Loading...
HomeMy WebLinkAbout2018-004CAgreement forAgreement Agreement THIS AGREEMENT is by and between Indian River County Solid Waste Disposal District (SWDD), a dependent special district of Indian River County, a Political Subdivision of the State of Florida organized and existing under the Laws of the State of Florida, (hereinafter called OWNER), whose address is c/o Indian River County Utilities Department, 180127 1h Street, Vero Beach, FL 32960 and Waste Management Inc. of Florida, 4310 77th Street Vero Beach FL 32967 (hereinafter called CONTRACTOR). OWNER and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1- WORK CONTRACTOR shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as follows: To provide recycling collection services to various Indian River County governmental buildings and facilities falling within the funding jurisdiction of the Solid Waste Disposal District. The CONTRACTOR shall provide the necessary carts or containers listed on the bid form and shall provide at a minimum weekly collection service. The CONTRACTOR shall bring all of the recycling to the Indian River County Landfill Materials Recovery Facility. ARTICLE 2 - THE PROJECT The Project for which the Work under the Contract Documents may be the whole or only a part is generally described as follows: Project Name: Recycling Services at Governmental Buildings and Facilities Bid Number: 2018010 Billing Address: 132574 th Avenue SW, Vero Beach Florida 32968 Site Locations: Various (See Attached Exhibit A for locations) ARTICLE 3 - CONTRACT TIMES 3.01 Initial Term A. The initial term of this Agreement shall begin on the Effective Date of this Agreement through September 30, 2022. 3.02 Renewal Option A. At the sole option of SWDD, this Agreement may be renewed for one (1) additional term of three (3) years under the same terms and conditions as the initial term, including amendments. The CONTRACTOR shall be notified by SWDD no later than September 30, 2021 of its intent to renew or not to renew the Agreement. If renewed, the additional three (3) year term will begin on October 1, 2022, and terminate on September 30, 2025. Page 1 of 13 Agreement forAgreement ARTICLE 4 - COMPENSATION 4.01 The SWDD shall pay the CONTRACTOR for the performance of this Agreement in accordance with the Bid Documents, subject to annual price adjustments as set forth in Section 4.04 (if approved by the County Administrator or designee) or by an approved amendment by the SWDD Board, the total amount in current funds being as follows (the "Compensation"): SIZE OF CONTAINER(S) # OF CONTAINERS* UNIT COST TOTAL COST 64 -gallon 244 $25.00 $6,100.00 2 cu yd 2 $40.00 $80.00 6 cu yd 1 $124.00 $124.00 8 cu yd 4 $166.00 $664.00 Specialty Service 6 $75.00 $450.00 Total Price/Month $7,418.00 * See attached Exhibit A for specific locations. 4.02 Once each month payments shall be made during the term of the Agreement in the amount due on the invoice. Contractor shall submit an invoice to the SWDD Project Manager no later than the 101h day of each month for the previous month's recycling services. Payment to the Contractor shall be made for all undisputed amounts on or before the thirtieth (30th) calendar day or 20 business days of the SWDD's receipt of the invoice, whichever occurs later, upon verification by SWDD of the invoice submitted. The SWDD may reject the application in writing which shall specify the deficiency and the action necessary to correct the deficiency. Payment shall be due 20 business days after the SWDD's receipt of a corrected invoice. 