HomeMy WebLinkAbout2016 08 08 Consent 304 Debris Removal Contract
&200,66,21$*(1'$
,QIRUPDWLRQDO
&RQVHQW
;
,7(0
3XEOLF+HDULQJV
5HJXODU
$XJXVW.6./
5HJXODU0HHWLQJ&LW\0DQDJHU'HSDUWPHQW
5(48(67
3XEOLF:RUNV'HSDUWPHQW5HTXHVWLQJWKDWWKH&LW\&RPPLVVLRQDXWKRUL]HWKHH[HFXWLRQRI
DQ$JUHHPHQWZLWK$VKEULWW(QYLURQPHQWDOIRUVWRUPGHEULVUHPRYDOE\SLJJ\EDFNLQJRIIRI
WKHLUFRQWUDFWZLWK2UDQJH&RXQW\
6<1236,6
7KLVLWHPLVQHHGHGWRFRQWLQXHWRKDYHDGHEULVUHPRYDOFRQWUDFWLQSODFHVKRXOGDVWRUP
HYHQWRFFXUWKDWUHTXLUHVWKHXWLOL]DWLRQRIWKHVHVHUYLFHV
&216,'(5$7,216
7KLVDJHQGDLWHPUHTXHVWVDXWKRUL]DWLRQWRSLJJ\EDFNRIIRI2UDQJH&RXQW\<$
ZLWK$VK%ULWW,QFWKURXJK0D\IRUVWRUPGHEULVUHPRYDOVHUYLFHV7KH&LW\
&RPPLVVLRQSUHYLRXVO\DSSURYHGRQ$SULODQH[WHQVLRQWRWKHDJUHHPHQWZLWK
$VKEULWW(QYLURQPHQWDOIRUVWRUPGHEULVUHPRYDOZKLFKH[SLUHV6HSWHPEHU
7KHWHUPVFRQGLWLRQVDQGUDWHVRIWKH2UDQJH&RXQW\FRQWUDFWDUHVXEVWDQWLDOO\VLPLODUWR
WKHSUHYLRXVO\DSSURYHGFRQWUDFWH[WHQVLRQ7KHUHLVQRFRVWWRHQWHULQWRWKLVDJUHHPHQW
$VKEULWWSURYLGHVDQQXDOSODQQLQJDQGWUDLQLQJVHVVLRQVIRU&LW\VWDIIIRUQRFKDUJH
$VKEULWWKDVRXUFXUUHQW'HEULV0DQDJHPHQW3ODQLQFRUSRUDWHGLQWRWKHLU$FWLRQ3ODQ
),6&$/,03$&7
1RIXQGLQJLVUHTXLUHGDWWKLVWLPH,WLVDQWLFLSDWHGWKDWWKHIXQGLQJVRXUFHIRUGHEULV
UHPRYDOZLOOEHWKHDVVLJQHG6WRUP5HVHUYHIXQGEDODQFHRIWKH6ROLG:DVWH)XQG
ŽŶƐĞŶƚϯϬϰW'ϭK&ϮͲƵŐƵƐƚϬϴ͕ϮϬϭϲ
&20081,&$7,21())2576
7KLV$JHQGD,WHPKDVEHHQHOHFWURQLFDOO\IRUZDUGHGWRWKH0D\RUDQG&LW\&RPPLVVLRQ
&LW\0DQDJHU&LW\$WWRUQH\6WDIIDQGLVDYDLODEOHRQWKH&LW\¶V:HEVLWH/DVHU)LFKHDQG
WKH&LW\¶V6HUYHU$GGLWLRQDOO\SRUWLRQVRIWKLV$JHQGD,WHPDUHW\SHGYHUEDWLPRQWKH
UHVSHFWLYH0HHWLQJ$JHQGDZKLFKKDVDOVREHHQHOHFWURQLFDOO\IRUZDUGHGWRWKHLQGLYLGXDOV
QRWHGDERYHDQGZKLFKLVDOVRDYDLODEOHRQWKH&LW\¶V:HEVLWH/DVHU)LFKHDQGWKH&LW\¶V
6HUYHUKDVEHHQVHQWWRDSSOLFDEOH&LW\6WDII0HGLD3UHVV5HSUHVHQWDWLYHVZKRKDYH
UHTXHVWHG$JHQGDV$JHQGD,WHPLQIRUPDWLRQ+RPHRZQHU¶V$VVRFLDWLRQV5HSUHVHQWDWLYHV
RQILOHZLWKWKH&LW\DQGDOOLQGLYLGXDOVZKRKDYHUHTXHVWHGVXFKLQIRUPDWLRQ7KLV
LQIRUPDWLRQKDVDOVREHHQSRVWHGRXWVLGH&LW\+DOOSRVWHGLQVLGH&LW\+DOOZLWKDGGLWLRQDO
FRSLHVDYDLODEOHIRUWKH*HQHUDO3XEOLFDQGSRVWHGDWVL[
GLIIHUHQWORFDWLRQVDURXQGWKH
