Loading...
HomeMy WebLinkAboutBudget Tree Service Inc. Agreement for Chipping and Hauling Services 2017 10 31 AGREEMENT FOR CHIPPING AND HAULING SERVICES THIS AGREEMENT is made and entered into this day of J 2- yI ,2017("Effective Date"),by and between the CITY OF WINTER SPRINGS,FLORIDA, a Florida Municipal Corporation ("City"), located at 1126 E. State Road 434, Winter Springs, Florida 32708, and A BUDGET TREE SERVICE,INC., a Florida Corporation, whose address is 710 E. State Road 434, Winter Springs, Florida 32708 ("Contractor"). WITNESSETH: WHEREAS, due to the impacts of Hurricane Irma, the City has been engaged in vegetative debris removal around the community that is being hauled to and collected at two debris sites located within the City; and WHEREAS, the City published a Request for Proposal (F-10-17-SB) soliciting proposal from companies with personnel, equipment and resources capable of chipping the hurricane related vegetative debris at the two sites and hauling said chipped debris to authorized disposal locations; and WHEREAS, Contractor responded to the Request for Proposal and the City desires to award the contract to Contractor to chip and haul the vegetative debris collected at the two debris sites in accordance with the terms and conditions set forth in this Agreement. NOW,THEREFORE,for good and valuable consideration,the receipt and sufficiency of which is hereby acknowledged, the parties covenant and agree as follows: 1.0 ENGAGEMENT, RATES, PAYMENT, 1.1 The City hereby engages the Contractor,and the Contractor agrees,to perform the scope of work for hurricane vegetative debris chipping and hauling as ordered by the City and under the oversight of the monitoring consultant retained by the City to oversee and manage the disaster recovery and vegetative debris removal services provided by contractors. Specifically,Contractor shall provide the following services: A. Chipping and hauling of Hurricane Irma vegetative debris from the City's two debris management sites located at the corner of S.R. 434 and Michael Blake Boulevard and the other on Tuscawilla Road south of S.R.434. Said services shall be in accordance with the terms and conditions set forth in Section 11 of the City of Winter Springs Request for Proposal(F-10-17-SB)("RFP"). The RFP is attached hereto as Exhibit"A" and fully incorporated herein by this reference. Agreement for Chipping and Hauling Services City of Winter Springs and A Budget Tree Service, Inc. 1 J B. The vegetative debris chipped by Contractor shall be transported by Contractor to a debris dumpsite approved by the City. C. All equipment used in the performance of this Agreement shall be in good operating condition and in compliance with all applicable federal, state, and local laws, ordinances, regulations and standards. D. Assist the City in preparation of FEMA, State, County and other agency reports for reimbursement. E. To the extent necessary,work closely with the City,FEMA,State,County,and other agencies to insure that vegetative debris chipping and hauling, and all supporting data meet each agency's requirements for reimbursement eligibility. This includes insuring that sufficient eligible documentation (pictures, measures, pre-approval) exists and recorded at the debris management site to maximize potential cost reimbursement from insurance or federal recovery grants. F. To the extent necessary, complete and submit City provided disposal tickets, field inspection reports, and other data sufficient to provide substantiation for FEMA and State reimbursement. G. All arrangements necessary to mobilize and demobilize the Contractor's labor force and equipment needed to perform the services required by this Agreement shall be made by the Contractor. H. Make every effort to use mechanical equipment to chip vegetative debris and load and reasonably compact vegetative debris into trucks and trailers to be disposed of at an authorized dupsite. I. To the extent requested by the City,Contractor shall cooperate and provide relevant information requested by the City to assist the City in any FEMA, State, County or other agency audit related to reimbursement of funds paid by the City under this Agreement. 1.2 The vegetative chipping and hauling services provided by Contractor shall be performed at a compensation rate as follows: A. Debris grinding and chipping$1.85 per cubic yard. B. Disposal of uncontaminated vegetation at an authorized dumpsite(final disposition)$3.55 per cublic yard. The aforesaid rates are all inclusive. The quantity of vegetative debris on which compensation is due must be properly verified and documented by the City using the debris management system employed by the City. No other compensation shall be provided by the City for the services rendered by Contractor under this Agreement for Chipping and Hauling Services City of Winter Springs and A Budget Tree Service, Inc. 2 Agreement unless agreed to by the City in writing. 1.3 The City reserves the right,at its discretion,to perform any work related to this Agreement or to retain the services of other contractors to provide debris reduction and site management, and debris removal services. 1.4 The Contractor shall bill the City on a monthly basis,or as otherwise provided,at the amounts set forth herein for services rendered toward the completion of the services under this Agreement. Invoices received from the Contractor pursuant to this Agreement will be reviewed and approved by the City's finance department, indicating services have been rendered in conformity with the Agreement and then will be processed for payment. Invoices must reference this Agreement. Invoices will be paid in accordance with the State of Florida Prompt Payment Act. In order for both parties to close their books and records under this Agreement,the Contractor will clearly state"final invoice"on the Contractor's last billing to the City. This certifies that all services have been properly performed and all charges and costs have been invoiced to the City. Since this account will thereupon be closed, any and other further charges if not properly included on this final invoice are hereby waived by the Contractor. 2.0 SAFETY. Contractor shall be solely and absolutely responsible and assume all liability for the safety and supervision of its principals, employees, and subcontractors while performing the work required hereunder. 3.0 INSURANCE. At all times when performing work under this Agreement,Contractor shall be responsible for providing the types of insurance and limits of liability as follows: 3.1 The Contractor shall maintain comprehensive general liability insurance in the minimum amount of$1,000,000 as the combined single limit for each occurrence to protect the Contractor from claims of property damages and personal injury which may arise from any work performed under this Agreement whether such work is performed by the Contractor or by anyone directly employed by or contracting with the Contractor. 3.2 The Contractor shall maintain comprehensive automobile liability insurance in the minimum amount of$1,000,000 combined single limit bodily injury and minimum $50,000 property damage as the combined single limit for each occurrence to protect the Contractor from claims for damages for bodily injury, including wrongful death,as well as from claims from property damage,which may arise from the ownership, use,or maintenance of owned and non-owned vehicles,including rented vehicles whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor. 3.3 The Contractor shall maintain, during the life of this Agreement, adequate Workers' Compensation Insurance in at least such amounts as are required by law for all of its employees performing work for the City pursuant to this Agreement. Agreement for Chipping and Hauling Services City of Winter Springs and A Budget Tree Service, Inc. 3 u v 3.4 Special Requirements. Current, valid insurance policies meeting the requirements herein identified shall be maintained at all times when Contractor is performing work under this Agreement. Renewal certificates shall be sent to the City thirty(30)days prior to any expiration date. There shall also be a thirty (30) day advance written notification to the City in the event of cancellation or modification of any stipulated insurance coverage. The City shall be an additional named insured on stipulated insurance policies included in Sections 3.1 and 3.2 herein,as its interest may appear,from time to time. Further, the Property Owners of the debris management site approved by the City shall likewise be an additional named insured, as their respective interests may appear. 