Loading...
HomeMy WebLinkAboutCrowder Gulf Joint Venture, INC. Hurricane/Disaster Debris Removal, Reduction and Disposal Agreement 2023 11 22AGREEMENT FOR HURRICANE/DISASTER DEBRIS REMOVAL, REDUCTION and DISPOSAL THIS AGREEMENT is made and entered this 22nd day of November 2023, 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 CROWDER GULF JOINT VENTURE, INC., a corporation authorized to do business in Florida ("Contractor"), whose principal address is 5629 Commerce Blvd E, Mobile, AL 36619. WITNESSETH: WHEREAS, the City desires to retain the Contractor for the work identified in the bid and/or proposal specifications outlined in the Request for Proposal for Hurricane/Disaster Debris Removal, Reduction and Disposal RFP No. 06-23-01 BI (“Debris Removal Services” or “Services”); and WHEREAS, the City desires to retain the Contractor to provide Debris Removal Services, as subsequently specifically set out in Task Orders to be issued under this Agreement; and WHEREAS, the Contractor is willing to provide such Debris Removal Services to the City under the terms and conditions stated herein; and WHEREAS, the Contractor hereby warrants and represents to the City that it is competent and otherwise able to provide professional and high quality services to the City; and WHEREAS, all City-promulgated bid documents pertaining to Debris Removal Services and all submissions of the Contractor in the proposal submitted to the City are hereby incorporated herein to the extent not inconsistent with the terms and conditions as set forth herein; and WHEREAS, the City desires to retain the Contractor to provide all labor, materials, equipment, facilities, and services in accordance with the guidelines provided in the bid documents; and 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 TERM AND DEFINITIONS 1.1 Unless sooner terminated by either Party pursuant to the terms and conditions herein, this Agreement shall terminate on the fifth (5th) anniversary of the Effective Date. 1.2 The terms and conditions of any Task Order, as described in Section 2.0 hereof, shall be as set forth in such Task Order. Any Task in effect at the termination of this Agreement Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 1 Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 2 shall remain in effect until completion of said Task Order, and all of the terms and conditions of this Agreement shall survive until completion of all Task Orders. 1.3 Definitions. The following words and phrases used in this Agreement shall have the following meaning ascribed to them unless the context clearly indicates otherwise: a."Agreement" or "Contract" shall be used interchangeably and shall refer to this Agreement, as may be amended from time to time, which shall constitute authorization for the Contractor to provide the Debris Removal Services approved by Task Order by the City and is also sometimes referred to herein to include all Task Orders approved hereunder. b."Effective Date" shall be the date on which the last signatory hereto shall execute this Agreement, and it shall be the date on which this Agreement shall go into effect. The Agreement shall not go into effect until said date. c."Contractor" shall mean D&J Enterprises, Inc. and its principals, employees and resident project representatives (and assistants). d."Public Record" shall have the meaning given in section 119.011(12), Florida Statutes, as may be amended. e."Reimbursable Expenses" shall mean the actual expenses incurred by the Contractor or Contractor's independent professional associates and Contractors which are directly related to travel and subsistence at the rates, and under the requirements of, Section 112.061, Florida Statutes, as may be amended or any other actual and direct expenses the City agrees to reimburse by Task Order. f "Work" or "Services" shall be used interchangeably and shall include the performance of the work agreed to by the parties in a Task Order. g."Task Order" shall mean a written document approved by the parties pursuant to the procedure outlined in Section 2.0 of this Agreement, and any amendments thereto approved pursuant to the procedures outlined in Section 3.0 herein, which sets forth the Work to be performed by the Contractor under this Agreement, and shall include, without the necessity of a cross-reference, the terms and conditions of this Agreement. 1.4 Engagement. The City hereby engages the Contractor and the Contractor agrees to perform the Services outlined in this agreement for the stated fee arrangement. No prior or present representations shall be binding upon any of the parties hereto unless incorporated in this Agreement. 2.0 DESCRIPTION OF SERVICES Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 3 2.1 The City shall make request of the Contractor to perform Debris Removal Services on a "task" basis. The City will communicate with the Contractor, verbally or in writing, a general description of the task to be performed. The Contractor will generate a detailed Scope of Work document with a Schedule and rates, not to exceed those rates included in the Contractor’s Response to the City’s RFP No. 06-23-01 BI, to accomplish the task and send the thus developed "Task Proposal" to the City. Tasks shall be performed in accordance with the standards contained in the RFP No. 06-23-01 BI, which shall be fully incorporated herein by this reference as Attachment “A.” For any Tasks where time and materials compensation is permitted (sum of the actual cost of materials and direct labor hours charged at fixed hourly rates that reflect wages, general and administrative expenses, and profit), the Task Order shall include a ceiling price that the Contractor shall exceed at its own risk. The City will review the Task Proposal, along with any other task proposals submitted to the City by other contractors, and if the description, cost and other details of the Task Proposal are deemed by the City to be in the City’s best interests, the parties will enter into a mutually agreeable written "Task Order." The Scope of Services generally to be provided by the Contractor through a Task Order may include any Debris Removal Services provided for in RFP No. 06-23- 01 BI and may contain written terms and conditions which are deemed supplemental to this Agreement. The City will issue a notice to proceed to the Contractor in the form of a letter and/or an executed City purchase order. Upon receipt of the signed Task Order and the written notice to proceed from the City, the Contractor shall perform the services set forth in the Task Order. 2.2 The City reserves the right, at its discretion, to perform any services related to this Agreement or to retain the services of other debris removal companies to provide professional services. Further, the City does not guarantee that any Work will be assigned to Contractor under this Agreement. The Contractor acknowledged that the Contractor shall stand by and remain inactive for much of the duration of this Agreement and may only be called to active duty when a debris-generating event occurs. The City reserves the right to assign or contract for professional services with any party at its sole discretion. No provision of this Agreement shall be construed to require the City to assign any Work or task to Contractor under this Agreement. 