Loading...
HomeMy WebLinkAbout2015 04 13 Consent 302 Storm Debris Removal ContractCOMMISSION AGENDA ITEM 302 REQUEST: Informational Consent X Public Hearings Regular April 13, 2015 KS KL Regular Meeting City Manager Department Public Works Department Requesting that the City Commission authorize the execution of an Agreement with Ashbritt Environmental for storm debris removal by piggybacking off of their contract with the City of Orlando. SYNOPSIS: This item is needed to continue to have a debris removal contract in place should a storm event occur that requires the utilization of these services. CONSIDERATIONS: This agenda item requests authorization to piggyback off of the City of Orlando Contract #RFP11- 0052 /TM with AshBritt, Inc. for a one year period for storm debris removal services. The City Commission previously approved on April 14, 2014 a 1 year extension to the agreement with Ashbritt Environmental for storm debris removal which expires April 30, 2015. The terms, conditions and rates of the Orlando contract are substantially similar to the previously approved contract extension. There is no cost to enter into this agreement. Ashbritt provides annual planning and training sessions for City staff for no charge. Ashbritt has our current Debris Management Plan incorporated into their Action Plan. FISCAL IMPACT: No funding is required at this time. It is anticipated that the funding source for debris removal will be the assigned Storm Reserve fund balance of the Solid Waste Fund. Consent 302 PAGE 1 OF 2 - April 13, 2015 COMMUNICATION EFFORTS: This Agenda Item has been electronically forwarded to the Mayor and City Commission, City Manager, City Attorney /Staff, and is available on the City's Website, LaserFiche, and the City's Server. Additionally, portions of this Agenda Item are typed verbatim on the respective Meeting Agenda which has also been electronically forwarded to the individuals noted above, and which is also available on the City's Website, LaserFiche, and the City's Server; has been sent to applicable City Staff, Media/Press Representatives who have requested Agendas /Agenda Item information, Homeowner's Associations/Representatives on file with the City, and all individuals who have requested such information. This information has also been posted outside City Hall, posted inside City Hall with additional copies available for the General Public, and posted at five (5) different locations around the City. Furthermore, this information is also available to any individual requestors. City Staff is always willing to discuss this Agenda Item or any Agenda Item with any interested individuals. RECOMMENDATION: It is recommended that authorization be given for the City Manager and City Attorney to prepare and execute any and all documents necessary to execute a storm debris removal contract with Ashbritt Environmental through September 30, 2016 by piggybacking off of the City of Orlando's Contract #RFP11- 0052 /TM. ATTACHMENTS: 1. Mutual Use and Benefit Agreement with Ashbritt Environmental (1 page) 2. City of Orlando Debris Management and Removal Services Agreement and Pricing Schedule (21 pages) Consent 302 PAGE 2 OF 2 - April 13, 2015 Attachment No. 1 MUTUAL BENEFIT AND USE AGREEMENT WHEREAS, it is foreseen that it may be in the public interest to provide for the expedient availability of Disaster Response/Recovery services within the corporate limits of Winter Springs, FL resulting from a storm or man -made disaster event; and WHEREAS, the Public Health and Safety of all the citizens will be at serious risk; and WHEREAS, the immediate economic recovery of Winter Springs, FL and its citizens is a major concern and the primary priority for recovery; and WHEREAS, Winter Springs, FL has a community of interest with Orlando, FL with respect to the Response/Recovery services that may be necessary to affect the recovery from a disaster event; and WHEREAS, Orlando, FL has selected through competitive process a firm proficient in providing services; and WHEREAS, Winter Springs, FL has reviewed the solicitation, proposal, and evaluation related to the selection of the firm by Orlando, FL and endorses with the process and selection; and WHEREAS, Winter Springs, FL has reviewed the contract for services between Orlando, FL and AshBritt Inc. and has found the Scope of Services, prices, terms and conditions as set out in this Contract to be reasonable, acceptable and of benefit to their citizens; and THEREFOR, having reached concurrence and acceptance of the procurement process and the contract stipulations Orlando, FL agrees to enter into a contract with AshBritt for services without modification to the original terms, conditions or pricing. Having full authority the parties do hereby complete this agreement by signing below: Kevin L. Smith City of Winter Springs, FL First Name/MI/Last Name (Type) AshBritt, Inc. Andrea Lorenzo - Luaces, MMC City Clerk Date (MM/DD /YY Date (MM/DD /YY) Date (MM/DD /YY) 1 Attachment No. 2 Request for Proposal for Debris Management Request for Proposal RFP11- 0052/TM and Removal Services Secondary (backup) Contractor DEBRIS MANAGEMENT AND REMOVAL SERVICES THIS AGREEMENT ( "Agreement"), effective as of the %day o is made by and between the City of Orlando, a municipal corporation existing under the laws of the State of Florida, hereinafter referred to as the "City" and AshBritt, Inc., hereinafter referred to as the "Contractor ". For good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged by the parties, the parties