4.0 COMPLIANCE WITH LAWS AND REGULATIONS. Contractor shall comply with all requirements of federal,state,and local laws,rules,regulations,standards,and/or ordinances applicable to the performance of work under this Agreement. 5.0 REPRESENTATIONS. 5.1 Contractor represents that the work provided hereunder shall conform to all requirements of this Agreement and shall conform to the customary standards of care,skill,and diligence appropriate to the nature of the work rendered. Contractor shall perform as expeditiously as is consistent with professional skill and care and the orderly progress of the work performed hereunder. The Contractor's designated representative shall have the authority to act on Contractor's behalf with respect to the work. In addition, Contractor's representative shall render decisions in a timely manner in order to avoid unreasonable delay in the orderly and sequential progress of the work. The Contractor shall review laws, codes, and regulations applicable to the work. The Contractor's work shall comply with all applicable requirements imposed by all public authorities. The Contractor represents and warrants that it is familiar with, and accepts that it will perform the work hereunder in a manner that complies with all applicable requirements of law, codes, and regulations. 5.2 Contractor represents that all principals, employees, subcontractors, and other personnel furnishing such work shall be qualified and competent to perform the work assigned to them and that such guidance given by and the recommendations and performance of such personnel shall reflect their best professional knowledge and judgment. 6.0 DOCUMENTS/PUBLIC RECORDS. Pursuant to Section 119.0701,Florida Statutes and other applicable public records laws,Contractor agrees that any records,documents,transactions,writings,papers, letters,computerized information and programs,maps,books,audio or video tapes,films,photographs,data processing software,writings or other material(s),regardless of the physical form,characteristics,or means of transmission, of Contractor related, directly or indirectly, to the services provided to the City under this Agreement and made or received pursuant to law or ordinance or in connection with the transaction of official business by the City,may be deemed to be a public record,whether in the possession or control of City or the Agreement for Chipping and Hauling Services City of Winter Springs and A Budget Tree Service, Inc. 4 Contractor. Said records, documents, transactions, writings, papers, letters, computerized information and programs,maps,books,audio or video tapes,films,photographs,data processing software,writings or other material(s),regardless of the physical form,characteristics,or means of transmission of Contractor are subject to the provisions of Chapter 119, Florida Statutes, and may not be destroyed without the specific written approval of the City's designated custodian of public records. 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 AGREEMENT, CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS, ANDREA LORENZO LUACES, CITY CLERK, AT (407) 327-5955, ��1 ipipi�� Ii; 1126 E. State Road 434,Winter Springs, Florida 32708. Contractor is required to and agrees to comply with public records laws. Contractor shall keep and maintain all public records required by City to perform the services as agreed to herein. Contractor shall provide the City,upon request from the City Clerk,copies 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 by law. Contractor shall 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 Agreement term. Upon completion of the Agreement, Contractor shall transfer to City, at no cost, all public records in possession of the Contractor,provided the transfer is requested in writing by the by the City Clerk. Upon such transfer,Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements.However,if the City Clerk does not request that the public records be transferred, the Contractor shall continue to keep and maintain the public records upon completion of the Agreement and shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to City,upon request from the City Clerk,in a format that is compatible with the information technology systems of City. Should the City not possess public records relating to this Agreement which are requested to be inspected or copied by the City or any other person, the City shall immediately notify Contractor of the request and the Contractor shall then provide such records to the City or allow the records to be inspected or copied within a reasonable time. If the Contractor does not comply with a public records request, the City may enforce this Section to the extent permitted by law. Contractor acknowledges that if the Contractor does not provide the public records to the City within a reasonable time, the Contractor may be subject to penalties under Section 119.10, Florida Statutes. The Contractor acknowledges that if a civil action is filed against the Contractor to compel production of public records relating to this Agreement, the court may assess and award against Contractor the reasonable costs of enforcement,including reasonable attorney fees.All public records in connection with this Agreement shall,at any and all reasonable times during the normal business hours of the Contractor,be open and freely exhibited to the City for the purpose of examination, audit, or otherwise. Failure by Contractor to grant such public access and comply with public records laws and/or requests shall be grounds for immediate unilateral cancellation of this Agreement by the City upon delivery of a written notice of cancellation. If the Contractor fails to comply with this Section,and the City must enforce this Section,or the City suffers a third party award Agreement for Chipping and Hauling Services City of Winter Springs and A Budget Tree Service, Inc. 5 of attorney's fees and/or damages for violating Chapter 119, Florida Statutes, due to Contractor's failure to comply with this Section,the City shall collect from Contractor prevailing parry attorney's fees and costs,and any damages incurred by the City,for enforcing this Section against Contractor. And,if applicable,the City shall also be entitled to reimbursement of all attorneys' fees and damages which the City had to pay a third party because of the Contractor's failure to comply with this Section. The terms and conditions set forth in this Section shall survive the termination of this Agreement. 7.0 ASSIGNMENT. 7.1 Contractor shall not assign any rights or any monies due or to become due hereunder without the prior, written consent of City. Contractor may subcontract work under this Agreement provided all subcontractors shall have comply with all performance standards and insurance requirements set forth in this Agreement. 7.2 Contractor shall be fully responsible to City for all acts and/or omissions performed by the subcontractor as if no subcontract had been made. 7.3 If City determines that any subcontractor is not performing in accordance with this Agreement, City shall so notify Contractor who shall take immediate steps to remedy the situation to the City's satisfaction including,but not limited to,their removal from service. 8.0 INDEPENDENT CONTRACTOR. At all times during the term of this Agreement,Contractor and all subcontractors shall be considered an independent contractor and not an employee of the City. 9.0 TERM, TERMINATION. 9.1 The term of this Agreement shall be thirty(30)days from the effective date of this Agreement or upon completion and final payment of the services required by this Agreement,whichever occurs later. 9.2 This Agreement may be terminated by the City for convenience at any time. Contractor may terminate this Agreement by providing the City with at least thirty(30)days prior written notice. In the event of such termination,City shall be liable only for the payment of all unpaid charges,determined in accordance with the provisions of this Agreement,for work properly performed prior to the effective date of termination. 10.0 GOVERNING LAW&VENUE. This Agreement is made and shall be interpreted,construed, governed, and enforced in accordance with the laws of the State of Florida. Venue for any state action or litigation shall be Seminole County, Florida. Venue for any federal action or litigation shall be Orlando, Florida. Agreement for Chipping and Hauling Services City of Winter Springs and A Budget Tree Service,Inc. 6 11.0 HEADINGS. Paragraph headings are for the convenience of the parties only and are not to be construed as part of this Agreement. 