2.3 The maximum hourly rates and certain direct charges or unit prices, as applicable, that can be charged under this Agreement by Contractor, unless otherwise agreed by the City in writing, are set forth in the Contractor’s Response to RFP No. 06-23-01 BI and fully incorporated herein by this reference as Attachment “B.” 2.4 As provided above, Tasks shall be performed in accordance with the standards contained in the RFP No. 06-23-01 BI, which shall be fully incorporated herein by this reference as Attachment “A.” The following standards are emphasized herein: a. Contractor shall be capable of assembling, directing, and managing a work force that can complete the debris management operations in 120 days. The duration of Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 4 effort/completion dates of all tasks will be determined by the City after consultation with the Contractor and established in each appropriate Task Order. b. Contractor shall provide collection equipment within 24 hours after a natural disaster has occurred and roads are accessible at the designated Collection Service Area. Within five (5) calendar days of collection commencement, the Contractor must provide collection equipment sufficient to collect a minimum of 500 cubic yards of debris per day. Within seven (7) calendar days of collection commencement, the Contractor must provide collection equipment sufficient to collect a minimum of 1,000 cubic yards of debris per day. c. Contractor shall begin grinding vegetative debris within fifteen (15) calendar days of temporary debris site opening and removal mulch/wood chips within twenty (20) calendar days of site opening. Contractor shall begin removal of Construction and Demolition debris from the temporary debris site within twenty (20) days of site opening. 3.0 CHANGES IN THE SCOPE OF WORK 3.1 The City may make changes in the Services at any time by giving written notice to the Contractor. If such changes increase (additional services) or decrease or eliminate any amount of Work, the City and the Contractor will negotiate any change in total cost or schedule modifications. If the City and the Contractor approve any change, the Task Order will be modified in writing to reflect the changes; and the Contractor shall be compensated for said services in accordance with the terms of Article 5.0 herein. All change orders shall be authorized in writing by the City's and the Contractor's designated representative. 3.2 All of City's said Task Orders and amendments thereto shall be performed in strict accordance with the terms of this Agreement insofar as they are applicable. 4.0 SCHEDULE 4.1 The Contractor shall perform services in conformance with the mutually agreed schedule set forth in the negotiated Task Order. The Contractor shall complete all of said services in a timely manner and will submit a written progress report upon completion of one-third and again upon two-thirds completion of a Task or as otherwise reasonably requested by the City. Should the Contractor fall behind the agreed upon schedule, it shall employ such resources so as to comply with the agreed -upon schedule. 4.2 No extension for completion of services shall be granted to the Contractor without the City's prior written consent, except as provided in Sections 3.1 and 19.1 herein. 4.3 Any cost caused by defective or ill -timed services shall be borne by the party responsible therefore. Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 5 5.0 METHODS OF PAYMENT FOR SERVICES AND EXPENSES OF CONTRACTOR 5.1 General Services. For basic and additional Services performed by the Contractor's principals, employees and resident project representatives (and assistants) pursuant to paragraphs 2.0 and 3.0, the City agrees to pay the Contractor an amount equal to that agreed upon by the parties for a particular Task Order. However, payment terms must be consistent with the terms and conditions in this Agreement. To the extent that the payment terms in any Task Order conflict with the payment terms set forth in this Agreement, the conflicting provisions of this Agreement shall prevail. 5.2 Florida Prompt Payment Act. Payment shall be due and payable as provided by the Florida Prompt Payment Act Section 218.70 et. seq., Florida Statutes. 5.3 Miscellaneous. Under no circumstances shall actual or direct costs under this Agreement include costs associated with inefficiency, offsite or home office overhead, loss of productivity, consequential damages, legal or consulting costs or costs associated with delays caused in whole or in part by the Contractor. 5.4 Errors and Deficiencies. The Contractor shall not invoice the City or seek any compensation from the City to correct or revise any errors or deficiencies in the Contractor's services provided under this Agreement. 5.5 Payment Offsets. To the extent that the Contractor owes the City any money under this or any other Agreement with the City, the City shall have the right to withhold payment and otherwise back charge the Contractor for any money owed to the City by the Contractor. 5.6 Payment not Waiver. The City's payment of any invoice under this Agreement shall not be construed or operate as a waiver of any rights under this Agreement or any cause of action arising out of the performance of this Agreement and the Contractor shall remain liable to the City in accordance with applicable law for all damages to the City caused by the Contractor's performance of any Services provided under this Agreement. 5.7 Delay Remedy. The risk of any monetary damages caused by any delays in performing the Services under this Agreement and any Task Order are accepted and assumed entirely by the Contractor, and in no event shall any claim relating thereto for an increase in compensation be made or recognized. The Contractor shall not make any claim nor seek any damages of any kind against the City for any delays, impacts, disruption or interruption caused by any delay. The Contractor's remedy for a delay shall be an equitable extension of time to perform the Services for each day of such delay that impacts the critical path of the schedule established under this Agreement or specific Task Order. 5.8 Acceptance of Payment. Acceptance of final payment by the Contractor for a specific Task Order shall constitute a release of all claims for payment which the Contractor may Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 6 have against the City for that Task Order unless such claims are specifically reserved in writing and transmitted to the City by the Contractor prior to its acceptance. Said final payment shall not, however, be a bar to any claims that the City may have against the Contractor or to any remedies the City may pursue with respect to such claims. 5.9 Payment Adjustments. It is agreed that payment by the City of any billing will not constitute agreement as to the appropriateness of any item and that at the time of any final audit, all required adjustments will be made and reflected in a final payment. In the event that such final audit reveals an overpayment to the Contractor, the Contractor agrees to refund such overpayment to the City within ninety (90) days of notice of any such overpayment. Such refund shall not constitute a waiver by the Contractor for any claims relating to the validity of a finding by the City of overpayment. 