agree as follows: I. SCOPE The Contractor is to perform the Work as defined in the Request for Proposal and amendments, if any, the Request for Proposal and any amendments thereto being attached hereto as Exhibit "A ", incorporated by reference herein and made a part thereof as fully as if herein set forth. Unless otherwise specified herein, the Contractor is to furnish all materials, tools, equipment, manpower, and consumables to complete the Work. II. ORDER OF PRECEDENCE For the resolution and interpretation of any inconsistencies in this Agreement and/or the documents attached hereto and included herein by this reference, the precedence of these documents shall be given in the following order: 1. For State or Federally paid or reimbursable work, the provisions of Exhibit "A" to the RFP; 2. This Agreement with any Attachments, including Addendums(s) and Amendment(s) hereto; 3. If applicable, negotiated amendments or clarification to the Contractor's Proposal which have been incorporated by reference into the final Agreement; 4. City's Request for Proposal; 5. Contractor's Proposal III. TERM OF AGREEMENT The period of this Agreement shall be for thirty -six (36) months, beginning on October 1, 2011 and ending on September 30, 2014. This Agreement may, by mutual written assent of the parties, be extended for two (2) additional twelve (12) month periods or portions thereof, up to a cumulative total of sixty (60) months. Purchasing & Materials Management Division Page: 1 Request for Proposal for Debris Management Request for Proposal RFP11- 0052/TM and Removal Services Secondary (backup) Contractor IV. COMPENSATION The Contractor agrees to provide the services and materials as specified in its proposal to the City at the cost specified in said proposal and amendments, if any, the proposal and any amendments thereto being attached hereto as Exhibit "B ", incorporated by reference herein and made a part hereof as fully as if herein set forth. The amount as specified in Exhibit "B ", may be increased or decreased by the City under the Extra Work provision of this Agreement, through the issuance of an Addendum, if applicable. Any prices specified in this Agreement or Addendum thereto, will remain firm for the term of this Agreement or Addendum. V. PAYMENT All invoices received by the City are payable within thirty (30) days from receipt, provided they have first been approved by the using department, and such department has accepted the Work. The City reserves the right, with justification, to partially pay any invoice submitted by the Contractor when requested to do so by the using department. All invoices shall be directed to the Accounts Payable Section, City of Orlando, 400 South Orange Avenue, Orlando, Florida, 32801 -3302. NOTE: ALL INVOICES MUST CLEARLY INDICATE THE CITY AGREEMENT NUMBER AS STATED HEREIN. VI. FISCAL YEAR FUNDING APPROPRIATION A. Specified Period Unless otherwise provided by law, a contract for supplies or services may be entered into for any period of time deemed to be in the best interest of the City, provided the term of the contract and conditions of renewal or extension, if any, are included in the solicitation and funds are available for the first fiscal period at the time of contract. Payment and performance obligations for succeeding fiscal periods shall be subject to appropriation by City Council of funds therefor. B. Cancellation Due to Unavailability of Funds in Succeeding Fiscal Periods When funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period, the contract shall be canceled and the contractor shall be entitled to reimbursement for the reasonable value of any nonrecurring cost incurred but not advertised in the price of the supplies or services delivered under the contract or otherwise recoverable. Purchasing & Materials Management Division Page: 2 Request for Proposal for Debris Management Request for Proposal RFPII- 0052/TM and Removal Services Secondary (backup) Contractor VII. GENERAL CONDITIONS A. Patents and Copyrights The Contractor shall pay all royalties and assume all costs arising from the use of any invention, design, process, materials, equipment, product or device in performance of the Work, which is the subject of patent rights or copyrights. Contractor shall, at its own expense, hold harmless and defend the City against any claim, suit or proceeding brought against the City which is based upon a claim, whether rightful or otherwise, that the Work, or any part thereof, furnished under this Agreement, constitutes an infringement of any patent or copyright of the United States. The Contractor shall pay all damages and costs awarded against the City. B. Termination for Default 1. The performance of Work under this Agreement may be terminated by the Director of Purchasing, in whole or in part, in writing, whenever the Director of Purchasing shall determine that the Contractor has failed to meet the performance requirements of this Agreement. 