&LW\)XUWKHUPRUHWKLVLQIRUPDWLRQLVDOVRDYDLODEOHWRDQ\LQGLYLGXDOUHTXHVWRUV&LW\6WDII
LVDOZD\VZLOOLQJWRGLVFXVVWKLV$JHQGD,WHPRUDQ\$JHQGD,WHPZLWKDQ\LQWHUHVWHG
LQGLYLGXDOV
5(&200(1'$7,21
,WLVUHFRPPHQGHGWKDWDXWKRUL]DWLRQEHJLYHQIRUWKH&LW\0DQDJHUDQG&LW\$WWRUQH\WR
SUHSDUHDQGH[HFXWHDQ\DQGDOOGRFXPHQWVQHFHVVDU\WRH[HFXWHDVWRUPGHEULVUHPRYDO
FRQWUDFWZLWK$VKEULWW(QYLURQPHQWDOWKURXJK0D\E\SLJJ\EDFNLQJRIIRI2UDQJH
&RXQW\&RQWUDFW<$
$77$&+0(176
0XWXDO8VHDQG%HQHILW$JUHHPHQWZLWK$VKEULWW(QYLURQPHQWDOSDJH
2UDQJH&RXQW\'HEULV0DQDJHPHQWDQG5HPRYDO6HUYLFHV$JUHHPHQWDQG3ULFLQJ
6FKHGXOHSDJHV
ŽŶƐĞŶƚϯϬϰW'ϮK&ϮͲƵŐƵƐƚϬϴ͕ϮϬϭϲ
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 OrangeCounty, FL with
respect to the Response/Recovery services that may be necessary to affect the recovery from a
disaster event; and
WHEREAS, Orange County, 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 Orange County, FL and endorses with the process and selection;
and
WHEREAS, Winter Springs, FL has reviewed the contract for services between Orange
County, 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
THEREFORE, having reached concurrence and acceptance of the procurement process and the
contract stipulations Orange County, FL agreed 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
Contract # Y1 5- 1022 -A Attachment No. 2
This contract is made as of the 3rd day of June, 2015 by and between Orange County,
a Political Subdivision of the State of Florida, by and through its Board of County
Commissioners, hereinafter referred to as the COUNTY, and Ashbritt, Inc., a
corporation authorized to do business in the State of Florida, hereinafter referred
to as the CONTRACTOR, whose Federal I.D. number is 650364711.
In consideration of the mutual promises contained herein, the COUNTY and the
CONTRACTOR agree as follows:
ARTICLE 1 - SERVICES
The CONTRACTOR'S responsibility under this contract is to provide
professional/consultation services in the area of Disaster Recovery and Debris
Removal, as more specifically set forth in the Scope of Services detailed in Exhibit "A".