5.10 Partial Payments. Payment made to the Contractor shall not constitute acceptance of the work or any portion thereof which is not in accordance with this Agreement. The City retains the right to pay only that percentage of the total contract amount that equals the same percentage that work completed bears to the total amount of work required to be performed under this Agreement. If the City objects to all or any portion of any invoice, it shall notify the Contractor of the same within five (5) days from the date of receipt and shall pay that portion of the invoice not in dispute. The parties shall immediately make every effort to settle the disputed portion. 5.11 Liquidated Damages. Liquidated damages in the amount of up to $5,000.00 per day shall be owed to the City as provided in RFP No. 06-23-01 BI, including for closure of temporary debris sites, failure to provide back-up grinders within 48 hours of equipment breakdown, failure to provide audit quality information by 5:00 p.m. of the following day of operation, loads not properly tarped or covered, mixing debris hauled from other sources, and mixing vegetation and construction debris materials. 6.0 RIGHT TO INSPECTION 6.1 The City or its affiliates shall at all times have the right to review or observe the Services performed by the Contractor. 6.2 No inspection, review or observation shall relieve the Contractor of its responsibility under this Agreement. 7.0 PROGRESS MEETING 7.1 The City's designated Project Manager may hold periodic progress meetings on a monthly basis, or more frequently if required by the City, during the term of any Task Order entered into under this Agreement. The Contractor's Project Manager and all other appropriate personnel shall attend such meetings as designated by the City's Project Manager. Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 7 8.0 SAFETY 8.1 The Contractor shall be solely and absolutely responsible and assume all liability for the safety and supervision of its principals, employees and resident project representatives (and assistants) while performing Services provided hereunder. 9.0 REASONABLE ACCESS 9.1 During the term of this Agreement, the City shall grant the Contractor reasonable access to the City's premises, records and files for purposes of fulfilling its obligations under this Agreement. 10.0 INSURANCE 10.1 Liability Amounts. During the term of this Agreement, the Contractor shall be responsible for providing the types of insurance and limits of liability as set forth below. a. General Liability. The Contractor shall maintain comprehensive general liability insurance in the minimum amount of $5,000,000.00 as the combined single limit for each occurrence, with a deductible no greater than $5,000.00, unless a higher deductible is pre- approved by the City Manager, to protect the Contractor from claims of property damages and personal injury which may arise from any Services performed under this Agreement, whether such Services are performed by the Contractor or by anyone directly employed by or contracting with the Contractor. b. Automobile Liability. The Contractor shall maintain comprehensive automobile liability insurance in the minimum amount of $1,000,000 per occurrence combined single limit for bodily injury, including wrongful death, and property damage, which may arise from the ownership, use or maintenance of owned and non-owned automobiles, including rented automobiles, whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor. c. Workers' Compensation. The Contractor shall maintain, during the life of this Agreement, adequate Workers' Compensation Insurance and Employers' Liability 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. d. Pollution Liability. The Contractor shall maintain pollution liability insurance coverage, which covers any and all loses caused by pollution conditions (including sudden and non-sudden pollution conditions) arising from the Services being performed pursuant to this Agreement, in the minimum amount of $1,000,000 per occurrence and $2,000,000 per general aggregate. Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 8 10.2 Special Requirements. Current, valid insurance policies meeting the requirements herein identified shall be maintained during the term of 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 article 10.1.a and 10.1.b herein, as its interest may appear, from time to time. 10.3 The insurance required by this Agreement shall include the liability and coverage provided herein, or as required by law, whichever requirements afford greater coverage. All of the policies of insurance so required to be purchased and maintained shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed or renewal refused until at least thirty (30) days' prior written notice has been given to the City, and the Contractor by certified mail, return receipt requested. All such insurance shall remain in effect until final payment. In the event that the Contractor shall fail to comply with the foregoing requirement, the City is authorized, but in no event shall be obligated, to purchase such insurance, and the City may bill the Contractor. The Contractor shall immediately forward funds to the City in full payment for said insurance. It is expressly agreed that neither the provision of the insurance referred to in this Agreement nor the City's acceptance of the terms, conditions or amounts of any insurance policy shall be deemed a warranty or representation as to adequacy of such coverage. All insurance coverage shall be with insurer(s) rated as A+ by Best's Rating Guide (or equivalent rating and rating service as reasonably determined by the City Manager) and licensed by the State of Florida to engage in the business of writing of insurance or provided through the London Market for Professional Liability Insurance. The Contractor shall cause its insurance carriers, prior to the effective date of this agreement to furnish insurance certificates specifying the types and amounts of coverage in effect pursuant hereto, the expiration dates of such policies, and a statement that no insurance under such policies will be canceled without thirty (30) days' prior written notice to the City in compliance with other provisions of this Agreement. Further copies of all relevant policies will be provided to the City within thirty (30) days of the effective date of this agreement. If the City has any objection to the coverage afforded by or other provision of the insurance required to be purchased and maintained by the Contractor in accordance with this Article on the basis of its not complying with the Agreement, the City shall notify the Contractor in writing thereof within thirty (30) days of the date of delivery of such certificates to the City. For all Work performed pursuant to this Agreement, the Contractor shall continuously maintain such insurance in the amounts, type and quality as required by the Agreement. 10.4 Independent Associates and Contractors. All independent associates and contractors employed by the Contractor to perform any Services hereunder shall fully comply with the insurance provisions contained in this paragraph. 