2. The Director of Purchasing has a right to terminate for default if the Contractor fails to make delivery of the supplies or perform the Work, or if the Contractor fails to perform the Work within the time specified in the Agreement, or if the Contractor fails to perform any other provisions of the Agreement. C. Termination for Convenience The Director of Purchasing may terminate the Agreement for convenience with advance written notice to the Contractor. In- the event of such a termination by the City, the City shall be liable for the payment of all Work properly performed prior to the effective date of termination. D. Warrantv The Contractor warrants that the Work including equipment and materials provided shall conform to professional standards of care and practice in effect at the time the Work is performed, be of the highest quality, and be free from all faults, defects or errors. Whenever required by the specifications of the Request for Proposal, the Contractor warrants that all equipment and materials provided shall be new. If the Contractor is notified in writing of a fault, deficiency or error in the Work Purchasing & Materials Management Division Page: 3 Request for Proposal for Debris Management and Removal Services Request for Proposal RFP11- 0052/TM Secondary (backup) Contractor provided within one (1) year from completion of the Work, the Contractor shall, at the City's option, either reperform such portions of the Work to correct such fault, defect or error, at no additional cost to the City, or refund to the City, the charge paid by the City, which is attributable to such portions of the faulty, defective or erroneous Work, including the costs for reperformance of the work provided by other Contractors. E. Time of Completion The parties understand and agree that time is of the essence in the performance of this Agreement. The Contractor or City, respectively, shall not be liable for any loss or damage, resulting from any delay or failure to perform its contractual obligations within the time specified, due to acts of God, actions or regulations by any governmental entity or representative, strikes or other labor trouble, fire, or any other causes, contingencies or circumstances not subject to the Contractor's or City's control, respectively, whether of a similar or dissimilar nature, which prevent or hinder the performance of the Contractor's or City's contractual obligations, respectively. Any such causes of delay, even though existing on the date of the Agreement or on the date of the start of Work, shall extend the time of the Contractor's or City's performance_ respectively, by the length of the delays occasioned thereby, including delays reasonably incident to the resumption of normal Work schedules. However, under such circumstances as described herein, the Director of Purchasing may at its discretion, cancel this Agreement for the convenience of the City. F. Indemnification and Insurance 1. Indemnity The Contractor hereby agrees to indemnify and hold harmless the City, its officers, agents, and employees, from and against any and all liability, claims, damages, demands, expenses, fees, fines, penalties, suits, proceedings, actions, and costs of actions, including attorneys' fees for trial and on appeal, and for the preparation of same arising out of the Contractor's, its officers', agents', and employees' acts, or omissions associated with this Agreement. 2. Insurance Requirements: The Contractor, at its own expense, shall keep in force and at all times Purchasing & Materials Management Division Page: 4 Request for Proposal for Debris Management Request for Proposal RFP11- 0052/TM and Removal Services Secondary (backup) Contractor maintain during the term of this Agreement: (a.) Commercial General Liability Insurance: Commercial General Liability Insurance, issued by responsible insurance companies and in a form acceptable to the City, protecting and insuring against all the foregoing with coverage limits of not less than Five - Hundred Thousand Dollars ($500,000) per occurrence for Bodily Injury and Property Damage. (b.) Automobile Liability Insurance: Automobile Liability coverage shall be in the minimum amount of Three - Hundred Thousand Dollars ($300,000) per occurrence combined single limits for Bodily Injury and Property Damage., (c.) Commercial Crime Liability Insurance: (Agent confirm if needed) Commercial Crime coverage shall be in the minimum amount of $300,000 per employee /owner per occurrence. (d.) Workers' Compensation Coverage: Full and complete Workers' Compensation Coverage, as required by State of Florida law, shall be provided. (e.) Insurance Certificates: The Contractor shall provide the City with Certificate(s) of Insurance on all the policies of insurance and renewals thereof in a form(s) acceptable to the City. Said Commercial General Liability policy shall provide that the City be an additional insured. The City shall be notified in writing of any reduction, cancellation or substantial change of policy or policies at least thirty (30) days prior to the effective date of said action. All insurance policies shall be issued by responsible companies who are acceptable to the City and licensed and authorized to do business under the laws of the State of Florida. G. Liquidated Damages Parties agree that damages are difficult to determine but that these liquidated damages are agreed to be a reasonable cost for any delays: If the Contractor shall neglect, fail or refuse to complete the Work within the time specified, or any proper extension thereof granted by the City, then the Contractor does hereby agree, as part consideration for awarding of the Agreement, to pay the City the Purchasing & Materials Management Division Page: 5 Request for Proposal for Debris Management and Removal Services Request for Proposal RFP11- 0052/TM Secondary (backup) Contractor sum of Two Hundred Fifty Dollars ($250.00), for each and every calendar day that the Contractor shall be in default after the time stipulated in the Agreement for completing the Work, not as a penalty but as liquidated damages