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,