4.03 The SWDD shall pay the CONTRACTOR through payments issued by the County Finance Department in accordance with the Local Government Prompt Payment Act of the Florida Statutes, upon receipt of the invoice from the SWDD Managing Director. The parties agree, however, that any payments withheld as liquidated damages or for any other reason allowed by this Contract, shall not be governed by the Local Government Prompt Payment Act. 4.04 Rate Adjustment A. All unit prices shall remain the same through September 30, 2020. B. Contractor may request an annual rate adjustment. Such request must be submitted in writing to SWDD no later than April 30th of the year in which Contractor would like the rate adjustment to go into effect. Such rate adjustments are subject to approval by the County Administrator or his designee. If approved, the rate adjustment would become effective October 1 of that year. C. If a rate adjustment is requested, the calculation shall be made as specified in Exhibit B and shall not exceed three percent (3%). Page 2 of 13 Agreement forAgreement ARTICLE 6 - INDEMNIFICATION 6.01 CONTRACTOR shall indemnify and hold harmless the OWNER, and its officers and employees, from liabilities, damages, losses and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of the CONTRACTOR and persons employed or utilized by the CONTRACTOR in the performance of the Work. ARTICLE 7 - CONTRACTOR'S REPRESENTATIONS 7.01 In order to induce OWNER to enter into this Agreement CONTRACTOR makes the following representations: A. CONTRACTOR has examined and carefully studied the Contract Documents and the other related data identified in the Invitation to Bid documents. CONTRACTOR has visited the various locations for the recycling services identified in Exhibit A (Sites) and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work identified in Article 1. CONTRACTOR is familiar with and is satisfied as to all federal, state, and local Laws and Regulations that may affect cost, progress, and performance of the Work identified in Article 1. D. CONTRACTOR has obtained and carefully studied (or assumes responsibility for having done so) all additional or supplementary examinations, investigations, explorations, tests, studies, and data concerning conditions (surface, subsurface, and Underground Facilities) at or contiguous to the Sites which may affect cost, progress, or performance of the Work identified in Article 1 or which relate to any aspect of the means, methods, techniques, sequences, and procedures of construction to be employed by CONTRACTOR, including applying the specific means, methods, techniques, sequences, and procedures of construction, if any, expressly required by the Contract Documents to be employed by CONTRACTOR, and safety precautions and programs incident thereto. E. CONTRACTOR does not consider that any further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. F. CONTRACTOR is aware of the general nature of work to be performed by OWNER and others at the Site that relates to the Work identified in Article 1 and as indicated in the Contract Documents. G. CONTRACTOR has correlated the information known to CONTRACTOR, information and observations obtained from visits to the Sites, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. H. CONTRACTOR has given OWNER written notice of all conflicts, errors, ambiguities, or discrepancies that CONTRACTOR has discovered in the Contract Documents, and the written resolution thereof by OWNER is acceptable to CONTRACTOR. Page 3 of 13 Agreement forAgreement I. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work identified in Article 1. ARTICLE 8 - CONTRACT DOCUMENTS 8.01 Contents A. The Contract Documents consist of the following: (1) This Agreement (2) Certificate of Liability Insurance (3) Invitation to Bid 2018010 (4) CONTRACTOR'S Bid Form (5) Drug Free Workplace Form (6) Affidavit of Compliance (7) Sworn Statement Under Section 105.08, Indian River County Code, on Disclosure of Relationships (8) The following which maybe delivered or issued on or after the Effective Date of the Agreement and are not attached hereto: a) Written Amendments b) Approved Rate Adjustments ARTICLE 9 - MISCELLANEOUS 9.01 Terms A. Terms used in this Agreement will have the meanings indicated in the Invitation to Bid. 9.02 Assignment of Contract A. No assignment by a party hereto of any rights under or interests in the Agreement will be binding on another party hereto without the written consent of the party sought to be bound; and, specifically but without limitation, moneys that may become due and moneys that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. Page 4 of 13 Agreement forAgreement 9.03 Successors and Assigns A. OWNER and CONTRACTOR each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors, assigns, and legal representatives in respect to all covenants, agreements, and obligations contained in the Contract Documents. 