12.0 SEVERABILITY. In the event any portion or part of thereof this Agreement is deemed invalid, against public policy, void, or otherwise unenforceable by a court of law, the parties shall negotiate an equitable adjustment in the affected provision of this Agreement. The validity and enforceability of the remaining parts of this Agreement shall otherwise by fully enforceable. 13.0 WAIVER AND ELECTION OF REMEDIES. 13.1 Waiver by either parry of any term, condition, or provision of this Agreement shall not be considered a waiver of that term,condition, or provision in the future. 13.2 No waiver,consent,or modification of any of the provisions of this Agreement shall be binding unless in writing and signed by a duly authorized representative of each parry hereto. 14.0 ENTIRE AGREEMENT. This Agreement shall constitute the entire agreement between City and Contractor with respect to the work specified and all previous representations relative thereto, either written or oral, are hereby annulled and superseded. 15.0 NO JOINT VENTURE. Nothing herein shall be deemed to create a j oint venture or principal- agent relationship between the parties,and neither party is authorized to,nor shall either party act toward third persons or the public in any manner which would indicate any such relationship with the other. 16.0 ATTORNEY'S FEES. Each party shall bear their own attorney's fees and costs under this Agreement. 17.0 DRAFTING. City and Contractor each represent that they have both shared equally in drafting this Agreement and no party shall be favored or disfavored regarding the interpretation of this Agreement in the event of a dispute between the parties. 18.0 NOTICE. 18.1 Any notices required to be given by the terms of this Agreement shall be delivered by hand or mailed,postage prepaid to: For Contractor: A Budget Tree Service, Inc. Attn: Dale Meagher,President Agreement for Chipping and Hauling Services City of Winter Springs and A Budget Tree Service, Inc. 7 710 E. State Road 434 Winter Springs,Florida 32708 (407) 327-2520 For Ci : City of Winter Springs Attention: Shawn Boyle,Finance Director 1126 E. State Road 434 Winter Springs,Florida 32708 (407) 327-5960 9nw �11F �� F?tifr_u..�...:.... .......... . .............: 1 18.2 Either party may change the notice address by providing the other party written notice of the change. 19.0 SOVEREIGN IMMUNITY. This City intends to avail itself of all sovereign immunity rights and other rights limiting the City's liability by law under this Agreement. Notwithstanding any other provision set forth in this Agreement,nothing contained in this Agreement shall be construed as a waiver of the City's right to sovereign immunity under section 768.28,Florida Statutes,or other limitations imposed on the City's potential liability under state or federal law. As such, the City shall not be liable under this Agreement for punitive damages or interest for the period before judgment. Further,the City shall not be liable for any claim or judgment,or portion thereof,to any one person for more than one hundred thousand dollars($200,000.00), or any claim or judgment,or portion thereof,which,when totaled with all other claims or judgments paid by the State or its agencies and subdivisions arising out of the same incident or occurrence, exceeds the sum of two hundred thousand dollars ($300,000.00). This paragraph shall survive termination of this Agreement. 20.0 CORPORATE REPRESENTATIONS BY CONTRACTOR. Contractor hereby represents and warrants to the City the following: 20.1 Contractor is duly registered and licensed to do business in the State of Florida and is in good standing under the laws of Florida, and is duly qualified and authorized to carry on the functions and operations set forth in this Agreement. 20.2 The undersigned representative of Contractor has the power,authority,and legal right to execute and deliver this Agreement on behalf of Contractor. 21.0 INDEMNIFICATION. Agreement for Chipping and Hauling Services City of Winter Springs and A Budget Tree Service, Inc. 8 21.1 Contractor shall indemnify and hold harmless the City,and its officers,attorneys 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 intentionally wrongful conduct of the Contractor and other persons employed by the Contractor in the performance of this Agreement. 21.2 Contractor shall also indemnify and hold harmless the City, and its officers, attorneys and employees, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorney's fees,to the extent caused by Contractor's breach and caused by other persons employed by the Contractor in the performance of the Agreement. The indemnity provisions set forth in Paragraphs 21.1 and 21.2 shall be considered separate and independent indemnity provisions, and shall survive the termination of this Agreement. 22.0 FEDERAL AND STATE TAX. The City is exempt from payment of Florida State Sales and Use Taxes. However,the Contractor shall not be exempted from paying sales tax to its suppliers for materials used to fulfill contractual obligations with the City, nor is the Contractor authorized to use the City's Tax Exemption Number in securing such materials. 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 Agreement. 23.0 RE UEST FOR PROPOSAL TERMS AND CONDITIONS. The terms and conditions stated in City of Winter Springs Request for Proposal (F-10-17-SB) are hereby incorporated into this Agreement in their entirety as EXHIBIT"A"and are hereby deemed a material part of the Agreement. To the extent that there is a conflict between the terms and conditions contained in the RFP and the terms and conditions stated in the body of this Agreement,the conflicting term and condition,which the City deems,in writing,most favorable to the City,shall prevail and apply.The intent and purpose of this conflict provision is for the City to obtain the most favorable terms and conditions for the chipping and hauling services required by this Agreement. 23.1 Notwithstanding,the following terms and conditions clarify the terms and conditions in the RFP and shall apply: A. Time is of the essence under this Agreement. All piles of vegetative debris existing on the City's two debris management sites at the effective date of this Agreement must be chipped and hauled no later than the end of the day(11:59 P.M.)on November 11,2017. Any other additional vegetative debris hauled to the two debris management sites after the effective date of this Agreement must be chipped and hauled as soon as possible, but no later than thirty days after the effective date of this Agreement. The contractor shall incur $250 per day in liquidated damages for any such additional vegetative debris existing on-site after thirty days from the effective date of this Agreement. Agreement for Chipping and Hauling Services City of Winter Springs and A Budget Tree Service,Inc. 9 B. The liquidated damages per day for failure to complete the vegetative debris chipping and hauling by November 11 2017 shall be as follows: (i)November 12-18=$100 per day;(ii)November 19-25=$250 per day; and(iii) after November 25 = $500 per day. IN WITNESS WHEREOF, the parties hereto caused this Agreement to be executed by their duly authorized representatives as of the date first written above. CITY OF.V'ffN k S 111 GS CONTRAS K in L. S 't ty � �. .....,g. .._....... y Dale mmry . er,P —.. B Mai er resident ATT'F T +F �.., Andrea orenzo-Luaces, City Clerk Agreement for Chipping and Hauling Services City of Winter Springs and A Budget Tree Service, Inc. 10 EXHIBIT "A" CITY OF WINTER SPRINGS REQUEST FOR PROPOSAL F-10-17-SB HURRICANE DEBRIS CHIPPING AND HAULING INTRODUCTION The City of Winter Springs (hereinafter referred to as "City") is requesting sealed Proposals for "F-10-17-SB Hurricane Debris Chipping and Hauling". PROPOSAL DUE DATE &TIME: FRIDAY October 27, 2017 at 5:00 P.M EST. Proposal packages shall be mailed or hand-delivered to the Office of the Director of Finance located at CITY HALL, 1126 East State Road 434 Winter Springs, Florida 32708. Proposals are to be received NO LATER THAN 5:00 P.M. Proposals received after the specified time and date will not be accepted. The City will not be responsible for mail delays, late or incorrect deliveries. The Director of Finance or designee will be the official authority for determining late Proposals. All Proposal sheets and required attachments must be executed and submitted in a sealed envelope. Proposer shall mark Proposal envelope, "F- 10-17-SB Hurricane Debris Chipping and Hauling". Proposers name and return address must be clearly identified on the outside of the envelope. These documents constitute the complete set of terms and conditions, specification requirements, and Proposal forms. Any additional information should be attached to this Proposal format, or the Proposal may be disqualified. Proposal Sheet(s) with an original signature, signed by an authorized company representative, must be submitted to validate the Proposal price. Proposer shall submit two (2) complete sets - one (1) original (marked "ORIGINAL"), complete with all supporting documentation. Proposals submitted by facsimile (fax)or electronically will NOT be accepted. Submittal of a Proposal in response to this Request for Proposal constitutes an offer by the Proposer. Proposals, which do not comply with these requirements, may be rejected at the option of the City. It is the Proposer's responsibility to ensure that Proposal submittals are in accordance with all addendums issued. Failure of any Proposer to receive any such addendum or interpretation shall not relieve such Proposer from its terms and requirements. Proposals not submitted on the enclosed Proposal Form shall be rejected, unless stated otherwise in the Proposal documents. Addendums (if any) will be available from the City website at L1, cu„. I�i Ui::°i.i�. �".