11.0 COMPLIANCE WITH LAWS AND REGULATIONS Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 9 11.1 The Contractor shall comply with all requirements of federal, state and local laws, rules, regulations, standards and/or ordinances applicable to the performance of Services under this Agreement. For example, the Contractor shall comply with Section 247A of the Immigration and Nationality Act, the Americans with Disabilities Act, Health Insurance Portability and Accountability Act, and all prohibitions against discrimination on the basis of race, religion, sex, creed, national origin, handicap, marital status, or veteran’s status. Pursuant to Section 287.058(1), Florida Statutes, the provisions of section 287.058(1)(a)-(c), and (i), Florida Statutes, are hereby incorporated by reference, to the extent applicable. 12.0 REPRESENTATIONS 12.1 The Contractor represents that the Services provided hereunder shall conform to all requirements of this Agreement and any Task Order, shall be consistent with recognized and sound debris removal practices and procedures; and shall conform to the customary standards of care, skill, and diligence appropriate to the nature of the Services rendered. The Contractor shall perform as expeditiously as is consistent with professional skill and care and the orderly progress of the Services performed hereunder. The Contractor's services shall be consistent with the time periods established under this Agreement or the applicable Task Order. The Contractor shall provide the City with a written schedule for services performed under each Task Order and such schedule shall provide for ample time for the City to review, for the performance of Contractors (if any), and for the approval of submissions by authorities having jurisdiction over the services. The Contractor's designated representative shall have the authority to act on the Contractor's behalf with respect to the Services. In addition, the Contractor's representative shall render decisions in a timely manner in order to avoid unreasonable delay in the orderly and sequential progress of the Services. Except with the City's knowledge and consent, the Contractor shall not engage in any activity, or accept any employment, interest or contribution that would reasonably appear to compromise the Contractor's professional judgment with respect to the Services. The Contractor shall review laws, codes and regulations applicable to the Contractor's Services. The Contractor's services and design 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 Services hereunder in a manner that complies with all applicable requirements of law, codes, and regulations. The Contractor shall be responsible for the professional quality, technical accuracy and the coordination of all plans, studies, reports and other services furnished to the City under this Agreement. Unless this Agreement is terminated by the City, or terminated by the Contractor for nonpayment of any proper invoices, or the City exercises its rights to perform the Services pursuant to under Section 2.2 herein, the Contractor shall be responsible for the satisfactory and complete execution of the Services described in this Agreement and any Task Order. The Contractor represents that it will carefully examine the scope of services required by the City in the Task Order, that it will investigate the essential requirements of the services required by the Task Order and that it will have sufficient personnel, equipment and material at its disposal to complete the services set forth in the Task Order in a good professional and workmanlike manner in conformance with the requirements of this Agreement. Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 10 12.2 The Contractor represents that all principals, employees and other personnel furnishing such Services shall be qualified and competent to perform the Services 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. 13.0 GUARANTEE AGAINST INFRINGEMENT 13.1 The Contractor guarantees that all Services performed under this Agreement shall be free from claims of patent, copyright, and trademark infringement. Notwithstanding any other provision of this Agreement, the Contractor shall indemnify, hold harmless and defend the City, its officers, directors, employees, agents assigns and servants from and against any and all liability, including expenses, legal or otherwise, for actual or alleged infringement of any patent, copyright or trademark resulting from the use of any goods, services or other item provided under this Agreement. Notwithstanding the foregoing, the Contractor may elect to provide non - infringing services. 14.0 DOCUMENTS/PUBLIC RECORDS 14.1 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 the City or the 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 CUSTODIAN OF PUBLIC RECORDS, THE CITY CLERK, AT (407) 327-5955, aluaces@winterspringsfl.org, City Clerk’s Office, 1126 E. State Road 434, Winter Springs, FL 32708. Contractor is required to and agrees to comply with public records laws. Contractor shall keep and maintain all public records required by the City to perform the services as agreed to herein. Contractor shall provide the City, upon request from the City Clerk, copies of the Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 11 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 the City, at no cost, all public records in possession of the Contractor, provided the transfer is requested in writing 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 the City, upon request from the City Clerk, in a format that is compatible with the information technology systems of the 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 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 party 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. 15.0 ASSIGNMENT 15.1 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. Contractor may utilize only one (1) level of subcontract will be permitted to operate any Temporary Debris Sites. Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 12 15.2 If any part of this Agreement is subcontracted by the Contractor, the Contractor shall be fully responsible to the City for all acts and/or omissions performed by the subcontractor as if no subcontract had been made. 15.3 If the City determines that any subcontractor is not performing in accordance with this Agreement, the City shall so notify the Contractor who shall take immediate steps to remedy the situation. 15.4 If any part of this Agreement is subcontracted by the Contractor, prior to the commencement of any Work by the subcontractor, the Contractor shall require the subcontractor to provide the City and its affiliates with insurance coverage as set forth by the City. 16.0 INDEPENDENT CONTRACTOR 16.1 At all times during the term of this Agreement, the Contractor and any approved subcontractors shall be considered an independent contractor(s) and not an employee(s) of the City. 17.0 DEFAULT BY CONTRACTOR AND CITY'S REMEDIES 17.1 In addition to the City’s right to terminate this Agreement for convenience under Section 18.0 of this Agreement, the City also reserves the right to revoke and terminate this Agreement for a default and to rescind all rights and privileges associated with this Agreement, without penalty, based on a default including, but not limited to, any of the following circumstances, each of which shall represent a default and breach of this Agreement: a. The Contractor defaults in the performance of any material covenant or condition of this Agreement and does not cure such other default within fifteen (15) calendar days