9.04 Severability A. Any provision or part of the Contract Documents held to be void or unenforceable under any Law or Regulation shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon OWNER and CONTRACTOR, who agree that the Contract Documents shall be reformed to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. 9.05 Venue A. This Agreement shall be governed by the laws of the State of Florida. Venue for any lawsuit brought by either party against the other party or otherwise arising out of this Agreement shall be in Indian River County, Florida, or, in the event of a federal jurisdiction, in the United States District Court for the Southern District of Florida. 9.06 Public Records Compliance A. Indian River County is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida's Public Records Law. Specifically, the Contractor shall: (1) Keep and maintain public records required by the County to perform the service. (2) Upon request from the County's Custodian of Public Records, provide the County with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119 or as otherwise provided by law. (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. (4) Upon completion of the contract, transfer, at no cost, to the County all public records in possession of the Contractor or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the Custodian of Public Records, in a format that is compatible with the information technology systems of the County. Page 5 of 13 Agreement forAgreement B. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: (772) 226-1424 publicrecords@ircgov.com Indian River County Office of the County Attorney 180127 th Street Vero Beach, FL 32960 C. Failure of the Contractor to comply with these requirements shall be a material breach of this Agreement. ARTICLE 10 - INSURANCE • Owners and Subcontractors Insurance: The Contractor shall not commence work until they have obtained all the insurance required under this section, and until such insurance has been approved by the owner, nor shall the contractor allow any subcontractor to commence work until the subcontractor has obtained the insurance required for a contractor herein and such insurance has been approved unless the subcontractor's work is covered by the protections afforded by the Contractor's insurance. • Worker's Compensation Insurance: The Contractor shall procure and maintain worker's compensation insurance to the extent required by law for all their employees to be engaged in work under this contract. In case any employees are to be engaged in hazardous work under this contract and are not protected under the worker's compensation statute, the Contractor shall provide adequate coverage for the protection of such employees. • Public Liability Insurance: The Contractor shall procure and maintain broad form commercial general liability insurance (including contractual coverage) and commercial automobile liability insurance in amounts not less than shown below. The owner shall be an additional named insured on this insurance on this insurance with respect to all claims arising out of the operations or work to be performed. Commercial General Commercial General (Public) Liability, A. Premises / Operations other than Automobile B. Independent Contractors C. Products / Completed Operations $1,000,000.00 Combined single limit D. Personal Injury for Bodily Injury and Property Damage E. Contractual Liability F. Explosion, Collapse, and Underground Property Damage Automobile A. Owner Leased Automobiles B. Non -Owned Automobiles $1,000,000.00 Combined single limit C. Hired Automobiles Bodily Injury and Damage Liability D. Owned Automobiles Page 6 of 13 Agreement forAgreement • Proof of Insurance: The Contractor shall furnish the owner a certificate of insurance in a form acceptable to the owner for the insurance required. Such certificate or an endorsement provided by the contractor must state that the owner will be given thirty (30) days written notice prior to cancellation or material change in coverage. Copies of an endorsement -naming owner as Additional Insured must accompany the Certificate of Insurance. Article 11: TERMINATION OF CONTRACT 11.01 Failure to Maintain Insurance. A. SWDD reserves the right to terminate this Agreement if Contractor fails to obtain and maintain the insurance set forth in Article 10. 11.02 Bankruptcy B. SWDD reserves the right to terminate this Agreement if the Contractor takes the benefit of insolvency statute, or shall make a general assignment for the benefit of creditors, files a voluntary petition in bankruptcy, petitions or answers seeking an arrangement for its reorganization or readjustment of its indebtedness under the federal bankruptcy laws or under any other law or statute of the United States, or any state thereof, or consents to the appointment of a receiver, trustee, or liquidator of all or substantially all of its property. C. SWDD reserves the right to terminate this Agreement if by order or decree of a court, Contractor shall be adjudged bankrupt, or an order shall be made approving a petition filed by any of its creditors or by any of the Stockholders of Contractor seeking its reorganization or the readjustment of its indebtedness under federal bankruptcy laws or under any law or statute of the United States or of any state thereof; provided that, if any such judgment or order is stayed or vacated within sixty (60) Days after the entry thereof, any notice of cancellation shall be and become null, void, and of no effect. D. SWDD reserves the right to terminate this Agreement if by or pursuant to or under authority of any legislative act, resolution, or rule, or any order or decree of any court or governmental board, agency, or officer having jurisdiction, a receiver, trustee, or liquidator shall take possession or control of all or substantially all of the property of the Contractor, and such possession of control shall continue in effect for a period of sixty (60) Days. 11.03 Default A. SWDD may terminate this Agreement by written notice of default to Contractor if Contractor fails to perform or observe any of the terms and conditions of this Agreement for a period of thirty (30) days after receipt of notice of such default. Article 12: PERFORMANCE 12.01 Performance Standard A. The Contractor is expected to provide weekly recycling services as identified in Article 1 on a timely manner and deliver all recycling materials to the Material Recovery Facility at the IRC Landfill. The Contractor shall utilize approved containers with service verification system for all locations serviced through this Agreement. Specification on carts and service verification system is provided in Exhibit C. Page 7 of 13 Agreement forAgreement The Contract Manager shall file a complaint with the Contractor for any missed pick-ups and the contractor shall resolve these within 48 hours otherwise subject to the administrative charges below. 