The COUNTY'S representative /liaison during the performance of this contract shall be
Ralphetta Aker, telephone no. 407-836-8011.
The CONTRACTOR shall commence services on June 1, 2015 and complete all
services
♦ May 31, 2018.
Reports and other items shall be delivered or completed in accordance with the detailed
schedule set forth in Attachment "A".
This contract may be renewed, by mutual agreement, for additional periods up to a
cumulative total of five (5) years at the same prices, terms and conditions. Any change
in price, terms or conditions shall be accomplished by written amendment to this
contract.
Any order issued during the effective date of this contract, but not completed within that
period, shall be completed by the CONTRACTOR within the time specified in the order.
The contract shall govern the CONTRACTOR and the COUNTY'S rights and obligations
with respect to the extent as if the order were completed during the contract's
performance period.
On d log 4 zwm:7-,Vd TJ 1:4 L, k &I I[ex4ol L, k d aMMLqjLj
A. The CONTRACTOR will bill the COUNTY on a monthly basis, or as otherwise
provided, at the amounts set forth in Attachment "B" for services rendered toward
the completion of the Scope of Services.
i
111here incremental billing for partially completed items is permitted, the totg,
incremental billings shall not exceed the percentage of estimated completion as
• the bng date.
ARTICLE 4 - TRUTH IN NEGOTIATION CERTIFICATE
The said rates and costs shall be adjusted to exclude any significant sums should the
COUNTY determine that the rates and costs were increased due to inaccurate,
incomplete or non-current wage rates or due to inaccurate representations of fees paid
to outside consultants, The COUNTY shall exercise its right under this "Certificate"
within one (1) year following final payment.
ARTICLE 5 -TERMINATION
A. Termination for Default:
The COUNTY may, by written notice to the CONTRACTOR, terminate this
contract for default in whole or in part (delivery 'orders, if applicable) if the
CONTRACTOR fails to:
Provide products or services that comply with the specifications herein or
fails to meet the COUNTYS performance standards
2. Deliver the supplies or to perform the services wn the time speced in
this contract or any extension.
N
2. Terminate and settle all orders and subcontracts relating to the
performance of the terminated work.
3. Transfer all work in process, completed work, and other materials related
• the terminated work as directed • the COUNTY.
4. Continue and complete all parts of that work that have not been
terminated,
9
B. Termination for Convenience
WMA11141"id Iftell 8 . -0 -
0 0064 r $- 1---• — • - - - -- •
The COUNTY Notice of Termination shall provide the CONTRACTOR thirty (30)
days prior notice before it becomes effective. A termination for convenience
ma apply to individual delivery orders, purchase orders or to the contras
in its entirely.
ARTICLE 6 - PERSONNEL
The CORTRACTOR represents that it has, or will secure at its own expense, al:
necessary personnel required to perform the services under this contract, Such
personnel shall not be employees of or have any contractual relationship with the
COUNTY.
I-Iff-ITC-1 3 YMA—GY10k or unaer
its supervision, and all personnel engaged in performing the services shall be fully
,Aualified and, if required, authorized or permitted under state and local law to perforM
r
se-vices.
Any changes or substitutions in the CONTRACTOR'S key personnel, as may be listed
in Exhibit "A", must be made known to the COUNTY'S representative and written
approval must be granted by the COUNTY before said change or substitution can
become effective.
The CONTRACTOR warrants that all services shall be performed by skilled and
competent personnel to the highest professional standards in the field. The COUNTY
may require, in writing, that the CONTRACTOR remove from this contract any
zmployee the COUNTY deems incompetent, careless, or otherwise objectionable.
ARTICLE 7 — FEDERAL AND STATE TAX
The CONTRACTOR shall be responsible for payment of its own and its share of its
employee FICA and Social Security benefits with respect to this contract.
ARTICLE 8 - AVAILABILITY OF FUNDS
Me- I WE 10
*ther specified funding source r thisl procurement.