after written notice from the City specifying the default complained of, unless, however, the nature of the default is such that it cannot, in the exercise of reasonable diligence, be remedied within fifteen (15) calendar days, in which case the City, in its sole discretion, may allow Contractor additional time as is reasonably necessary to remedy the default and provided the Contractor promptly takes and diligently pursues such actions as are necessary therefore; or b. The Contractor is adjudicated bankrupt or makes any assignment for the benefit of creditors or the Contractor becomes insolvent, or is unable or unwilling to pay its debts; or c. The Contractor has acted grossly negligent, as defined by general and applicable law, in performing the Services hereunder; or d. The Contractor has committed any act of fraud upon the City; or Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 13 e. The Contractor has made a material misrepresentation of fact to the City while performing its obligations under this Agreement. f. The Contractor has assigned this Agreement or any Task Order without the City's prior written consent. 17.2 Notwithstanding the aforementioned, in the event of a default by the Contractor, the City shall have the right to exercise any other remedy the City may have by operation of law, without limitation, and without any further demand or notice. 17.3 In the event of such termination upon default and breach of this Agreement, any completed services performed by the Contractor under this Agreement shall, at the option of the City, become the City’s property and the Contractor shall be entitled to receive equitable compensation for any work completed to the satisfaction of the City. The Contractor, however, shall not be relieved of liability to the City for damages sustained by the City by reason of any breach of the Agreement, and the City may withhold any payments to the Contractor for the purpose of setoff until such time as the amount of damages due to the City from the Contractor can be determined. 17.4 In addition to any other remedies available at law or provided herein or in RFP No. 06-23-01 BI and notwithstanding the aforementioned in this Section 17.0, the City shall be permitted to terminate this Agreement immediately, with no opportunity for Contractor to cure, for any of the following material defaults: a. Mixing debris hauled from other sources with debris hauled under this Agreement; b. Mixing vegetation debris with construction and demolition debris; c. Unapproved changes to placards on certified trucks or trailers; d. Collection of any non-eligible, non-City approved stumps or debris; e. Moving to another designated Collection Service Area without prior City approval; f. Failure to provide service in accordance with FEMA guidelines; and g. Soliciting work from private citizens or others to be performed in the designated Collection Service Area during the period of this Agreement. 17.5 In addition, at the City’s sole option, if the City determines that the performance of the Contractor is unsatisfactory, the City may notify the Contractor of the deficiency to be corrected, which correction shall be made within a time-frame specified by the City. The Contractor shall, within the time specified in the contractual documents after notice from the City, provide the City with a corrective action plan describing how the Contractor will address Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 14 all issues of contract non-performance, unacceptable performance, and failure to meet the minimum performance levels, deliverable deficiencies, or contract non-compliance. In the event that corrective action plan is requested and if the corrective action plan is unacceptable to the City, the City may assess a non-performance retainage equivalent to 10% of the total invoice amount or as specified in the contractual documents to the Contractor. The retainage will be applied to the invoice for the then-current billing period. The retainage will be withheld until the Contractor resolves the deficiency. If the deficiency is subsequently resolved, the Contractor may bill the City for the retained amount during the next billing period. If the Contractor is unable to resolve the deficiency, the funds retained may be forfeited at the end of the agreement period. 18.0 TERMINATION 18.1 Notwithstanding any other provision of this Agreement, the City may, upon written notice to the Contractor, terminate this Agreement, without penalty, if: (a) the Contractor is in default pursuant to Section 17.0 Default; (b) the Contractor makes a general assignment for the benefit of its creditors; (c) the Contractor fails to comply with any condition or provision of this Agreement; or (d) the Contractor is experiencing a labor dispute which threatens to have a substantial, adverse impact upon performance of this Agreement without prejudice to any other right or remedy the City may have under this Agreement. 18.2 In addition, either party may terminate for convenience without penalty at any time upon thirty (30) days advance written notice. 18.3 In the event of 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. 19.0 GOVERNING LAW & VENUE 19.1 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 the Middle District of Florida, Orlando Division. 20.0 HEADINGS 20.1 Paragraph headings are for the convenience of the parties only and are not to be construed as part of this Agreement. 21.0 SEVERABILITY Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 15 21.1 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. 22.0 WAIVER AND ELECTION OF REMEDIES 22.1 Waiver by either party of any terms, or provision of this Agreement shall not be considered a waiver of that term, condition, or provision in the future. 22.2 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 party hereto. 23.0 THIRD PARTY RIGHTS 23.1 Nothing in this Agreement shall be construed to give any rights or benefits to anyone other than the City and the Contractor. 24.0 PROHIBITION AGAINST CONTINGENT FEES 24.1 The Contractor warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Contractor, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the City shall have the right to terminate the agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. 25.0 ENTIRE AGREEMENT 25.1 This Agreement, including any Task Orders and Schedules, Attachments, Appendices and Exhibits attached hereto, constitute the entire agreement between the City and the Contractor with respect to the Services specified and all previous representations relative thereto, either written or oral, are hereby annulled and superseded. 26.0 NO JOINT VENTURE 26.1 Nothing herein shall be deemed to create a joint venture or principal–agent relationship between the parties, and neither party is authorized to, nor shall either party act Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 16 toward third persons or the public in any manner which would indicate any such relationship with the other. 27.0 ATTORNEY'S FEES 27.1 Should any litigation arise concerning this Agreement between the parties, the parties agree to bear their own costs and attorney’s fees, whether at settlement, trial or on appeal. 28.0 COUNTERPARTS 28.1 This Agreement may be executed in any number of counterparts, each of which when so executed and delivered shall be considered an original agreement; but such counterparts shall together constitute but one and the same instrument. 