12.02 Administrative Charges C. The Contract Manager shall notify the Contractor in writing by the tenth (10) Day of the month of the SWDD's intent to deduct any administrative charges, including the basis for each administrative charge, from payments due or to become due to the Contractor for service provided under this Agreement. D. In the event the Contractor wishes to contest such monthly assessment, the Contractor must do so within ten (10) Days of issuance of each assessment notification by requesting, in writing, a meeting with the Contract Manager to resolve the issue. Following such a meeting, the Contract Manager shall notify the Contractor in writing of any action taken with respect to the Contractor's claims. Contractor may further appeal, in writing, the decision of the Contract Manager to the County Administrator, who shall conduct a review of all of the facts and circumstances, and make a determination in writing. The County Administrator's decision 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 supported by competent evidence. E. The Contract Manager may assess the following administrative charges pursuant to this Article on a monthly basis in connection with the Agreement: Performance Standard Violation Liquidated Damages Failure to deliver materials to a Designated Facility. 1st occurrence = $1,000 2nd occurrence = $5,000 3'd+ occurrences = $10,000 Failure to resolve missed pickups $100 per unresolved missed pickup Page 8 of 13 Agreement forAgreement IN WITNESS WHEREOF, OWNER and CONTRACTOR have signed this Agreement in duplicate. One counterpart each has been delivered to OWNER and CONTRACTOR. All portions of the Contract Documents have been signed or identified by OWNER and CONTRACTOR or on their behalf. This Agreement will be effective on January 9 , 2018(the date the Agreement is approved by the Indian River County Solid Waste Disposal District, which is the Effective Date of the Agreement). OWNER: CONTRACTOR: INDIAN RIVER COUNTY Waste Management Inc. of Florida � Y a r�,w..Myww By: ✓� By. th w President Peter D. O'Bryan, Chairmanoo; ' ,�r+ , Date: January 9, 2018 _ (CORPORATE SEAL) oc .•w R COU,,, APPROVED• By: Jason E.own, ounty Administrator Address forgiving notices: Waste Management Inc. of Florida APPROVED A FORM AND GAL SUFFICIENCY: Kasey Godwin, District Manager 4310 77th Street Vero Beach, FL 32967 By: Copy to: Dylan Reingold, County Attorney Waste Management Inc. of Florida Legal Department 2700 Wiles Road ATTEST: Pompano Beach, FL 33073 Jeffrey R. Smith, Clerk of Court and Comptroller Attest: Depu y CI rk Page 9 of 13 Designated Representative: Name: Timothy B. Hawkins Title: President, Waste Management Inc. of Florida Address: 2700 Wiles Road, Pompano Beach, FL 33073 Phone: (954) 984-2035 Email: thawkins@wm.com (If Contractor is a corporation or a partnership, attach evidence of authority to sign.) Agreement forAgreement EXHIBIT A - LOCATION AND RECYCLING SERVICES ITEM LOCATION ADDRESS # OF CONTAINERS SIZE OF CONTAINER(S) LEVEL OF SERVICE 1 Indian River County Admin Bldg. (Bldg A) 1800 27TH St 14 64 -gallon 1 x Week 2 Indian River County Admin Bldg. (Bldg B) 1801 27TH St 14 64 -gallon 1 x Week 3 Indian River County Admin Bldg. (Bldg B) 1801 27TH St 1 8 cu yd 1 x Week 4 IRC Main Library 1600 21st St 12 64 -gallon 1 x Week 5 North County Library 1001 CR 512 6 64 -gallon 1 x Week 6 North County Library 1001 CR 512 1 2 cu yd 1 x Week 7 IRC Courthouse 2000 16th St 5 64 -gallon 1 x Week 8 North IRC Annex, Sebastian Square Shopping Cntr 11602-11604 U S #1 6 64 -gallon 1 x Week 9 IRC Health Dept 1900 27th St 18 64 -gallon 1 x Week 10 Elections Office 4375 43rd Ave 8 64 -gallon 1 x Week 11 Facilities Mgmt/Animal Control 4305A & 4305B 43rd Ave 6 64 -gallon 1 x Week 12 Emergency Operations Center (EOC) 4225 43rd Ave 6 64 -gallon 1 x Week 13 Road & Bridge 4550 41st St 6 64 -gallon 1 x Week 14 Fleet Management 5234 41st St, Suite A 1 2 cu yd 1 x Week 15 HRS Bldg 4675 28th Ct 6 64 -gallon 1 x Week 16 Utility Operations Center 4350 41st St 8 64 -gallon 1 x Week 17 Fire Station #1 1500 Old Dixie Hwy 5 64 -gallon 1 x Week 18 Fire Station #2 3301 Bridge Plaza Dr 5 64 -gallon 1 x Week 19 Fire Station #3 2900 43rd Ave 5 64 -gallon 1 x Week 20 Fire Station #4 1500 9th St SW 5 64 -gallon 1 x Week 21 Fire Station #5 6540 Old Dixie Hwy 3 64 -gallon 1 x Week 22 Fire Station #6 101 S A -1-A 5 64 -gallon 1 x Week 23 Fire Station #7 1215 82nd Ave 5 64 -gallon 1 x Week 24 Fire Station #8 1115 Barber St 5 64 -gallon 1 x Week 25 Fire Station #9 1640 U S #1 5 64 -gallon 1 x Week 26 Fire Station #10 62 North Broadway 5 64 -gallon 1 x Week 27 Fire Station #11 2555 93rd Ave 5 64 -gallon 1 x Week 28 Fire Station #12 3620 29th St 5 64 -gallon 1 x Week 29 Fire Station #13 4330 4th St 5 64 -gallon 1 x Week 30 Fire Station #14 6780 26th St 5 64 -gallon 1 x Week 31 Fire Station #15 9470 CR512 3 64 -gallon 1 x Week Page 10 of 13 Agreement forAgreement ITEM LOCATION ADDRESS # OF CONTAINERS SIZE OF CONTAINER(S) LEVEL OF SERVICE 32 IRC Tax Collectors Office 1860 82nd Ave 6 64 -gallon 1 x Week 33 Historic Dodger Town / MLB 3901 26th St 6 64 -gallon 1 x Week 34 Hobart Soccer Complex 6310 77th St 1 8 cu yd 1 x Week 35 North County Aquatics Center 9450 CR512 3 64 -gallon 1 x Week 36 Gifford Aquatics Center 4895 43rd Ave 3 64 -gallon 1 x Week 37 Sandridge Golf Club 5300 73rd St 4 64 -gallon 1 x Week 38 Sandridge Golf Club 5300 73rd St 1 6 cu yd 1 x Week 39 Indian River County Fairgrounds 7955 58th Ave 1 8 cu yd 1 x Week 40 Indian River County Parks Division 5500 77th St 1 8 cu yd 1 x Week 41 Indian River County Parks Division 5500 77th St 4 64 -gallon 1 x Week 42 Ampersands Beach 12566 Hwy AlA 1 64 -gallon 1 x Week 43 Treasure Shores Park * 11300 Hwy AlA 4 64 -gallon 1 x Week 44 Golden Sands Park * 10350 Hwy AlA 6 64 -gallon 1 x Week 45 Wabasso Beach Park * 1820 Wabasso Beach Rd 5 64 -gallon 1 x Week 46 Seagrape Trail Beach Access 8302 Hwy AlA 1 64 -gallon 1 x Week 47 Turtle Trail Beach Access 8102 Hwy AlA 1 64 -gallon 1 x Week 48 Tracking Station Park * 800 46th PI 4 64 -gallon 1 x Week 49 Round Island Park (Beachside) * 2200 S Hwy AlA 7 64 -gallon 1 x Week 50 Round Island Park (Lagoon side) * 2200 S Hwy AlA 3 64 -gallon 1 x Week * Specialty Service - Empty Containers at Multiple Locations Page 11 of 13 Agreement forAgreement EXHIBIT B — CALCULATION OF RATE ADJUSTMENT (After September 30, 2020) One Hundred Percent (100%) of the rate adjustment shall be based on seventy-five percent (75%) of the change in the Consumer Price Index (CPI) between the month of April in the prior year (CP11) and the month of April in the current year (CP12). The CPI shall be the South Urban Region, All Items — All Urban Wage Earners and Clerical Workers, published by the United States Department of Labor, Department of Labor Statistics (Series ID = CWUR0300SA0) If the designated index is discounted or substantially altered, SWDD may select another relevant price index published by the United States Government or by a reputable publisher of financial and economic indices. The total rate adjustment is rounded to the nearest hundredth of a percent and in any given year shall not exceed three percent (3.0%) of the previous rate. FORMULA FOR CALCULATING ANNUAL RATE ADJUSTMENT Annual Adjustment (as a Percentage) AA = (((CP12 - CP11) / CP11) * 0.75)); New Rate = Round ((Current Rate + AA*Current Rate), 2) Where: "CP11" = published CPI average for the month of April of the prior year "CP12" = published CPI average for the month of April of the current year SAMPLE CALCULATION OF ANNUAL RATE ADJUSTMENT INCREASE Assumptions: Current Rate = $10.00 CP11 = 226.618 CP12 = 227.955 Annual Rate Adjustment = ((227.955-226.618)/ 226.618) * 0.75) = 0.44% Annual Rate Adjustment of 0.44% is less than 3.0% the maximum allowed. New Rate = ROUND ($10.00 * (1 + 0.0044), 2) = $10.04 SAMPLE CALCULATION OF ANNUAL RATE ADJUSTMENT DECREASE Assumptions: Current Rate = $10.00 CP11 = 226.618 CP12 = 225.618 Annual Rate Adjustment = ((225.618-226.618)/ 226.618) * 0.75) = -0.33% New Rate = ROUND ($10.00 * (1 + (-0.0033), 2) = $9.97 Annual Rate Adjustment is subject to the approval of the County Administrator or his designee. Page 12 of 13 Agreement forAgreement EXHIBIT C — CART/CONTAINER SPECIFICATION AND SERVICE VERIFICATION SYSTEM 1. Cart / Container Specification a. The standard size recycling carts include either a ninety-six (96) gallon cart or a sixty-four (64) gallon cart for Program Recyclables. The cart specification must be approved by the Contract Manager. The Program Recyclables are as follows: L All paper not contaminated by