F11
WU
ARTICLE 9 - INSURANCE REQUIREMENTS:
92EEH� M
Z Additional Insured- CG 20 26 or CG 20 10/CG 20 37 or their
equivalents.
Note: CG 20 10 must be accompanied by CG 20 37 to include
products/completed operations
'07 Waiver of Transfer of Rights of Recovery- CG 24 04 or its
equivalent,
Note: If blanket endorsements are being submitted please include
the entire endorsement and the applicable policy number.
Business Automobile Liability - The CONTRACTOR shall maintain
coverage for all owned; non-owned and hired vehicles issued on the most
recent version of the ISO form as filed for use in Florida or its equivalent,
with limits of not less than $500,000 (five hundred thousand dollars) per
accident. In the event the CONTRACTOR does not own automobiles the
0
loll 13470�00 -0 4
Q:411 rJXF;I@3IIlVA4T#I1
Ir
MCS-90- for operations governed by the Sections 29 & 30 of
Motor Carrier Act of 1980
Workers' Compensation - The CONTRACTOR shall maintain coverage for
its employees with statutory workers' compensation limits, and no less than
$500,000 each incident of bodily injury or disease for Employers' Liability,
Elective exemptions as defined in Florida Statute 440 will be considered On
a case-by-case basis. Any CONTRACTOR using an employee leasing
company shall complete the Leased Employee Affidavit.
Z Waiver • Subrogation- WC 00 03 13 or its equivalea
For continuing service contracts renewal certificates shall be submittL374
0
N
power, or remedy hereunder shall preclude any other or further exercise thereof
ARTICLE 13 - CONFLICT OF INTEREST
ARTICLE 14 -EXCUSABLE DELAYS
D
0
The CONTRACTOR does not have the power or authority to bind the COUNTY in any
promise, agreement or representation other than as specifically provided for in this
contract.
ARTICLE 19 - CONTINGENT FEES
"I i7 �!I� 1111�1�!1111 I'll 11 1 11, 11
A. The CONTRACTOR shall represent that the CONTRACTOR has' adopted and
maintains a policy of nondiscrimination as defined by applicable COUNTY
ordinance throughout the term of this contract.
The CONTRACTOR shall allow reasonable access to all business and
employment records for the purpose • ascertaining compliance with the non-
discrimination provision of the contract,
C. The provisions of the prime contract shall be incorporate by the CONTRACTOR
into the contracts • any applicable subcontractors.
im
ARTICLE 22 - ENTIRETY OF CONTRACTUAL AGREEMENT
such change until such written amendment or change order has been issued asm
signed by each of the parties.
ARTICLE 27 — CONTRACT CLAIMS
"Claim" as used in this provision means a written demand or written assertion by one of
the contracting parties seeking as a matter of right, the payment of a certain sum of
money, the adjustment or interpretation of contract terms, or other relief arising under or
relating to this contract.
Claims made by a CONTRACTOR against the COUNTY relating to a particular contract
shall be submitted to the Procurement Division Manager in writing clearly labeled
"Contract Claim" requesting a final decision.
The CONTRACTOR also shall provide with the claim a certification as follows: I certify
that the claim is made in good faith; that the supporting data are accurate and complete
to the best of my knowledge and belief; that the amount requested accurately reflects
the contract adjustment for which the CONTRACTOR believes the COUNTY is liable;
and that I am duly authorized to certify the claim on behalf of the CONTRACTOR."
Failure to document a claim in this manner shall render the claim null and void.
oreover, no claim shall be accepted after final payment of the contract.
The decision of the Procurement Division Manager shall be issued in writing and shall
be furnished to the CONTRACTOR. The decision shall state the reasons for the
decision reached. The Procurement Division Manager shall render the final decision
within sixty (60) days after receipt of Contractor's/Consultant's written request for a final
decision. The Procurement Division Manager's decision shall be final and conclusive.