�.:gii:: Illy �i�i.:��.......... . u..u°:i.......... . City Contact Information: Shawn Boyle Director of Finance and Admin. Services 1126 East State Road 434 Winter Springs, FL 32708 407-327-5960 sboyle@winterspringsfi.org STANDARD TERMS & CONDITIONS ACCEPTANCE AND REJECTION The City reserves the right to accept or reject any and all Proposals and to accept the Proposal which best serves the interest of the City of Winter Springs. The City may award sections individually or collectively whichever is in its best interest, unless the Proposer only intends to Propose for the contract in its entirety. ASSIGNMENT Neither the contract nor payment due may be assigned. AWARD Award shall be made to the responsive and responsible Proposer whose Proposal is most economical according to the criteria designated in the solicitation. CONFLICT OF INTEREST The Proposer certifies that this Proposal has not been arrived at collusively or otherwise in violation of federal, state or local laws. Any purchase order, check requisition or contract from which any agent, officer or employee of the City or any relative thereof, will realize a financial gain, directly or indirectly, shall be void, except that before the execution of a purchase order, check requisition or contract, the Commission shall have the authority to waive compliance with this section when it finds such action to be in the best interest of the City. CONTRACT EXTENSIONS: The City reserves the right to automatically extend any contract for a maximum period not to exceed ninety(90) calendar days in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated and/or awarded, provided this is expressly made a part of any contract awarded in regard to this proposal. DEVIATION FROM SPECIFICATION Any deviation from specifications must be clearly stated, explained in detail and accepted by the City in writing. Otherwise items offered are expected to be in strict compliance with specifications and the successful Proposer shall be held accordingly. DISCRIMINATION STATEMENT: An entity or affiliate placed on the Discriminatory Vendor List may not submit a Proposal for a contract to provide goods or services to a public entity, may not submit a Proposal on a contract with a public entity for the construction or repair of a public building or perform any public work, may not submit Proposals for leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under any contract with any public entity, and may not transact business with any public entity. ECONOMY OF PREPARATION: The proposals should be prepared simply and economically, providing a straightforward, concise description of the proposers' ability to fulfill the requirements of the proposal. ELIGIBLE DEBRIS: Only vegetative debris located at the two DEP approved City disposal sites. INFORMALITIES The City of Winter Springs reserves the right to both waive any minor informality in Proposals and to determine, in its sole discretion, whether or not informality is minor. INFORMATION AND LITERATURE Proposers are to furnish all information and literature requested. Failure to do so may be cause for rejection. INTERPRETATIONS Any questions concerning conditions and specifications shall be directed to the designated buyer. Interpretations, that may affect the eventual outcome of this Proposal, will be furnished in writing to all prospective Proposers. No interpretation shall be considered binding unless provided in writing by the City of Winter Springs. INVOICES Invoices should be sent to the City of Winter Springs, It is understood and agreed that orders and services shall be shipped and performed at the established contract prices. Invoicing in variance with this will subject the contract to cancellation. Submit invoices regularly and for no more than 30 day periods. NON-DISCRIMINATION The successful Proposer will comply with all federal and state requirements concerning fair employment and will not discriminate by reason of race, color, age, religion, sex, national origin or physical handicap. PAYMENTS Upon acceptance of work by using department of the City, the City shall make payment to the Contractor in accordance with the Florida Prompt Payment Act, Section 218.70, Florida Statutes. The City reserves the right, with justification, to make a partial payment of any invoice submitted by the Contractor when requested to do so by the using City department. All invoices shall be directed to the using City department. NOTE: ALL INVOICES MUST CLEARLY INDICATE THE CITY PURCHASE ORDER NUMBER. PRICING If a unit price, when extended, is obviously in error, the incorrect extended price will be disregarded. PUBLIC ENTITY CRIMES A person or affiliate who has been placed on the Convicted Vendor List following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals for leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017 Florida Statutes, for CATEGORY TWO for a period of 36 months from the date of being placed on the Convicted Vendor List. PUBLIC RECORDS: Florida law provides that municipal records shall at all times be open for personal inspection by any person. Section 119.01 F.S., the Public Records Law. Information and materials received by the City in connection with an RFP response shall be deemed to be public records subject to public inspection upon award, recommendation for award, or 10 days after proposal opening, whichever occurs first. However, certain exemptions to the public records law are statutorily provided for is Section 119.07, F.S. If the Proposer believes any of the information contained in his or her response is exempt from the Public Records Law, then the Proposer, must in his or her response, specifically identify the material which is deemed to be exempt and cite the legal authority for the exemption, otherwise, the City will treat all materials received as public records. QUANTITIES The City reserves the right, in its sole discretion, to increase or decrease total quantities as it deems necessary. Quantities listed on bid sheet identify anticipated award amounts. TAX EXEMPTIONS The City of Winter Springs is tax exempt. The City tax-exempt number is 59- 1026364. Copies are available upon request. Form W-9 is available upon request. TERMINATION This Contract may be terminated by the CITY upon thirty(30) days advance written notice to the CONTRACTOR at the primary business address as designated on the signature page herein; however, if any work or service hereunder is in progress but not completed as of the date of termination, then this Contract may be extended upon written approval from the CITY until said work or services are completed and accepted by the CITY. In the event this Contract is terminated or cancelled upon the request and for the convenience of the CITY with such thirty (30) day advance written notice, the CITY shall reimburse the CONTRACTOR for actual work satisfactorily completed. In the event of a material breach, default, or negligence on the part of the CONTRACTOR, or any other articulable cause, the CITY reserves the right to terminate the Contract by issuing a written notice to the CONTRACTOR which shall take effect immediately or at a time directed by the CITY. At the CITY's discretion, a cure period may or may not be afforded CONTRACTOR. Any termination costs, including demobilization of equipment and personnel, shall