food, including newspaper, magazines, phone books, junk mail, office paper, cardboard, paper bags, paperboard, chipboard, file folders, envelopes, paperback books, mixed paper, etc. ii. Aluminum food and beverage containers. iii. Aluminum foil, pie plates, and trays. iv. Glass food and beverage containers. v. Ferrous cans, including aerosol cans not containing corrosive, toxic, ignitable, or reactive ingredients, including products such as paints, cleaners, oils, batteries and pesticides that contain potentially hazardous ingredients. vi. Aseptic cartons, including juice boxes, gable top milk and juice containers, soy milk and soup cartons. vii. All plastic containers except plastic film. viii. Bulky rigid plastics. ix. Scrap metal. b. The standard large size containers shall be either a 2 cubic yard, 4 cubic yard, 6 cubic yard or 8 cubic yard recycling dumpster. These containers must have lids, be painted, leak proof and have proper identification that it is a recycling container and not for garbage. 2. Service Verification System a. Contractor shall provide and maintain a service verification system with web -based access. Service verification software shall be capable of providing reports online that can be downloaded in PDF and Excel formats. Contractor is responsible for all associated software costs and maintenance. b. Service verification software shall be capable of providing map -based location visibility of frontline and reserve collection vehicles operated in real time, and shall be able to generate reports as needed based on recycling cart and recycling container service activity, including, but not limited to, collection and non -collection events. Page 13 of 13 1/1U/ZU18 UetaiI by Ent ty Name or9 Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by Entity Name Florida Profit Corporation WASTE MANAGEMENT INC. OF FLORIDA Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Principal Address 1001 FANNIN STREET ATTN-. TAX DEPT. HOUSTON, TX 77002 Changed: 03/17/2016 Mailing Address 1001 FANNIN STREET ATTN: TAX DEPARTMENT HOUSTON, TX 77002 279946 59-1094518 03/30/1964 FL ACTIVE CORPORATE MERGER 03/10/2011 NONE Changed: 03/17/2016 Reaistered Aaent Name & Address CT CORPORATION SYSTEM 1200 SOUTH PINE ISLAND ROAD PLANTATION, FL 33324 Name Changed: 06/23/1992 Address Changed: 04/19/2011 Officer/Director Detail Name & Address Title President, Director htf-H—nrrh c i inhi7 n—Ann iinA(`nrnnrntinnQonrrh/CoornhPaci Jtr)ofniI%nni iinh,rooInifinI P—nrrhKInn nrrImr_AA/ACTFM A KI A(UFrkA 1Ir. 1/1U/L018 NAVVKIINJ, I IIVIU I h Y b 1001 FANNIN STREET HOUSTON, TX 77002 Title VP MYHAN, DAVID M 1001 FANNIN STREET HOUSTON, TX 77002 Title VP CARROLL, THOMAS G 1001 FANNIN STREET HOUSTON, TX 77002 Title VP, CFO, Controller SHADE, DARREN K 1001 FANNIN STREET HOUSTON, TX 77002 Title VP, Treasurer RANKIN, DEVINA A 1001 FANNIN STREET HOUSTON, TX 77002 Title VP, Asst. Treasurer LOCKETT, MARK A 1001 FANNIN STREET HOUSTON, TX 77002 Title VP, Asst. Secretary LAMBROS , JAMES F 1001 FANNIN STREET HOUSTON, TX 77002 Title VP, Asst. Gen. Counsel TSAI , SANGCHU J 1001 FANNIN STREET HOUSTON, TX 77002 Title Asst. Secretary FOSTER, JANNE C 1001 FANNIN STREET HOUSTON, TX 77002 Title Asst. Secretary Detail bytntltyName httn-//ca—hc—hi7 nrn /inn i iir%A(`nrnnrntinnQmrnh/QonrnhPo iitnatnil'Anni A AI ArP:hA 9/F 1/1U/2U1tf Detall by Entlty Name htt-flcoarrh c inhi� nrn/Inn rnir%d(`nrnnrntinnCmrrh/ConrrhRoci itnatnii?inn,iinh,ro=FntiiiAinrr RkrlirotinnT%n I nitinlRconrrhAlmr nrrlor=%A/AQTPRA AM A(ZPM Tr KAPLAN , RONALD M 1001 FANNIN STREET HOUSTON, TX 77002 Title VP, Secretary, Director TIPPY, COURTNEY A 1001 FANNIN STREET HOUSTON, TX 77002 Title VP Wilson, James A 1001 FANNIN STREET HOUSTON, TX 77002 Title Asst. Treasurer Egl, Edward A 1001 FANNIN STREET HOUSTON, TX 77002 Title Asst. Secretary SKOUTELAS, JOHN S 1001 FANNIN STREET HOUSTON, TX 77002 Annual Reports Report Year Filed Date 2015 01/13/2015 2016 03/17/2016 2017 04/06/2017 Document Images 04/06/2017 -- ANNUAL REPORT View image