The CONTRACTOR shall proceed diligently' with performance of this contract pending
final resolution of any request for relief, claim, appeal or action arising under the
contract and shall comply with any final decision rendered by the Manager of
Procurement Divisi•t,
the contract with Orange County. Please refer to USCIS,gov for more information on
this process.
Only those employees determined eligible to work within the United States shall
be employed under the contract.
Therefore, • submission • a bid • proposal in response to this solicitation, t
CONTRACTOR confirms that all employees in the above categories will undergo
verification before placement on this contract. The CONTRACTOR further confirms h
commitment to comply with this requirement by completing the E- Verificatil
certification.
ARTICLE 30 — LAWS AND REGULATIONS
All applicable Federal and State laws, municipal and COUNTY ordinances shall apply
the solicitation and contract. i
ARTICLE 31— ADDENDA
All requirements contained in any addenda to the solicitation for this procurement are
part of and hereby incorporated into this contract.
ARTICLE 32 — FEDERAL PROVISIONS
Attachment K, Title 44 Code of Federal Regulations (CFR) 13.36 is hereby incorporated
into the Contract
IN
M
IN WITNESS WHEREOF, the Board of County Commissioners of Orange County,
Florida has made and executed this contract on behalf of the COUNTY and
CONSULTANT has hereunto set its hand the day and year above written,
rorejjllr-��
S12- / 12-01S—
Date
ORA
,,i O 00UNTY..FLORJ
j�o—h; ny— Ric 09d—sCn, Cppo, C--FCM-
curement Division Manager
Date
im
ATTACHMENT B — REVISED FEE SCHEDULE FOR
Y15- 1022 -CH; DISASTER RECOVERY AND DEBRIS REMOVAL
The Proposer shall provide all labor, tools, equipment, mobilization,
demobilization and other resources required to complete the requirements of the
scope of services for the unit prices listed which shall include bonds, insurance,
overhead and profit):
1A. Removal, loading, hauling, of all eligible debris and/or residue from
designated work zones to the TDSRS ass ecified
Mileage Radius
Estimated
Qty
Unit
Unit Price
TOTAL PRICE
0 -15 miles
1,700,000
Cubic Yard
$6.75
$11,475,000.00
16 - 30 miies
500,000
Cubic Yard
$7.50
$3,750,000.00
31 - 60 miles
100,000
Cubic Yard
$11.00
$1,100,000.00
TOTAL ESTIMATED COST ITEM 1A:
$ 16,325,000.00
113. Remove, Load, Haul from Citizen Site all debris, storage and processing at
TDSR, Final Disposal
Estimated
QTY
Unit
Unit Price
TOTAL PRICE
20,000
Cubic Yard
$925
$185,000.
.
TOTAL ESTIMATED COST ITEM 1 B:
$ 185,000.00
Y15- 1022 -CH REVISED B -1
Addendum #1
March 6, 2015
ATTACHMENT B — REVISED FEE SCHEDULE FOR
Y15- 1022 -CH; DISASTER RECOVERY AND DEBRIS REMOVAL
1C. Management and Processing of all eligible debris and /or residue at the
TDSRS
Estimated
Unit
Unit Price
TOTAL PRICE
QTY
2,300 000
Cubic Yard
$3.50
$8,050,000.00
TOTAL ESTIMATED COST ITEM 1C:
$ 8,050,000.00
ID. Remove, load, haul and final disposal of all eligible
debris and /or
residue to a designated and authorized landfill or recycling facility from the
TDSRS.
Mileage
.