be incurred and paid by the CONTRACTOR. In such case, the CONTRACTOR shall not be entitled to receive further payment for services rendered from the effective date of the Notice of Termination. TIME FOR CONSIDERATIONS Proposals will be irrevocable after the time and date set for the opening of Proposals and for a period of ninety (90) days thereafter. SPECIAL CONDITIONS ADDENDUM AND AMENDMENTS TO REQUEST FOR PROPOSAL: If it becomes necessary to revise or amend any part of this Request for Proposal, the City's Finance Department will furnish the revision by written Addendum to all prospective proposers who are recorded with the City as having received an original Request for Proposal. DISQUALIFICATION More than one proposal from an individual, firm, partnership, corporation or association under the same or different names will not be considered. If the City believes that collusion exists among proposers, all proposals will be rejected. INDEMNIFICATION STATEMENT By submitting a Proposal document signed by an authorized agent of the Proposer, Proposer acknowledges and accepts the terms and conditions of the following Indemnification Statement in the event of contract award: "For other and additional good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the Contractor shall indemnify, hold harmless and defend the City of Winter Springs, its officers, agents, officials, representatives and employees (hereinafter the "City") against any and all liability, loss, cost, damages, expenses, claim or actions, of whatever type, including but not limited to attorney's fees and suit costs, for trial and appeal, which the City may hereafter sustain, incur or be required to pay, arising out of, wholly or in part, or due to any act or omission of Contractor, its agent(s), vendors, contractors subcontractor(s), representatives, servants, or employees in the execution, performance or non-performance or failure to adequately perform contractor's obligations pursuant to this contract." LIMITATION OF LIABILITY STATEMENT By submitting a Proposal document signed by an authorized agent of the Proposer, Proposer acknowledges and accepts the terms and conditions of the following Limited Liability Statement in the event of contract award: LIMITATION OF LIABILITY STATEMENT "The CITY desires to enter into this Agreement only if in so doing the CITY can place a limit on the CITY's liability for any cause of action arising out of the Agreement, so that the CITY's liability for any breach never exceeds the sum of $100. For other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, CONTRACTOR expresses its willingness to enter into this Agreement with the knowledge that the CONTRACTOR's recovery from the CITY to any action or claim arising from the Agreement is limited to a maximum amount of $100 less the amount of all funds actually paid by the CITY to CONTRACTOR pursuant to this Agreement. Accordingly, and notwithstanding any other term or condition of this Agreement that may suggest otherwise, CONTRACTOR agrees that the CITY shall not be liable to CONTRACTOR for damages in the amount in excess of $100, which amount shall be reduced by the amount actually paid by the CITY to CONTRACTOR pursuant to this Agreement, for any action or claim arising out of this Agreement. Nothing contained in this paragraph or elsewhere in this Agreement is in any way intended either to be a waiver of the limitation placed upon the CITY's liability as set forth in Section 768.28 Florida Statutes, or to extend the CITY's liability beyond the limits established in said Section 768.28 Florida Statutes; and no claim or award against the CITY shall include attorney's fees, investigative costs, expert fees, suit costs or pre-judgment interest." BUY AMERICAN ACT The Contractor shall comply with all applicable standards, orders, or requirements regarding the Buy American Act. (42 U.S.0 5206 - extended until 2023). SUBCONTRACTORS The Contractor shall use competitive bidding procedures as outlined in 2 C.F.R. Part 200.319 thru 200.326 and Appendix II. These provisions will be incorporated into the contract by reference. SMALL & MINORITY BUSINESSES, WOMEN'S BUSINESS ENTERPRISES AND LABOR SURPLUS AREA FIRMS Efforts are required to be made to ensure fairness in bidding and sub-contracting procedures with small business, women's business enterprises and minority owned firms, pursuant to federal and state law as outlined in 2 C.F.R. Part 200.321. This provision (i.e. the six affirmative steps) will be incorporated into the contract by reference. PROPOSAL ACKNOWLEDGEMENT: By submitting a proposal, the proposer certifies that he/she has full knowledge of the scope, nature, and quality of work to be performed. PROPOSER EXPENSES No out of scope services shall be provided in the absence of prior, written authorization in the form of a written supplemental agreement and issuance of an appropriate amendment to the contract. The City will not pay a retainer or similar fee. The City is not responsible for any expenses that proposer may incur in preparing and submitting proposals called for in this request. The City will not pay for any out-of-pocket expenses, such as word processing; photocopying; postage; per diem; travel expenses; and the like, incurred by the proposer. The City will not be liable for any costs incurred by the proposer in connection with any interviews/presentations (i.e., travel, accommodations, etc.). REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION The proposer shall furnish such additional information/clarification as the City may reasonably require. This includes, but is not limited to information that indicates financial resources as well as the ability to provide and maintain the services requested. The City reserves the right to make investigations of the qualifications of the proposer as it deems appropriate, including but not limited to, a background investigation of service personnel to be conducted by the City of Winter Springs Police Department or its designees. REQUEST FOR MODIFICATION: The City reserves the right to negotiate a final agreement with the top-ranked proposer to more fully meet the needs of the City. TERMS: The initial contract period shall be for one (30) days or completion of the work and will begin as of the date on the Notice of Award. FEDERAL COMPLIANCE REGULATIONS Federal regulations apply to this City of Winter Springs contract using Federal funds as a source for the solicitation of goods and services. Successful proposers must comply with the following Federal requirement as they apply to: ACCESS BY THE GRANTEE SUBGRANTEE FEDERAL GRANTOR AGENCY AND COMPTROLLER GENERAL The Contractor shall allow access by the grantee, subgrantee, Federal grantor agency and Comptroller General of the United States, or any of their duly authorized representatives to any books, documents, papers, and records of the Contractor which are directly pertinent to that specific contract for the purpose of making audit, examination, excerpts and transcriptions. CLEAN AIR AND WATER ACTS The Contractor shall comply with all applicable standards, orders, or requirements issued under Section 306 of the Clean Air Act (42 U.S.C. 1857 (h)), Section 508 of the Clean Water Act (33 U.S.C. 1386), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15). (Contracts, and/or subcontracts, and sub grants of amounts in excess of$100,000). CONTRACT WORK HOURS AND SAFETY STANDARDS The Contractor shall comply with Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by Department of Labor regulations (29 CFR Part 5). (Construction contracts awarded by grantees and subgrantees in excess of $2,000, and in excess of $2,500 for other contracts which involve the employment of mechanics or laborers). COPELAND ANTI-KICKBACK ACT The Contractor shall comply with the Copeland Anti-Kickback Act (18 U.S.C. 874) as supplemented in Department of Labor regulations(29 CFR Part 3). (All contracts and subgrants for construction or repair). COPYRIGHTS The Grantee is free to copyright original work developed in the course of or under the agreement. FEMA reserves a royalty-free, nonexclusive and irrevocable right to reproduce, publish, or otherwise use, and to authorize others to use the work for Government purposes. Publication resulting from work performed under this agreement shall include an acknowledgement of FEMA financial support, by grant number, and a statement that the publication does not constitute an endorsement by FEMA or reflect FEMA views. DISADVANTAGE BUSINESS ENTERPRISES DBE CONTRACTORS The contractor agrees to ensure that Disadvantage Business