for breach of contract as herein set forth. The City and Contractor agree that the damages that will be incurred by the City as a result of Contractor's delay in meeting a completion date are of a kind difficult to accurately estimate, and the credit herein provided is not a penalty but a reasonable forecast of the damages that will actually be incurred by the City in the event of any such delay. H. Acceptance The City will be deemed to have accepted the Work after the Director of Purchasing is notified by the using City department of its satisfaction that the work for their respective department is completed. I. Correction of Work The Contractor shall promptly correct all Work rejected by the City as failing to conform to this Agreement. The Contractor shall bear all costs of correcting such rejected Work. J. Ri2htto Audit Records " Contractor and its subcontractors shall retain all records related to the Contract for five (5) years after receipt of final payment under the Contract and all other pending matters related to the Contract are closed. If any litigation, claim or audit is started before the expiration of the five (5) year period, the records shall be retained until all litigation, claims or audit findings involving the records have been resolved. K. Time is of the Essence The parties agree that time is of the essence in the completion of the Work called for under this Agreement. The Contractor agrees that all Work shall be executed regularly, diligently, and uninterrupted at such a rate of progress as will ensure full completion thereof within the time specified. L. Information All information and data furnished to or developed for the City by the Contractor or its employees, pursuant to this Agreement, excluding previously Copywritten materials, shall be the sole property of the City and all rights therein are reserved Purchasing & Materials Management Division Page: 6 Request for Proposal for Debris Management Request for Proposal RFP11- 0052/TM and Removal Services Secondary (backup) Contractor C. The Contractor shall comply with all applicable federal, state and local laws, ordinances, rules and regulations pertaining to the performance of Work under this Agreement. D. No waiver, alterations, consent or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by the Director of Purchasing or designee. E. The Contractor is to procure all permits, licenses, and certificates, or any such approvals of plans or specifications as may be required by federal, state and local laws, ordinances, rules, and regulations, for the proper execution and completion of the Work under this Agreement. F. All disputes between the parties shall be resolved in accordance with the City Purchasing Code, (Chapter 7 of the City Code). G. This Agreement is considered a non - exclusive Agreement between the parties. H. This Agreement is deemed to be under and shall be governed by, and construed according to, the laws of the State of Florida. I. Any litigation arising out of this Agreement shall be had in the Courts of Orange County, Florida. J. The undersigned hereby certifies that this Agreement is made without prior understanding, agreement or connection with any corporation, firm or person who submitted bids for the Work covered by this Agreement and is in all respects fair and without collusion or fraud. As to Contractor, the undersigned hereby warrants and certifies that they are authorized to enter into this Agreement and to execute same on behalf of the Contractor as the act of the said Contractor. K. This Agreement, including any Exhibits hereto, contains all the terms and conditions agreed upon by the parties. No other agreements, oral or otherwise, regarding the subject matter of this Agreement shall be deemed to exist or to bind either party hereto. L. The City's Director of Purchasing or written designee shall have authority to act on behalf of the City in matters related to this Agreement, including but not limited to the sending and receiving of any notices required hereunder. Purchasing & Materials Management Division Page: 8 Request for Proposal for Debris Management and Removal Services Request for Proposal RFP11- 0052 /TM Secondary (backup) Contractor IN WITNESS WHEREOF, the parties hereto have hereunto set their hands and seals on the date first written above. PURCHASING AND MATERIALS MANAGEMENT DIVISION CITY OF ORLANDO, FLORIDA By: Director of Purchasing RHONDA ULMER. C.P.M.. CPPO. FCCN Name, Typed or Printed CITY A ORNEY Date: , 201A--- APPROVED AS TO FORM AND LEGALITY for the use and reliance of the City of Orlando, Florida, only. Date: 201�j D ORLANDO, FLORIDA By: Signature C 0V Name & Tide, Typed or Printed hs�Btiw Name of Company, Corp., etc. 57!!5* f�I Mailing Address PeAc a arm. 3301 City, State and Zip n - sus 3s3. Area Code/Telephone Number STATE OF �/d -', J4 COUNTY OF t) itiao (A CORPORATE SEAL The foregoing instrument was acknowledged before me this 4 day of �>e c_ , 2011, by JDHn/ o , as the C Do , on behalf of 4SA ,6,e; 7P He /she (is) rsonally kno to me or (has) produced (type of identification) WITNESS my hand and official seal this —/17 day of % C C .. , 2011. (SE 2o`'s� °�� %., BARBARA A. FEINBLATT Notary Public - State of Florida My Comm. Expires Aug 14, 2012 olltd;L0. Commission # 00 814401 My Commission Expires: Signa e offerson Taking Acknowledgment Typed, Printed or Stamped Name of Person Taking Acknowledgment Purchasing & Materials Management Division Page: 9 RFP No. I I - 0052 1TM: Debris Management and Removal Services Prepared