in PDF format 03/17/2016 -- ANNUAL REPORT View image in PDF format 01/13/2015 -- ANNUAL REPORT View image in PDF format 01/15/2014 -- ANNUAL REPORT View Image in PDF format 04/24/2013 -- ANNUAL REPORT View image in PDF format 10/03/2012 — ANNUAL REPORT View image in PDF format 08/29/2012 -- ANNUAL REPORT View image in PDF formal 01/11/2012 -- ANNUAL REPORT View image in PDF format 04/19/2011 -- ANNUAL REPORT View image in PDF format 03/10/2011 -- Merger View image in PDF format 04/27/2010 --ANNUAL REPORT View image in PDF format 04/21/2009 -- ANNUAL REPORT View image in PDF format 07,102/2008._ ANNUAL REPORT View image in PDF format htt-flcoarrh c inhi� nrn/Inn rnir%d(`nrnnrntinnCmrrh/ConrrhRoci itnatnii?inn,iinh,ro=FntiiiAinrr RkrlirotinnT%n I nitinlRconrrhAlmr nrrlor=%A/AQTPRA AM A(ZPM Tr 1/10/2018 UetaiI bytntltyName htt—H—n—h ennhiv nrn /inn i iirxd(`.nrnnrntinnConrnh/ConrnhRoci IINlotnii?innninhw-Fntih,AlnmoRriirontinnT%^ I nitlnIRenmrnhNinm Orrior-\A/A9Tr-Kh A AI ArFAA All; 114/2f2UUt5 -- ANNUAL HEFUK I View image in h'Ur tormat 12/21/2007 -- Merger View image in PDF format 12/21/2007 -- Merger View Image in PDF format 12/21/2007 -- Merger View Image in PDF format 12/21/2007 -- Merger View image in PDF format 12/21/2007 -- Merger View image in PDF formal 07/23/2007 -- ANNUAL REPORT View image in PDF format 06/27/2007 — Merger View image in PDF format 04/30/2007 -- ANNUAL REPORT View image in PDF format 04/27/2006 -- ANNUAL REPORT View image in PDF format 10/19/200.5 -- REINSTATEMENT View image in PDF format 07/27/2005 -- Merger View image in PDF format 06/29/2005 -- Merger View Image in PDF format 06129/2005 -- Merger View Image In PDF format 06/29/2005 -- Merger View image in PDF format 06/29/2005 -- Merger View Image in PDF format 06/20/2005 -- ANNUAL REPORT View image in PDF format 04/25/2005 -- ANNUAL REPORT View image in PDF format 04/15/2004 -- ANNUAL REPORT View image in PDF format 12/23/2003 -- Merger View Image In PDF format 12/23/2003 -- Merger View image in PDF format 12/23/2003 -- Merger View image in PDF format 12/23/2003 -- Merger View image In PDF format 12/23/2003 -- Merger View image in PDF format 09/22/2003 -- REINSTATEMENT View Image in PDF format 06/02/2003_ ANNUAL REPORT View image in PDF format 02/25/2003 -- ANNUAL REPORT View Image in PDF format 12/23/2002 -- Merger View image In PDF format 12/23/2002 -- Merger View image in PDF format 12/23/2002 -- Merger View image in PDF format 1223/2002 -- Merger View image in PDF format 12/23/2002 -- Merger View Image in PDF format 12/113/2002—Merger Meraer View Image In PDF format 09/09/2002 -- ANNUAL REPORT View Image in PDF format 06/2/2002 -- Merger View Image in PDF format 02/28/2002 -- ANNUAL REPORT View image in PDF fommat 12!26/2001 -- Merger View image in PDF format 05/03/2001 -- ANNUAL REPORT View image in PDF format 12/15/2000 -- Merger View image in PDF format 12/15/2000 — Merger View image in PDF format 12/15/2000 -- Merger View image in PDF format 08/30/2000 -- ANNUAL REPORT View image in PDF format 05112/2000 -- Merger View Image in PDF format 05/11/2000 -- ANNUAL REPORT View image in PDF format 12/22/1999 -- Merger View image in PDF format 05/27/1999 — Court Order View image in PDF format 04/14/1999_- ANNUAL REPORT View image in PDF format htt—H—n—h ennhiv nrn /inn i iirxd(`.nrnnrntinnConrnh/ConrnhRoci IINlotnii?innninhw-Fntih,AlnmoRriirontinnT%^ I nitlnIRenmrnhNinm Orrior-\A/A9Tr-Kh A AI ArFAA All; 1/1U/ZU18 12/29/1998 -- Meraer 12/29/1998 -- Merger 12/29/1998 -- Merger 12/29/1998 -- Merger 12/29/1998 — Merger 05/01/1998 -- ANNUAL REPORT 05/02/1997 -- ANNUAL REPORT 04/09/1996 -- ANNUAL REPORT 04/20/1995 -- ANNUAL REPORT vi— nnayr, ui ryr inn na, View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View image in PDF format View Image in PDF format View Image in PDF format Detail by Entity Name Wn-flcnorrh m enhio nrn /inn s ii nAf nrr—finnRnnrrhPZnn—hP ee eitnntni l9inniii-A—=PnfifiA\l nn—P rN —finnT— lniti ni P cnn—hnl ni—n ilor_\NA QTFRA ANI Ar' -PRA ri/r,