29.0 DRAFTING 29.1 The City and the 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. 30.0 NOTICE 30.1 Any notices required to be given by the terms of this Agreement shall be delivered by hand or mailed, postage prepaid to: For Contractor: For City: City of Winter Springs Attention: Shawn Boyle, Finance Director 1126 E. State Road 434 Winter Springs, Florida 32708 (407) 327-5960 sboyle@winterspringsfl.org Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 17 30.2 Either party may change the notice address by providing the other party written notice of the change. 30.3 Any Notice given as provided herein shall be deemed received as follows: if delivered by personal service, on the date so delivered; if delivered to an overnight courier service, on the business day immediately following delivery to such service; and if mailed, on the third business day after mailing. 31.0 SOVEREIGN IMMUNITY 31.1 The City intends to avail itself of the benefits of Section 768.28, Florida Statutes and any other statutes and common law governing sovereign immunity to the fullest extent possible. Neither this provision nor any other provision of 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. Contractor agrees that City shall not be liable under this Agreement for punitive damages or interest for the period before judgment. Further, City shall not be liable for any claim or judgment, or portion thereof, to any one person for over two 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 three hundred thousand dollars ($300,000.00). Nothing in this Agreement is intended to inure to the benefit of any third party for the purpose of allowing any claim which would otherwise be barred under the doctrine of sovereign immunity or by operation of law. This paragraph shall survive termination of this Agreement. 32.0 CORPORATE REPRESENTATIONS BY CONTRACTOR 32.1 The Contractor hereby represents and warrants to the City the following: a. The 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. b. The undersigned representative of the Contractor has the power, authority, and legal right to execute and deliver this Agreement on behalf of the Contractor. 33.0 INDEMNIFICATION AND LIMITATION OF LIABILITY 33.1 The Contractor shall defend, indemnify and hold the City, its elected officials, officers, employees, agents, and volunteers harmless from any and all claims, injuries, damages, losses, costs or suits, including attorney fees, arising out of or resulting from the acts, errors or omissions of the Contractor in performance or non-performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Contractor shall also indemnify and hold harmless the City, its elected officials, officers, employees, agents, and volunteers, from Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 18 liabilities, damages, losses, and costs, including, but not limited to, reasonable attorney’s fees, to the extent caused by Contractor’s breach or caused by other persons employed by the Contractor in the performance of the Agreement and any Task Order. Contractor’s indemnification obligation under this paragraph shall not be limited in any way by a limitation on the amount or type of damages, compensation or benefits payable by or for Contractor, under workers’ compensation acts, or other related policies of insurance. The Contractor specifically assumes potential liability for actions brought by the Contractor’s own employees against the City and, solely for the purpose of this indemnification and defense, the Contractor specifically waives its entitlement, if any, to immunity under Section 440.11, Florida Statutes. This waiver has been specifically and mutually negotiated by the parties. The indemnity provisions set forth in this Section shall survive termination of this Agreement. 33.2 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 the sum of any Agreement amount that is owed by the City for services actually performed by the Contractor to the City’s complete satisfaction, and in no case shall exceed the monetary limits identified in Section 768.28 Florida Statutes. 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. 34.0 ADDITIONAL ASSURANCES 34.1 The Contractor for itself and its Sub-Contractors, if any, certifies that: a. No principal (which includes officers, directors, or executive) or individual holding a professional license and performing work under this Agreement is presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in any architecture, landscape architecture, engineering, or surveying activity by any Federal, State, or local governmental commission, department, corporation, subdivision or agency; b. No principal (which includes officers, directors or executive) or individual holding a professional license and performing work under this Agreement, employee or agent has employed or otherwise provided compensation to, any employee or officer of the City; and; Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 19 c. No principal (which includes officers, directors or executive) or individual holding a professional license and performing work under this Agreement, employee or agent has willfully offered an employee or officer of the City any pecuniary or other benefit with the intent to influence the employee or officer's official action or judgment. d. The undersigned is authorized to execute this Agreement on behalf of the Contractor and said signature shall bind the Contractor to this Agreement. No further action is required by the Contractor to enter into this Agreement other than the Contractor's undersigned representative’s execution of the Agreement. 35.0 FEDERAL CONTRACT REQUIREMENTS INCORPORATED 35.1 The Contractor acknowledges and agrees that FEMA financial assistance will be used to fund this Agreement. Accordingly, those contractual provisions required by FEMA and incorporated herein by this reference as Attachment “C” shall further govern this Agreement. 36.0 BONDS 36.1 The Contractor shall supply a performance and payment bond(s) in the form approved by the City Attorney and in accordance with Florida law upon execution of this Agreement. This initial performance and payment bond shall be in the amount of $300,000.00, to guarantee performance of initial mobilization and a minimum removal of 30,000 cubic yards of debris. Subsequent performance and payment bonds shall be required if the estimated debris removal will be in excess of 30,000 cubic yards, which will be specified in subsequent Task Orders. Furthermore, within thirty (30) days of completion of Services under this Agreement for a single disaster event, the Contractor shall supply an additional initial performance and payment bond in the form described above to guarantee performance in any subsequent disaster events. 37.0 COORDINATION OF CONTRACT DOCUMENTS. This Agreement consists of this Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal form and Exhibits A through C. If there is any inconsistency between this Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal form and any of the Exhibits, this form shall take precedence, then Attachment A, and finally Attachment B. 38.0 E-VERIFY 38.1. Pursuant to section 448.095, Florida Statutes, beginning January 1, 2021, Contractor shall register with and use the U.S. Department of Homeland Security’s E-Verify system, https://e-verify.uscis.gov/emp, to verify the work authorization status of all employees hired on and after January 1, 2021. 