Estimated
Unit
Unit
TOTAL
Radius
Qty
Price
PRICE
$16.00
_
$240,000.00
0 -15 miles
15,000
Ton
$20.00
$300,000.00
16 -30 miles
15,000
Ton
$25.00
$475,000.00
31 -60 miles
19,000
Ton
$29.00
$1,102,000.00
61 -90 miles
38,000
Ton
$31.00
$1,178,000.00
91+ miles
38,000
Ton
TOTAL ESTIMATED COST ITEM 1 D:
$ $3,295,000.00
TOTAL ESTIMATED COST ITEMS 1A, 1B, 1C,
AND 1D:
$ 27,855,000.00
Y1S- 1022 -CH REVISED B -2
Addendum 01
March 6, 2016
ATTACHMENT B — REVISED FEE SCHEDULE FOR
Y15- 1022 -CH; DISASTER RECOVERY AND DEBRIS REMOVAL
2A. Hazardous Stumps, as specified (To include any fill dirt and seeding required
to level and restore the removal area
Diameter
Estimated Qty
Unit
Unit Price
TOTAL PRICE
$145.00
$145,000.00
25" to 48"
1,000
Each
Greater than
1,000
Each
$250.00
$250,000.00
48"
TOTAL ESTIMATED COST ITEM 2A:
$ 395,000.00
2B. HAZARDOUS LIMBS
Diameter
Estimated Qty
Unit
Unit Price
TOTAL PRICE
Removal and
1,500
Each
$85.00
$127,500.00
disposal of
hazardous
hanging limbs
greater than 2
inches in
diameter.
TOTAL ESTIMATED COST ITEM 2B:
$ 127,500.00
TOTAL ESTIMATED FOR COST ITEMS 2A AND 213:
$ 522,500.00
Y16- 1022 -CH REVISED B -3
Addendum #1
March 8, 2016
ATTACHMENT B — REVISED FEE SCHEDULE FOR
Y15- 1022 -CH; DISASTER RECOVERY AND DEBRIS REMOVAL
3. Demolition of structures and processing of structural construction debris and
materials (To Include all manpower, equipment, materials, environmental
mitigation, etc., asspecified)
Description
Estimated QV
Unit
Unit Price
_
TOTAL PRICE
Demolish /Dispose
10,000
Cubic Yards
$7.00
$70,000.00
of Predominately
Concrete Block
Structure
Demolish /Dispose
10,000
Cubic Yards
$5.00
$50,000.00
o f Predominately
Wood Frame
Structure
Demolish /Dispose
10,000
Cubic Yards
$8.00
$80,000.00
of Predominately
Metal /Steel
Structure
Demolish /Dispose
10,000
Cubic Yards
$8.00
$80,000.00
of Surface
Improvements
(Pool Deck,
Driveways,
Sidewalks, Slabs
Septic Tank
4
Each
$950.00
$3,800.00
Abandonment
and Removal
Demolish and
1,500
Square Feet
$5.00
$7,500.00
Remove Above -
Ground Pool,
Empty or Filled
with Water
Excavate Dirt,
30,000
Square Feet
$3.00
$90,000.00
Demolish and
Remove In-
Ground Concrete
Pool Filled with
Dirt
Excavate Dirt,
30,000
Square Feet
Demolish and
$3.00
$90,000.00
Remove In-
Ground
Fiberglass Pool
Filled with Dirt
TOTAL ESTIMATED COST ITEM 3:
$ 471,300.00
Y15- 1022 -CH REVISED B -4
Addendum #1
March 6, 2015
ATTACHMENT B - REVISED FEE SCHEDULE FOR
Y15- 1022 -CH; DISASTER RECOVERY AND DEBRIS REMOVAL
TOTAL ESTIMATED COST ITEMS IA, 1B, IC, ID, 2A, 2B AND 3:
$ 28,848,800.00
THE FEES IN PAGES REVISED B_6 THROUGH REVISED B -14 OF THIS FEE SCHEDULE
ARE FOR FUTURE USE IF NECESSARY BY THE COUNTY. THEY WILL NOT BE A
FACTOR IN THE EVALUATION OF COST.
Proposer: AshBritt, Inc.
By:
Date: 3/16/2015
Y15- 1022 -CH REVISED B -5
Addendum #1
March 6, 2015