for: City of Orlando, Florida Please deliver to: City of Orlando Purchasing and Materials Management Division City Hall at One City Commons 400 South Orange Avenue, Fourth Floor Orlando, Florida 32802 -4990 1 I Opening Date /Time: Thursday, 21 July 2011, 2: 00 p. m. (Local Time) A Environmental Contact: John W. Noble 24hrs: 954 - 683 -0247 AshBritt, Inc. ;- 565 East Hillsboro Blvd. Deerfield Beach, FL 33441 Phone: 954 - 545 -3535 Fax: 954- 545 -3585 r ` Web: www.ashbritt.com Email: @ res onse ashbritt.com p A Environmental Contact: John W. Noble 24hrs: 954 - 683 -0247 Request for Proposal for Debris Management Requesi far Proposal RFPI1- 00521TM and Removal Services REQUEST FOR PROPOSAL FOR DEBRIS MANAGEMENT AND REMOVAL SERVICES PRICE PROPOSAL This will be a firm; fixed price Contract and the Scope of Services to be completed by Contractor as defined in this Request for Proposal consists of specific tasks. Compensation for the work tasks stated herein shall be in accordance with the following Price Proposal: NOTE: Initial Only indicates that the information to the left of the box has been read, understood, and agreed to by the Proposer. - FEE SCHEDULE 1- PRIMARY SERVICES (EQUALLY WEIGHTED FOR BID EVALUATION /RANKING a. Vegetative storm debris with validated load originating GPS location picked up at the designated work zone, hauled to and dumped at a Debris Management Site (DMS) Initial and Mileage Radius: 0 -15 miles $7.85 /cu, yd . 16 -30 miles S 9.00 /cu. yd > 30 miles $ 11.75 /cu. yd b. Construction and Demolition debris with validated load tickets, designating GPS location, hauled to and dumped at a City approved disposal site or landfill. Initial only Mileage Radius: 0 -15 miles $7.85 /cu. d 16 -30 miles $ 9.00 /cu. yd 31-60 milt's $ 11.75 /CU. d C. Validated load hauled tickets from the DMS (or final disposition of processed vegetative debris at a City approved landfill, recycling facility or other City approved location. GPS location of ultimate disposition sites must be provided for payment for each load Initial only hauled/ - Mileage Radius: 0 -15 miles $ 4.25 /cu. yd 16 -30 miles $ 5.25 /cu. yd 31 -60 miles $ 6.75 /cu. yd 61 -90 miles $ 6.25 /cu. yd 91 -120 miles $ 14.2 /cu. xd d. Tipping fees /disposal costs shall be paid by CONTRACTOR and actual incurred cost JN shall be invoiced to City for reimbursement. Initial only C. Management, processing and loading ofall eligible debris and/or residue: at the DMS S 3.75 /cu. d Including locating, leasing (if required) preparing and layout of site; management, maintenance and operation of the DMS; the receiving, sorting, segregation, processing and reduction of vegetative debris (chipping, grinding or incinerating as directed by the City); groundwater and soil testing at the DMS; furnishing materials, supplies, labor, tools and equipment necessary to perform services; maintenance of internal roadways providing traffic control, dust control, erosion control, inspection tower(s), lighting, ash and hazardous/toxic waste(HTW) containment areas, fire protection, all required permits, environmental monitoring, and safety measures; loading reduced/stored and initiating load tickets for final disposition; and closure and remediation of the DMS. Initial only Purchasing & Materials Management Division Page: 89 Request for Proposal for debris [Management Request for Proposed RFPI J- 0052ITNI and Removal Services f. Hazardous Stumps — Stumps will be evaluated by the City and designated to be "Pulled and Hauled" or "Ground" 6 to 8 inches below ground level. The CONTRACTOR shall provide a GPS location and measure each stump two (2) feet above normal ground level to determine the diameter of the trunk. jo Initial only Pull and Haul to TDSRS 12 to < 24 inches $ 150.00 /stun 24 to < 48 inches $ 295.00 /Stump >48" diameter $ 375.00 /stun)p Grind to 6 -8" below ground surface 12 < 24" diameter $125.00 /Stull! 24 < 48" diameter $225.00 /stun > 48 " diameter $275.00 /slum g. Hazardous Trees — Trees will be evaluated by the City and designated to be cut down and hauled to the DMS for reduction. Trees will be measured 3' above ground, GPS location required for payment. Fee only to cut and haul. -Ij Initial only Trees with branches remaining 13 -24" diameter $ r 10 . 0 o per tree 25 -48" diameter $250A0 per tree >48" diameter $495.00 per tree Manifolds (10' in length or greater trees with branches all ready removed) ,t ` "Initial only 13 -24" diameter $95.00 per tree 2548" diameter $200.00 per tree >48" diameter $ 325.00 per tree Id. !Hangers — Hangers will be considered any hanging/damaged branches remaining in the trees) above the ROW or on public property of 2" or greater diameter. The Contractor, at the direction of the City, will remove hanger, chip and dispose of debris for a unit price per hanger. GPS locations and number of hangers per tree will be required liar Payment 1�1 Initial only 4-- I- langer - $ 25.00 per hanger 12 "° hanger $ 35,00 per hanger Purchasing & Materials Management Division Page: 90 Request ror Proposal for Debris Management Request for Proposal RFPII- 00521TM and Removal Services Z• ADDITIONAL SERVICES. FOR INFORMATIONAL PURPOSES ONLY Provide the following rates, for informational purposes only. This section is for price information purposes only and will not be included in the RFP evaluation. The City may or may not utilize the successful Proposer of this RFP for these items. NOTE: Initial Only indicates that the information to the left of the box has been read, understood, and agreed to by the