Enterprises as defined in 49 C.F.R., Part 23, as amended, have the maximum opportunity to participate in the performance of contracts and this agreement. In this regard, contractor shall take all necessary and reasonable steps in accordance with 49 C.F.R., Part 23, as amended, to ensure that the Disadvantaged Business Enterprises have the maximum opportunity to compete for and perform contracts. The contractor shall not discriminate on the basis of race, color, national origin or sex in the award and performance of federal assisted contracts. ENERGY POLICY AND CONSERVATION ACT The Contractor shall comply with mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94163). EQUAL EMPLOYMENT OPPORTUNITY The Contractor shall comply with Executive Order 11246 of September 24, 1965, entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor regulations (41 CFR Chapter 60). (All construction contracts awarded in excess of $10,000 by grantees and their contractors or subgrantees). REPORTING Reports Submission: Per 44 CFR 13.50, when the appropriate grant award performance period expires, the Grantee shall submit the following documents within 90 days: (1) Financial performance or Progress Report; (2) Financial Status Report(SF 269)or Outlay Report and Request for Reimbursement for Construction Programs (SF-271) (as applicable); (3) Final request for payment (SF-270) (if applicable); (4) Invention disclosure (if applicable); and (5) Federally owned property report. Re orts Acce tance: FEMA shall review the Grantee reports, perform the necessary financial reconciliation, negotiate necessary adjustments between the Grantee's and FEMA's records, and close out the grant in writing. RETENTION OF ALL RECORDS The Contractor is required to retain all records for three (3) years after grantees or subgrantees make final payments and all other pending matters are closed STANDARD INSURANCE REQUIREMENTS The Certificate of insurance should be made to the City of Winter Springs, 1126 East State Road 434 Winter Springs, FL 32708 and should reference the operation. Prior to renewal, non-renewal, cancellation, or change or modification of any insurance policy, at least 30 days advance written notice shall be given to the City of Winter Springs. All Certificates of insurance shall be approved by the Risk Manager prior to the commencement of any work. Minimum coverage with limits and provisions are as follows: A. Commercial General Liability: The contractor shall provide minimum limits of $1,000,000.00 each occurrence, $1,000,000.00 annual aggregate combined single limit for bodily injury and property damage liability. This shall include premises/operations, independent contractors, products, completed operations, broad form property damage, personal and advertising injury, and contractual liability, specifically confirming and insuring the indemnification and hold harmless clause of the contract. This policy of insurance shall be considered primary to and not contributing with any insurance maintained by the City of Winter Springs and shall name the City of Winter Springs as an additional insured. The policy of insurance shall be written on an "occurrence" form. B. Automobile: Contractor shall provide minimum limits of liability of $1,000,000.00 each accident, combined single limit for bodily injury and property damage. This shall include coverage for: • Owned Automobiles • Hired Automobiles • Non-Owned Automobiles C. Umbrella/ Excess Liabilit . Contractor shall provide umbrella/excess coverage with limits of no less than $1,000,000.00 excess of Commercial General Liability, Automobile Liability, Employers Liability. D. Workers' Compensation: The contractor shall provide and maintain workers' compensation insurance for all employees in the full amount required by statute and full compliance with the applicable laws of the State of Florida. Said policy must include Employers' Liability insurance with limits of no less than: • Each Accident $ 100,000.00 • Disease — Policy Limit $ 500,000.00 • Disease — Each Employee $ 100,000.00 Contractor shall further insure that all of its sub-contractors maintain appropriate levels of workers' compensation insurance. E. Other Insurance Provisions: The City of Winter Springs is to be specifically included on all certificates of insurance (with exception to Workers Compensation) as additional insured. All certificates must be received prior to commencement of service/work. In the event the insurance coverage expires prior to the completion of this contract, a renewal certificate shall be issued thirty (30) days prior to said expiration date. The certificate shall provide a thirty (30) day notification clause in the event of cancellation or modification to the policy. Deductible Clause — Contractor to declare self-insured retention or deductible amounts. All insurance carriers shall be rated (A) or better by the most recently published A.M. Best Rating Guide. It shall be the responsibility of the contractor to insure that all subcontractors comply with the same insurance requirements spelled out above. The City may request a copy of the insurance policy according to the nature of the project. City reserves the right to accept or reject the insurance carrier. SECTION II PROJECT OVERVIEW This RFP is for Chipping and Hauling of Hurricane Irma Debris from the City two Debris Management Sites. All work shall follow the Occupational Safety and Health Administration (OSHA) and Environmental Protective Agency(s) requirements to maintain a safe working environment. City of Winter Springs has the right to increase or decrease the Contractor's assignment and/or areas of operation within the scope of this contract. At a minimum the proposal should include the following information: Organizational Chart a Equipment resources (company versus sub-contractor owned) M List of sub-contractors Capacity and Plan for mobilization Sample of sub-contracting contracts Ability to track and record all work for invoices and auditing purposes In Cost for services: Provide a copy of your Certificate of Insurance; Provide copies of occupational licenses, whether City or County, for the last year that document active business in a commercial location providing one or more of the following services: Bulk hauling of debris or fill, Construction involving earth removal IS TYPE ESTIMATED ..............„.............. VOLUME ( i in cubic yards) Vegetative 45,000 TOTAL: 45,000 SCOPE OF WORK The City of Winter Springs is requesting proposals from qualified and experienced contractors to assist the City with Chipping and Hauling of storm debris to its final disposal destination. All payments under the contract resulting from the Request for Proposal shall be made only for services requested and approved by the City. There shall be no retainer paid in order to keep the contract in effect. SUBCONTRACTORS The Contractor shall provide the City with an updated list of all subcontractors including phone numbers of contact personnel. Prior to the City assigning work, the Contractor shall provide the City with an affidavit from each subcontractor stating there is a signed contract between the Contractor and subcontractor. The City may, at its discretion, limit the number of subcontract firms working under the prime or sub-prime contractor at its sole discretion to ensure safety and quality of work provided. In its proposal to the City, the Contractor will provide information as to what percentage of work described herein will be subcontracted. COSTS FOR SCOPE OF WORK Chipping and Hauling of Debris from City Debris Sites to Final Disposal Site The Contractor will not be compensated for disposing of any material not defined as eligible debris. The Contractor and City will inspect each load to verify the contents are in accordance with the accepted definition of eligible debris. If any load is determined to contain material that does not conform to the definition of eligible debris, the load will be ordered to be deposited at another landfill or receiving facility and no payment will be allowed for that load; and, the Contractor will not invoice the City for such loads. For each suitable load picked up, hauled and processed, a record of the cubic yards will be recorded by the Contractor and City on numbered tickets supplied by the Contractor. Copies of each load record will be available to the Contractor and the City's designee on site. Each invoice shall contain verification of each cubic yardage load ticket and also contain a summary sheet indicating, by day, the individual verified load receipt and invoice amounts. The City may temporarily