manner that Indian River County
will receive recycling credits.
11. The initial term of this Agreement shall be for 1 (one) year beginning
August 1, 2008. At the option of the parties, this Agreement may be
renewed with 3 additional one (1) year extensions upon the same terms
and conditions specified herein, provided however, that the Agreement
may be amended to,reflect the renegotiation of terms acceptable to
County and Contractor.
The amount to be paid to the Indian River County Landfill by the Contractor will
be based on 52.75% of the Number 2 Bundle Price based on the Birmingham
Market at the time the materials are removed from the Indian River County
Landfill.
Representative
Indian River County Landfill
Rep Boyett
Trademark Metals Recycling LLC
DISPOSAL OF SCRAP METAL
representing :ti
an
Comp Y p � and / r Co o ation, agree to perform all of the requirements to complete the t
Work required in the specifications for the price of.
1. The amount to be paid to the Indian River County Landfill will be based on
52.75% of the Number 2 Bundle Price based on the Birmingham Market at the
time the materials are removed from the Indian River County Landfill.
NAME OF CONTRACTOR
ADDRESS:,\
TELEPHONE: 3
Czs.'7-�
SIGNATURE:
TITLE: DATE: l__c 10, Z cy
25,53
C.
PRODUCER
MARSH
Marsh USA Inc.
100 North Tryon Street, Suite 3200
Charlotte NC 28202
CA NON-RESIDENT NO. OB22889
6115 -DJJC-CAS-08-09 DJ -TM FL
INSURED
Trademark Metals Recycling LLC
400 North Ashley Drive, Suite 1300
Tampa, FL 33602
CERTFICATE NUMBER
CERTIFICATE OF INSURANCE ATL'00138923401
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS
NO RIGHTS UPON THE CERTIFICATE HOLDER OTHER THAN THOSE PROVIDED IN THE
POLICY, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE
AFFORDED BY THE POLICIES DESCRIBED HEREIN.
COMPANIES AFFORDING COVERAGE
COMPANY
A Arch Insurance Company
COMPANY
B N/A
COMPANY
C
COMPANY
D
COVERAGES This certificate supersedes and replaces any previously issued certificate for the policy period noted below. 3
THIS IS TO CERTIFY THAT POLICIES OF INSURANCE DESCRIBED HEREIN HAVE BEEN ISSUED TO THE INSURED NAMED HEREIN FOR THE POLICY PERIOD INDICATED.
NOTWITHSTANDING ANY REQUIREMENT, TERMOR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECTTO WHICH THE CERTIFICATE MAY BE ISSUED OR MAY
PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CONDITIONS AND EXCLUSIONS OF SUCH POLICIES, AGGREGATE
LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ----- - — -- ---- ---- -
POLICY EFFECTIVE POLICY EXPIRATION LIMITS
CO TYPE OF INSURANCE POLICY NUMBER DATE (MMIDDIYY) DATE (MMIDDIYY)
LTR
GENERAL LIABILITYGENERAL AGGREGATE__ --I.$ - ---- 9.2
A X COMMERCIAL GENERAL LIABILITY 31 GPP4931901 02/29/08 01/01/09 PRODUCTS - COMP/OP AGG $ _ _ _,. _ _ 3,250.000
----
PERSONAL & ADV INJURY_ $ - 1,250,000
CLAIMS MADE OCCUR
EACH OCCURRENCE _ $ 1.250,000
OWNER'S & CONTRACTOR'S PROT $
X
FIRE DAMAGE (Any one fire) _
MED EXP An one Orson
IR - PER OCCURRENCE MI$
AUTOMOBILE LIABILITY
COMBINED SINGLE LIMIT I $ 3,000,000
A X ANY AUTO 31 CAB4932001 02/29/08 01/01/09
BODILY INJURY
ALL OVMIED AUTOS (Per person)
SCHEDULED AUTOS
HIRED AUTOS BODILY INJURY $
(Per accidenlI
NON -OWNED AUTOS
I
PROPERTY DAMAGE $
GARAGE LIABILITY AUTO ONLY - EA ACCIDENT I $-
t__
ANY AUTO OTHER THAN AUTO ONLY_
- ------------
EACHACCIDENT_j$_
,_.
AGGREGATE i $
EXCESS LIABILITY EACH OCCURRENCE $_ _ _ - .-------------
AGGREGATE _ _..,'.$ ___._...._
UMBRELLA FORM '$
OTHER THAN UMBRELLA FORM
WORKERS COMPENSATION AND X TORY LIMITS T_ER __—
EMPLOYERS' UABWTY 31 WC14932101(AOS) 02/29/08 01/01/09 EL EACH ACCIDENT -- $ - _ _. 1,000.000
A01/01/09 EL DISEASE-POLICYLIMIT I$ 1,000,000
A THE PROPRIETOR/ NX INCL 31 WC14932201(OR,WI) 02/29/08 1,000,000PARTNERS/EXECUTIVE ELDISEASE-EACHEMPLOYEE $
OFFICERS ARE: EXCL
OF
CERTIFICATE HOLDER
Indian River County Solid Waste
1325 74th Ave SW
Vero Beach, FL 32968
SHOULD ANY OF THE POLICIES DESCRIBED HEREIN BE CANCELLED BEFORE THE 1 XPIRAIION DATE THEREOP.
THE INSURER AFFORDING COVERAGE WILL ENDEAVOR TO MAIL ID DAYS WRIf1[.N N0110E TO THE
CERTIFICATE HOLDER NAMED HEREIN. BUT FAILURE TO MAIL SUCH NOTICE SHALI IMPOSF NC OHI IGATION OR
LIABILITY OF ANY KIND UPON THE INSURER AFFORDING COVERAGE. ITS AGENTS OR REPRESLNTATNFS OR THE
ISSUER OF THIS CERTIFICATE
AUTHORIZED REPRESENTATIVE
of Marsh USA Inc. y: 4•irii •`
A-.
BY: Libby Wilson "��C
MM1(3102) VALID AS OF:06111108