Proposer. n. Private Property Demolition and Debris: Removal — The CONTRACTOR shall operate beyond the public Right of Way (ROW) only as identified and directed by the City. Operations beyond the ROW on private property shall be only as necessary to abate immminent and significant threats to the public health and safety of the community and shall include but is not limited to the demolition of structures and the removal and relocation of the debris to the public ROW. Initial only h. Marine Debris RemoN al — The CONTRACTOR shall clear canals and waterways of marine debris, haul resulting material to a City approved final disposal site, only as identified and directed by the City. see NOTES $ belo, /cu. yd C. Hazardous and/or toxic waste disposal (HTW) — The CONTRACTOR shall collect, transport and dispose of HTW in accordance with all applicable federal, state and local laws, standards and regulations as directed by the City. The coordination for HTW removal and disposal at a lawfully permitted disposal facility shall be the responsibility of the CONTRACTOR. Initial only d. Tipping fees /disposal costs shall be paid by CONTRACTOR and actual incurred cost shall be invoiced to City for reimbursement. Initial only C. Dead Animal Carcasses As identified and directed by the City, the CONTRACTOR shall collect and haul dead animal carcasses, including but not limited to dead livestock, poultry and large animals that pose an imminent and significant threat to public health and safety, to the DMS and/or Final Disposition Site at an approved landfill. $850.00 ton f. Fallen Trees — The CONTRACTOR shall cut a fallen tree, which extends on to the ROW from private property, at the point where it enters the ROW. Vegetative debris will be placed on the ROW for collection as addressed under item #1 (a). Initial only g. bill Dirt — As identified and directed by the City. The CONTRACTOR shall place compatible fill dirt in ruts created by equipment and vehicles, 'holes created by removal k A' hazardous stumps and other arras that pose an imminent and significant threat to public health and safety. $ 1.5-00 Cu. yd h. Sand Screening — The CONTRACTOR shall remove all sand to remove Eligible Debris deposited as a result of a natural or manmade disaster. Sand screening shall include the collection of debris -laden sand, hauling to the processing screen, processing the sand through the screen and returning clean sand to the beach. Eligible debris removed from the sand shall be collected, hauled and processed at the DMS. $ 9.75 /cu. yd Purchasing & Materials Management Division Page: 91 Request for Proposal for Debris Management Request for Proposal RFPII- 00521TM and Removal ,Services i. White Goods — The CONTRACTOR shall recycle all eligible white goods in accordance with all federal, state and local rules, regulations and laws. Cost included in cubic and price or debris removal Initial only. a. Freon Recovery — The CONTRACTOR shall remove and recover Freon from any white goods, such as refrigerators, freezers or air conditioners, at the DMS or final disposition site in accordance with all federal, state and local rules regulations and laws. $ 85.00 / unit k. Mobile Kitchen f'acil'ity — The CONTRACTOR shall provide a mobile kitchen facility(s) 1, a ay , 00 per day when requested by the City to be located at the City's Emergency Operations Center or (kitchen w /power, wa other locations designated by the City. Facility, equipment, and staffing will be at no 1, 250 . oo per day charge to the City. (iRaCe per day for kitchen with electrical generation, potable (min ,staff) water and waste water, plus minimum staff, Turn key with 300 meals per day, $60.00 2,735.00* /unit 1. The cost of food and ether consumable for the Mobile Kitchen Facility will be paid by the CONTRACTOR and actual uncured cost shall be invoices to the City for reimbursement. J,11 I Initial only ADDITIONAL SERVICES PROVIDED AT NO COST a. Training and Assistance Session,, I'ur all key City personnel and assistance in all disaster debris recovery planningefforts as requested. Initial only Iz. Preliminary Dania-gc A4 - scssiiienl - Determining the impala and magnitude of the disaster event before federal assistance is requested, identifying damaged locations and facilities, distinguishing between pre - disaster dan> ige and disaster — generated dainage. documenting eligible costs and describing the physical and financial impact of the J C" disaster. Initial only C. Mobilization and Demobilization — All arrangements necessary to mobilize and y demobilize the CONTRACTOR's labor force and equipment needed to perform the ^) l Scope of Services contained herein shall be made by the CONTRACTOR. Initial only d, Mobile Command Unit — The CONTRACTOR shall provide use of the mobile command j unit for City debris recovery management personnel to serve as a field operations �a command center. Initial only C. Temrtoraty Storage of Documents — The CONTRACTOR shall provide storage; of daily / ' or disaster - related documents and reports for protection during the disaster event and resulting recover operations. Initial only f. Debris Planning Efforts — The CONTRACTOR shall assist in all disaster debris recovery planning efforts as requested by the City. These planning efforts shall include but are not limited to development of a debris manes emezt plan, identification of adequate 10 temporary debris storage and reduction sites, estimation of debris quantities, and emergency action plans for debris clearance followin , a disaster event. Initial onf Purchasing & Materials )Management Division Page: 92 er) Request for Proposal for Debris Management Request for Proposal RFPII- 00521TH and Removal Services NOTES. 