remove any disputed amount line items in the bill from the invoice for review. MODIFICATION OF WORK The City reserves the right to make changes in the work, including alterations, reductions therein or additions thereto. Upon receipt by the Contractor of the City's notification of a contemplated change, the Contractor shall: 1. Provide an estimate for the increase or decrease in cost due to the contemplated change; 2. Notify the City of any estimated change in the completion date; 3. Advise the City, in writin , if the contemplated change shall affect the Contractor's ability to meet the completion dates or schedules of this , contract. Upon written instruction by the City, the Contractor shall suspend work on any portion of the work affected by a contemplated change, pending the City's decision to proceed with the change. If the City elects to make the change, the City shall issue a Contract Amendment or Change Order and the Contractor shall not commence work on any such change until such written Amendment or Change Order has been issued and signed by each of the parties. RETAINAGE / COMPLETION OF WORK The City shall withhold a retainage fee in the amount of ten percent (10%) of the value of the work until such time as the work is considered complete. This work shall not be considered complete until any damage to public or private property has been repaired to the satisfaction of the City. Any repairs to private property shall include a signed release from the owner. FINAL PAYMENT It is anticipated that work shall be complete within thirty (30) days of initial Notice to Proceed. In order for both parties herein to close their books and records, the Contractor will clearly state `final invoice' on the Contractor's final/last billing to the City. This certifies that all services have been properly performed and all charges and costs have been invoiced to the City of Winter Springs. Since this account will thereupon be closed, any and other further charges, if not properly included on this final invoice, are waived by the Contractor. STAFFING REQUIREMENTS — CONTRACTOR The Contractor represents that it has, or will secure at its own expense, all necessary personnel required to perform the services under this Contract. Such personnel shall not be employees of the City or have any contractual relationship with the City that has not been disclosed. The City will determine if a conflict exists & notify the parties accordingly. All of the services required herein under shall be performed by the Contractor or under its supervision, and all personnel engaged in performing the services shall be fully qualified and, if required, authorized or permitted under state and local law to perform such services. The Contractor warrants that all services shall be performed by skilled and competent personnel to the highest professional standards in the field. UNAUTHORIZED ALIEN WORKERS: The City of Winter Springs will not intentionally award publicly-funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e)(Section 274A(e) of the Immigration and Nationality Act("INA"). The CITY shall consider the employment by the contractor of unauthorized aliens a violation of Section 274A (e) of the INA. Such violation by the Recipient of the employment provisions contained in Section 274A (e) of the INA shall be grounds for unilateral cancellation of this Agreement by the City. STAFFING REQUIREMENTS — CITY The City reserves the right to remove immediately any personnel with or without cause that are deemed unsuitable for the City's recovery effort. Personnel subject to removal under this clause are: City staff full and part-time or temporary; Primary Contractor staff; sub-contractor staff. PERFORMANCE REMEDY NOTIFICATION Failure of the Contractor to meet the minimum level of service commitments, once debris management services commence, shall result in the issuance of a Performance Remedy Notification from the City to the Contractor. Once this date and time stamped notification is issued, the Contractor shall have a twenty-four (24) hour period in which to respond (in writing) and take corrective action. Failure to do so may result in the assessment of liquidated damages against the Contractor or its Surety. LIQUIDATED DAMAGES Parties agree that damages are difficult to determine but the following liquidated damages are agreed to be a reasonable cost for any delays: If the Contractor shall neglect, fail or refuse to START the Work within the 72-hours specified, or any proper extension thereof granted by the City, then the Contractor hereby agrees, as part consideration for awarding the Agreement, that the City reserves the right to assess damages in the event that the Contractor response is not timely in accordance with the terms of this Agreement and the Contractor agrees to pay the City said sum for each and every calendar day that the Contractor shall be in default after the time stipulated in the Agreement for STARTING the Work. The Contractor and City acknowledge and agree that said sum is not a penalty but liquidated damages for breach of contract. 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 START date are of a kind difficult to accurately estimate, and the Contractor further agrees that the said sum amount is reasonable of the damages that will actually be incurred by the City in the event of any such delay and not a penalty. ACCIDENT PREVENTION Precautions shall be exercised at all times for the protection of persons and property. Contractor and any subcontractors shall conform to all OSHA, State, County and City regulations while performing under the terms and conditions of this contract. Any fines levied by the above mentioned authorities because of inadequacies to comply with these requirements shall be borne solely by the proposer responsible for same. GENERAL REQUIREMENTS REPORTING The Contractor shall submit a report to The City of Winter Springs by close of business each day for the term of the contract. Each report shall contain, at a minimum, the following information: 1) Contractor's Name 2) Report Date 3) Location of completed work 4) Daily and cumulative totals of debris processed, to include method(s) of processing and disposal location(s) 5) Problems encountered or anticipated DUMPSITES (TDSR Sites) The Contractor shall use only debris dumpsites designated by The City, unless otherwise approved by The City of Winter Springs. OTHER CONSIDERATIONS The Contractor shall supervise and direct the work, using skillful labor and proper equipment for all tasks. Safety of the Contractor's personnel and equipment is the responsibility of the Contractor. The Contractor shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract. The Contractor must be duly licensed in accordance with the state and local statutory requirements to perform the work. The Contractor shall obtain all permits necessary to complete the work. The Contractor shall be responsible for determining what permits are necessary to perform under the contract. Copies of all permits shall be submitted to The City of Winter Springs. The Contractor shall be responsible for taking corrective action in response to any notices of violations issued as a result of the Contractor's or any subcontractors' actions or operations during the performance of this contract. Corrections for any such violations shall be at no additional cost to The City of Winter Springs. There shall be no overnight parking or camping on public property without the approval of The City. The Contractor is encouraged to employ experienced and qualified local subcontractors. OTHER CONTRACTS The City reserves the right to issue other contracts or direct other contractors to work within the scope of work included in this contract. EQUIPMENT The Contractor shall provide all equipment necessary to prepare the site(s), stockpile the debris, feed the grinder(s), load and haul for disposal of all debris and any other equipment which may be necessary for the performance of this contract. Prior to commencing debris reduction and disposal operations,the Contractor shall present to The City, for approval, a detailed description of all equipment to be used for debris handling, sorting, processing, loading, and hauling, stating brand name, model and horsepower. All trucks and other equipment must be in compliance with all applicable federal, state, and local rules and regulations. Any equipment that is hauling debris to the designated reduction site shall be capable of self-dumping or removing its load without assistance from other equipment. Sideboards or other extensions to the bed