38.2. Subcontractors: Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 21 ATTACHMENT A – REQUEST FOR PROPOSAL FOR HURRICANE/DISASTER DEBRIS REMOVAL, REDUCTION AND DISPOSAL RFP No. 06-23-01 BI Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 22 ATTACHMENT B – RESPONSE TO REQUEST FOR PROPOSAL FOR HURRICANE/DISASTER DEBRIS REMOVAL, REDUCTION AND DISPOSAL RFP No. 06-23-01 BI Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 23 ATTACHMENT C – FEDERALLY REQUIRED CONTRACT CLAUSES FOR FEMA PUBLIC ASSISTANCE GRANTEES AND SUBGRANTEES Any contract or subcontract funded by this Agreement must contain the applicable provisions described in Appendix II to 2 C.F.R. Part 200. It is the responsibility of the Contractor to include any of the required provisions in its sub-contracts. A.Equal Employment Opportunity During the performance of this contract, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2)The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 24 this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the Contractor may request the United States to enter into such litigation to protect the interests of the United States. B.Compliance with the Contract Work Hours and Safety Standards Act (1) Overtime requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 25 be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same prime Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. C.Clean Air Act (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the State of Florida, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by FEMA. D.Federal Water Pollution Control Act (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the State of Florida, Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 26 (3) The Contractor agrees to include these requirements in each subcontract exceeding $150,000 financed in whole or in part with Federal assistance provided by FEMA. E. Suspension and Debarment (1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The contractor and any subcontractors must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the City. If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the State of Florida and , the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The bidder or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. F. Byrd Anti-Lobbying Amendment Contractors who apply or bid for an award of $100,000 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient. APPENDIX A, 44 C.F.R. PART 18 – CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements (To be submitted with each bid or offer exceeding $100,000) The undersigned [Contractor] certifies, to the best of his or her knowledge and belief, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 27 Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The Contractor,______________________, certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. ________________________________________________ Signature of Contractor’s Authorized Official ________________________________________________ Name and Title of Contractor’s Authorized Official ___________________________ Date G.Procurement of Recovered Materials Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 28 (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired— (i) Competitively within a timeframe providing for compliance with the contract performance schedule; (ii) Meeting contract performance requirements; or (iii) At a reasonable price. (2) Information about this requirement, along with the list of EPA-designate items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensiveprocurement-guideline-cpg-program. H. Access to Records The following access to records requirements apply to this contract: (1) The contractor agrees to provide the City, the State of Florida, the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. (2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives access to construction or other work sites pertaining to the work being completed under the contract. I. DHS Seal, Logo, and Flags The Contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA preapproval. J. Compliance with Federal Law, Regulations, and Executive Orders This is an acknowledgement that FEMA financial assistance will be used to fund the contract only. The Contractor will comply will all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. K. No Obligation by Federal Government The Federal Government is not a party to this contract and is not subject to any obligations or liabilities to the non-Federal entity, contractor, or any other party pertaining to any matter resulting from the contract. Agreement for Hurricane Disaster Debris Removal, Reduction and Disposal City of Winter Springs / Crowder Gulf 29 L.Program Fraud and False or Fraudulent Statements or Related Acts The Contractor acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Contractor’s actions pertaining to this contract. M.Additionally, a Contractor’s or any other non-federal entity’s contracts must contain all or any applicable provisions described in 2 C.F.R. Ch. II, pt. 200, App. II (2022) (hereby incorporated by reference, as applicable). N.It is solely the responsibility of the Contractor to comply with and/or include in its subcontracts all applicable provisions, including but not limited to: 1)Contractor shall also comply with the requirements of 2 C.F.R. § 200.216 (Prohibition on certain telecommunication and video surveillance services or equipment). 2)Contractor shall also comply with the requirements of 2 C.F.R. §§ 200.321 (Contracting with small and minority businesses, women's business enterprises, and labor surplus area firms). 3)Contractor shall also comply with the requirements of 2 C.F.R. §§ 200.322 (Domestic Preferences for procurements). 4)Contractor shall also comply with the requirements of 2 C.F.R. §§ 200.323 (Procurement of recovered materials). 1 RFP 06-23-01 BI Disaster Debris Removal Services REQUEST FOR PROPOSAL FOR HURRICANE / DISASTER DEBRIS REMOVAL SERVICES (Includes Removal, Reduction and Disposal) RFP NO. 06-23-01 BI JUNE 16, 2023 City of Winter Springs 1126 East State Road 434 Winter Springs, FL 32708 Attachment A 2 RFP 06-23-01 BI Disaster Debris Removal Services Table of Contents PART I GENERAL INFORMATION 1. Purpose ............................................................................................................................... 3 2. Selection Process and Evaluation .................................................................................... 3 3. Procurement Schedule ...................................................................................................... 3 4. Proposal Submission and Withdrawal ............................................................................. 3 5. Communication Protocol ................................................................................................... 4 6. Addenda ............................................................................................................................... 4 7. Rights of the CITY .............................................................................................................. 