2b.1 Canal /Marine Debris Removal (Land Based) /a [0 -5 miles, one -way hauling] Per CY $45.00 (5.1 -10 miles, one -way hauling] Per CY $55.00 [10.1 miles and greater, one -way haulingl Per CY $65.00 2b.2 Canal /Marine Debris Removal (Marine Based) /a (0 -5 miles, one -way hauling] Per CY $425.00 (5.1 -10 miles, one -way hauling) Per CY $475.00 (10.1 miles and greater, one -way hauling] Per CY $525.00 "Note_. Removal of storm generated debris from marine environments including streams, canals, and waterfronts by applicable land -based or marine -based processes. a. Price negotiated for special circumstances for canal and marine debris removal (incident specific♦." Purchasing & Materials Management Division Page: 93 Closure and Remediation of the Debris Management Site [DMS) - The CONTRACTOR shall remove all CONTRACTOR equipment and temporary structures and shall dispose of all residual debris from the DMS at an approved, final disposition site. Ash piles shall be tested using the Toxicity Characteristic Leaching Procedure, and ash shall be disposed of in a Class I landfill if contamination is not found. if unacceptable levels of contamination are detected, the ash shall be disposed of in a hazardous material landfill_ Initial only Once stockpiled debris is removed from the DMS, the CONTRACTOR shall test soil and groundwater, and the test results shall be compared to baseline test results. They CONTRACTOR is responsible for the reclamation and rem M ediation of the DS site to its original state prior to use by the CONTRACTOR. Initial only h. Reporting and Documentation — The CONTRACTOR shall provide and submit to the City all reports and documents as may be necessary to adequately document the Debris Recovery Services in accordance with FEMA/State r uirements. Initial only a. TRAVEL AND PER DIEM COSTS The City will not pay any Travel or Per Diem cost incurred by CONTRACTOR. Initial only s. Performance Bond Cost for a $40,000,000.00 Bond $240,000.00 NOTES. 2b.1 Canal /Marine Debris Removal (Land Based) /a [0 -5 miles, one -way hauling] Per CY $45.00 (5.1 -10 miles, one -way hauling] Per CY $55.00 [10.1 miles and greater, one -way haulingl Per CY $65.00 2b.2 Canal /Marine Debris Removal (Marine Based) /a (0 -5 miles, one -way hauling] Per CY $425.00 (5.1 -10 miles, one -way hauling) Per CY $475.00 (10.1 miles and greater, one -way hauling] Per CY $525.00 "Note_. Removal of storm generated debris from marine environments including streams, canals, and waterfronts by applicable land -based or marine -based processes. a. Price negotiated for special circumstances for canal and marine debris removal (incident specific♦." Purchasing & Materials Management Division Page: 93 Request for Proposal for Debris Management Request for Proposal RFPll- 0052ITM and Removal Services HOURLY FEE SCHEDULE Personnel/Equipment Hourly Rate 30 Ton Crane $ 245.00 Stump Grinder $ 129.00 50` Bucket Truck Track - Hoes -John Deere 690 Equivalent $ 150.00 $ 145.00 Wheel- Loader 644 or Equivalent $ 140, 00 D -6 Dozers or Equivalent $ 150.00 John Deere 544 or Equivalent $ 120.00 Equipment Transports $ 95.00 Service Trucks $ 85.00 Bobcat Loader $ 80.00 Tractor with Box Blade $ 65.00 5 -14 Cubic Yard Dump Truck 75.00 15 -24 Cubic Yard Dump Truck 80.00 25 -34 Cubic Yard Dump Truck $ g0.00 35-44 Cubic Yard Dump Truck 95.00 45 -54 Cubic Yard Dump Truck 100.00 55 -64 Cubic Yard Dunp Truck $ 115.00 65 -74 Cubic Yard Dump Truck $ 120.00 75 + Cubic Yard Dump Truck $ 125.00 Diamond L or Equivalent Tub Grinder 525.00 Water Truck (2,000 Gallon) $ 91.00 Rubber Tire Backhoe $ 95.00 Motor Grader $ 130.00 Climber with gear $ 85.00 Superintendent with Truck $'75.00 Foreman with Truck $ 65. q0 Operator with Chainsaw $ 45.00 Survey Personnel with Vehicle $ 38.00 Traffic Control Personnel a0-aa Purchasing & Materials Management Division Page: 94 Request for Proposal for Debris Management Request for Proposal RFPJI- 0052/7'M and Removal Services HOURLY FEE SCHEDULE Person nel/E ui ment Hourlv Rats: Inspector with Vehicle $ 42.50 Safety Superintendent 55.00 Laborer 32.50 Project Coordinator $ 135.00 Field Hazardous Material Containment Area Manager $ 125.00 Hazardous Material Containment Area Manager $ 85.00 Field Project Supervisor $ 97.00 Hazardous Material Containment Area Supervisor $ 70.00 Field Project Foreman $ 65.00 Hazardous Material Containment Area Foreman $ 70.00 Field Hazardous Material Technician $ 70.00 Hazardous Material Containment Area Technician $ 50.00 Health and Safety Specialist $ 85.00 Project Engineer $ 95-00 Project Geologist $ 85.00 Chemist $ 85.80 Regulatory Manager X5.00 Equipment Operator $ 55.00 Asbestos Abatement Supervisor $ 70 1 00 Asbestos Abatement Work $ 50.00 Asbestos Inspector 45.00 Truck Driver (class B CDL) $ 50.00 Administrative Assistant $ €0.00 Clerical $ 55.00 Pickup Truck $ 7.5O Pickup Truck, Extended Cab $ 8.50 Pickup Truck, 4X4 $ 11.50 Pickup Truck, 1 Ton $ 11.50 Box Truck $ 10.20 Purchasing; & Materials Management Division Page: 95 Request for Proposal for Debris Management Request for Proposal RFPII- 00521TM and Removal Services HOURLY FEE SCHEDULE All Equipment Rates listed below include operator, fuel, and tnaintenance cost. j �4 Initial only Person nel/Eg ui ment Hourly Rate Passenger Car $ 5.50 20' Response Trailer s 39,50 36' Response Trailer s 49.50 Office Trailer $ 29.50 Flatbed Trailer $8.50 12' Work Boat With Motor $ 112.00 12' Work Boat without Motor $134.00 Vacuum Truck, 3,500 Gallon Liquid Capacity $ 275.00 Personal Protective Equipment /Level A Employee $ 240.00 DAY Personal Protective Equipment/Level B Employee s46.00 DAY Personal Protective EquipmentlLcvel c Employee $ 30.00 DAY Cascade Air System Per Employee $ 140.00 DAY Air Filtration Panel $ 55.00 DAY Airline Respirator (includes 150' of Airline) $ 210.00 DAY High Hazard Personnel Decontamination $ 40.00 KIT Low Hazard Personnel Decontamination $ 15.00 KIT Portable Eyewash Station $ 38.00 DAY First Aid Station s125.00 DAY Personnel Retrieval System $ 140.00 DAY Personnel Retrieval harness $ 24.00 DAY Combustible Gas Indicator $ 75.00 DAY Toxic Gas Detector $ 150.00 DAY Photo ionization Detector $ 110.00 DAY Hazmat Kit $ 325.00 DAY Hand Auger, Stainless Steel $ 23.00 DAY Mechanized Broom $81 .00 Backhoe $ 115.00 Backhoe Extendahoe $ 95.00 Purchasing & Materials Management Division Page: 96 Request for Proposal Cor Debris Management Request for Proposal RFPll- ##521rM and Removal Services HOURLY FEE SCHEDULE All Equipment Rates listed below include operator, fuel, and maintenance cost. Initial only Personnel/Equipment Hourly Rate Trackhoe 490 or Equivalent $ 135. as Bulldozer D4 or Equivalent $ 105.00 12 Ton Lowboy 60.00 50 Ton Lowboy 130.00 Skid Steer Bobcat 80.00 Dump Truck (19 cubic yard) 80.00 Hand Operated Transfer Pump $ 41,25 1" Diaphragm Pump $ 60.50 2" Diaphragm Pump 70.25 5 2" Diaphragm Pump S.S. T7. tl0 3" Diaphragm Pump 100.50 1" Suction or Discharge Hose $ 16.50 2" Suction or Discharge Hose $ 20.75 3" Suction or Discharge Hose $ 20.75 2" Chemical Suction or Discharge Hose $ 20.75 3" Chemical Suction or discharge Hose $ 20.75 Small Compressor $ 62.00 165 CFM Compressor $ 151.50 Air -hose Section 20.75 Portable Light Stand $ 28.50 4000 -5000 Watt Generator 160.00 Electrical Cord Section (50') 4.50 Spike Bar 3.00 Airless Spray $ 34.00 Pressure Washer $ 30.00 Water hose Section (Garden — 50') $ 2.50 Cutting Torch $ 17.50 Wire Welder $ 8.25 Air Blower $ 7.25 Purchasing & Materials Management Division Page: 97 Request for Proposal for Debris Management Requesrfrlr Proposal RFP11- 0052ITM and Removal Services HOURLY FEE SCHEDULE 1 All Equipment Rates listed below include operator, fuel and maintenance costs. 14 Initial only Person nel /E uI ment Hourly Rate HEPA Vac $ 55.00 Barrel Cart $ 27.50 DAY Wheelbarrow $ 27.50 DAY Oil Dry Spreader $ 24.75 DAY Traffic Control Vest, Cones, Flags. Barrels, etc., 210.00 DAY Drill with Bits 5.00 DAY Grounding Cable and Rod $ 20.75 DAY Circular Saw S 27.50 DAY Hand Tools Per Employee (Shovels, brooms, etc.) $ 32.50 DAY Tool Kit (Hammers, Pliers, Screwdrivers, etc.) $ 45.00 DAY Wrench Kit (Bunt; wrench, speed wrench, etc.) $ 25.00 DAY Step Ladders $ 12.00 DAY Extension Ladders $ 13.25 DAY Photographic Equipment (Digital Camera $ 143. 75 DAY Port a John $ 87.75 DAY Level A Suit — Kapplcr Responder or Equal $ 800.00 EACH Level B Suit — Kappler Responder or Equal $ 350.00 EACH Vehicle Use — Pickup, Vans, Cars $ 70.00 DAY Vehicle Use — Trailers, Heavy Trucks $ 145.00 DAY Handheld. Radios $ 145.00 DAY 5 "X10" Absorbent Boom — Petroleum $ 309.50 EACH 8 "X10" Absorbent Boom — Petroleum $ 350.75 EACH 3" X 12" Absorbent Boom — Universal 143.00 EACH (10 +) UNIT COST DESCRIPTION* Tyvek $ 5.75 PAIR Proshield $ 5.00 EACH Saranex $ 28.00 EACH Acid Suit $ 95.00 EACH *To be filled in by Proposer the description column should provide the unit of measure, i.e. per pair, per dozen, per lb., per boot per suit, per 50" roll, per 50 lb bag, etc. Purchasing & Materials Management Division Page: 98 Request for Proposal for Debris Management Request for Proposal RFPII- 00521f Al and Removal Services HOURLY FEE SCHEDULE All Equipment Rates listed below include operator, fuel and maintenance costs. Initial only Personnel/Equipment UNIT' COST DESCRIPTION* Rain Suit % 35.00 EACH Noeprene Gloves s 12.00 PAIR Nitrile Gloves $ 8.00 PAIR Silvershield Gloves $ 12.00 PAIR PVC {doves $ 2.70 PAIR Cotton or Latex Gloves $ 0.70 PAIR Leather Work Gloves $ 12.50 PAIR PVC Soots (Hazmat) $ 32.50 PAIR Boot Covers $ 6.00 PAIR Hearing Protection $ 0.32 PAIR Detector Tubes $ 180.00 TEN PACK Ph Paper $ 25.00 PACK Spill Classifier $ 15.00 STRIP SCBA Bottle Refill $ 17.00 DAY Respirator Airline, 50' Section $ 175.00 DAY Respirator Cartridges $ 35.00 DAY Absorbent Pads Bundle - Petroleum $ B7,50 EACH Absorbent Pads Bundle - Universal $ 132.50 EACH Oil Dry $ 15.00 EACH Peat Moss $ 35.00 EACH Vermiculite $ 30.00 EACH Soda Ash Bag $ 30.00 EACH 4 mil. 20x 100 Polyethylene $ 70.25 EACH 6 mil 20X100 Polyethylene $ 89.00 ROLL 6 mil Bags $ 92.00 EACH Duct Tape $ 5.00 ROLL 55 - Gallon Drums $ 110.00 EACH *To be tilled in by Proposer the description column should provide the unit of measure, i.e. per pair, per dozen, per lb., per boot per suit, per 50' roll, per 50 lb bag, etc. Purchasing & Materials Management Division Page; 99 Request for Proposal for Debris Management Request for Proposal RFP11- 0052ITM and Removal Services HOURLY FEE SCHEDULE Person nel/Eq ui ment Unit Cost 55 - Gallon DI-Urn Liners, 10 ]IA $I1.25 rAC73 Fiber Drums $55.00 EACH 30 Gallon Over -pack $$lis.00 EACH 95 Gallon Poly Over -pack $$275.00 EACH DOT Hazardous Waste Labels $ $1.40 EACH Fire Extinguisher $ s75.00 EACx Caution /Hazard Tape $ $9.25 EACH Respirator Wipes $ $0.40 EACH Kappler Tape $$Is.40 ROLL thorized Signature John w. Noble, COO Printed Name 7/19 /2011 Date Purchasing & Materials Management Division Page: 100