are allowable provided they meet all applicable rules and regulations, cover the front and both sides, and are constructed in a manner to withstand severe operating conditions. The sideboard extensions shall be braced with metal reinforcing. The overall height of the hauling vehicle shall not exceed 13 feet 6 inches above the ground. All extensions are subject to acceptance or rejection by The City. Damaged sideboards must be repaired prior to arriving at the dumpsite. All trucks utilized in hauling debris shall be equipped with a tailgate that will effectively contain the debris on the vehicle while hauling and also permit the vehicle to be loaded to capacity. Gaps in the tailgate greater than two (2) inches will not be permitted. The tailgates shall be secured along the edges with fasteners of sufficient strength to hold the tailgate securely closed during transit, rubber bungee cords will not be permitted. The Contractor, prior to use, will inspect all equipment to ensure all requirements are met and it is in good overall condition. The City of Winter Springs reserves the right to refuse equipment that is demand unsafe or inadequate. All equipment used for hauling debris shall be measured and marked for its load capacity. The Contractor shall supply pre-approved measurement forms for each hauling container used under this contract. Prior to commencing debris Hauling operations, the Contractor shall present to The City of Winter Springs all trucks or trailers that will be used for hauling debris, for the purpose of determining hauling capacity. The hauling capacity will be based on the interior dimensions of the hauler's container, and rounded down to the nearest whole cubic yard. Hauling capacity, in cubic yards, will be recorded and marked on each truck or trailer with permanent markings. Each truck or trailer will also be uniquely numbered for identification with a permanent marking. Trucks and trailers designated for use under this contract shall be equipped with a placard on the driver's side of the hauling container. The placard shall state the Contractor's name, the sub-contractors name, individual and unique identification number and the total capacity in cubic yards of the hauling container. The Contractor shall furnish these signs. All signs shall be removed prior to performing work other than activities associated with this contract. Equipment used under this contract shall be rubber tired and sized properly to fit loading conditions. Excessively large loading equipment (3 CY and larger) and non-rubber tired equipment must be approved by The City of Winter Springs. Hauling containers shall be a minimum of 15 cubic yards in volume unless approved by The City of Winter Springs. Trailer type haulers shall be equipped with either tandem axles and/or dual tires, a minimum of four (4) tires are required on all trailers. The GVWR shall be a minimum of 10,000 Ibs on all trailers. All trailers must have a legible manufacture's identification plate with ratings. Trucks or equipment that are designated for use under this contract shall not be used for any other work during the working hours of this contract. The Contractor shall not solicit work from private citizens or others to be performed in the designated work area during the period of this contract. Under no circumstances will the Contractor mix debris hauled for others with debris hauled under this contract. LOAD TICKETS A Load Ticket will be used for recording volumes of debris removed and processed. Refer to attached sample: At a minimum each ticket will contain the following information: The City of Winter Springs Debris Load Ticket (as a title) Contractor Name Ticket Number Load Site Location Date • Truck (Container) Number • Capacity (Container) Total Debris Volume (Quantity) Dump Site Name (Location) Verification Signature Lines (Load Site, Dump Site Monitors and Contractor) The Contractor will not receive a Load Ticket for any loads that were not observed by a Load Site Monitor during loading without the approval of The City. A City of Winter Springs Dump Site Monitor will determine the total cubic yards of material received by visual inspection of the load. Trucks with partial loads will be adjusted down during this visual inspection by The City. Load measurements will be documented on Load Tickets. The Contractor shall keep a daily updated log, in each TDSR site inspection tower, of all loads received, including the total volume of debris in each load. The Contractor shall provide a copy of all daily log sheets at the end of each business day. SECTION III PROPOSAL SUBMITTALS For the proposal to be considered, one (1) original marked "ORIGINAL", and one (1) copies of the proposal must be received by the City of Winter Springs on or before 5:00 P.M. October 27, 2017. Proposers must include the following information in their proposals and should use the following format when compiling their responses. Sections should be tabbed and labeled; pages should be sequentially numbered at the bottom of the page. Title Page: Title Page shall show the request for proposal's subject, title and proposal number; the firm's name; the name, address and telephone number of a contact person; and the date of the proposal. Table of Contents: The Table of Contents shall provide listing of all major topics, their associated section number, and starting page. Summary of Qualifications: • Organizational Chart • Equipment resources (company versus sub-contractor owned) • List of sub-contractors • Capacity and Plan for mobilization • Sample of sub-contracting contracts Ability to track and record all work for invoices and auditing purposes Cost for services: Provide a copy of your Certificate of Insurance; Provide copies of occupational licenses, whether City or County, for the last year that document active business in a commercial location providing one or more of the following services: Bulk hauling of debris or fill, Construction involving earth removal If the City or County in which the Contractor resides does not provide occupational licenses, alternate documentation acceptable to the City, in its sole opinion, may be provided; Indicate specifically the personnel who will have primary responsibility for the City's contract. Also indicate all key individuals, and their tasks and/or areas of expertise. Identify the percentage of work to be completed by subcontractor(s). Provide a comprehensive list of equipment available for use with this contract. Proposed Cost: All costs associated with delivering the requested services must be detailed in the format requested in exhibit A. SECTION IV REQUEST FOR PROPOSAL TIME LINE The anticipated schedule for this RFP is as follows: Proposal Issue Date October 13, 2017 Proposal Advertised October 13, 2017 Proposal/Bid Opening Friday, October 27, 2017 Contract Award Friday, October 27, 2017 Work Commencement Monday, October 30, 2017 Project Completion Friday November 10, 2017 EVALUATION PROCEDURE All proposals will be subject to a review and evaluation process. It is the intent of the City that all proposers responding to this RFP,who meet the requirements, shall be ranked in accordance with the criteria established in these documents. The City will consider all responsive and responsible proposals received in its evaluation and award process. The City's evaluation criteria will include consideration of, but will not be limited to the following: 1) Responsiveness of the proposal related to the Scope of Work; 2) The ability, capability and skill of the proposer to perform the contract; 3) Whether the proposer can perform the contract within the time specified, without delay or interference; 4) Net costs; and 5) Such other information as may be secured. Recommendation and Approval of Ranking: The City shall rank all complete written proposals received and/or formal oral presentations/interviews in order of preference and submit this ranking as its' final recommendation to the City Manager. Exhibit A. Pricing The City estimates that the current debris volume is 45,000 Cubic Yards DEBRIS REMOVAL 8�...H..........�__�...._.. - ,�____. ---- m_................. AULING Items 1 and 2 . .........................................................................ITEM DESCRIPTION PRICE UOM .................................. Debris Grinding and Chipping. 1 $ Per cubic yard ... Disposal of uncontaminated vegetation at acceptable Landfill or alternative site. $ Per cubic yard Exhibit B. Project time Line October 27th October 30th 2017 November 10th 2017 Bid Award Start W�II�YfI�ork Project Completion Date ,pV�IIM�Nn ,iµ11111Y111WP/,