5 8. Proposal Preparation Costs ............................................................................................. 5 9. Interpretations .................................................................................................................... 5 10. Non-Collusion Affidavit ..................................................................................................... 5 11. Public Entity Crimes ........................................................................................................... 5 12. Public Records Act/ Information Disclosure to Third Parties ..................................... 6 13. Posting of Recommendation for Award ..................................................................... ...6 14. Insurance ............................................................................................................................. 6 15. Cone of Silence ................................................................................................................... 6 16. Agreements with other Governmental Entities ............................................................. 7 17. Scrutinized Companies ....................................................................................................... 7 18. Third Party Beneficiary Disclaimer ................................................................................... 7 PART II STATEMENT OF WORK 1. Project Description and Requirements ............................................................................ 8 2. Introduction ......................................................................................................................... 8 3. Scope of Work/Overview.. .............................................................................................. …10 4. Miscellaneous Requirements ........................................................................................... 15 5. Performance of PROPOSER ............................................................................................... 16 PART III PROPOSAL SUBMISSION REQUIREMENTS 1. Proposal Submission Requirements and Format ...........................................................17 PARTIV PROPOSAL EVALUATION AND AWARD 1. General ................................................................................................................................ 20 2. Evaluation Criteria ..............................................................................................................20 3. Evaluation Method ............................................................................................................ 20 4. Award................................................................................................................................... 21 PARTV MANDATORY PROPOSAL FORMS 22 1. Proposal Form 1 – PROPOSER Information and Acknowledgement Form .................. 2 Proposal Form 2 - Price Proposal ...................................................................................... 3. Proposal Form 3 - References .......................................................................................... 4. Proposal Form 4 – Insurance Requirements .................................................................... 5. Proposal Form 5 – Scrutinized Company Certification .................................................. 6. Proposal Form 6 - Non-Collusion Affidavit ...................................................................... 7. Proposal Form 7 – Drug Free Workplace ......................................................................... 8. Proposal Form 8 – Non Segregated Facilities .................................................................. 9. Proposal Form 9– E-Verify Statement ................................................................. 10. Proposal Form 10 - Conflict of Interest Statement ............................................................... 11. Proposal Form 11- SMWBE Utilization Plan ........................................................................ 3 RFP 06-23-01 BI Disaster Debris Removal Services PART I - GENERAL INFORMATION 1.Purpose The purpose of this Request for Proposal (RFP) is to solicit formal written Proposals from experienced individuals, corporations, partnerships and other legal entities (PROPOSER) to perform Hurricane/Disaster Debris Removal, Reduction, and Disposal Services, hereinafter Disaster Debris Removal Services, for the City of Winter Springs (CITY). 2.Selection Process and Evaluation The selection process will be conducted by the Selection Committee in accordance with, but not limited to, the methods and criteria described in Part IV - Proposal Evaluation and Award. 3.Procurement Schedule A summary schedule of the major activities associated with the CITY'S procurement process for this Solicitation is presented in Table 1 - Procurement Schedule. The CITY, at its sole discretion, may modify the schedule as it deems appropriate. The CITY will notify PROPOSERS of any changes in association with submittal dates by written Addenda in accordance with Part I, Section 6 -Addenda. Table 1 - Procurement Schedule No. ACTIVITY DATE 1 Issue RFP June 16, 2023 2 Last Date for City to Receive Questions on RFP June 28, 2023 3 Last Date for City to Issue Addendum in Response to Questions June 30, 2023 4 Proposal Submission Due Date July 14, 2023 5 Selection Committee Meeting (tentative date) July 21, 2023 6 CITY Commission Approval TBA 7 Notice of Award to Successful Proposer TBA 8 Notice to Proceed to Successful Proposer TBA 4.Proposal Submission and Withdrawal Sealed Proposals will be received the City of Winter Springs Finance Department no later than 2:00 P.M., Eastern Time, on the date established in Section 3, Table 1 - Procurement Schedule, at the following address: Winter Springs City Hall, 1126 East State Road 434, Winter Springs, Florida, 32708 Attn: Stuart MacLean, Procurement Manager Said Proposals shall conform to the requirements outlined in the Request For Proposal. The CITY reserves the right to reject any and all offers and to waive minor informalities. The CITY issues this Request for Proposal in order to select a Proposal for further contract negotiations and selection by the CITY may not necessarily result in the formation of a contract. PROPOSER shall submit their response to this RFP by: Providing one (1) original, marked as such, three (3) copies, marked as such and one (1) electronic copy of your RFP response to this office by the date and time indicated above. The outside of your package must be clearly labeled with the RFP number, title, opening date and time, and the name and address of the PROPOSER. The CITY is not responsible for submittals via postal or mail courier services, receipt by the post office or mail courier prior to the deadline does not constitute meeting the CITY’S receipt deadline stated above. Offers received after July 14, 2023 at 2:00pm, will be rejected 4 RFP 06-23-01 BI Disaster Debris Removal Services Deadline for questions is June 28, 2023 and an addenda will be issued by noon June 30, 2023 if questions are received and require clarification. PROPOSER may withdraw their Proposals by notifying the CITY'S Procurement Manager, in writing, at any time prior to the time set for the Proposals receipt deadline as set forth above. PROPOSERS may withdraw their Proposals in person or through an authorized representative. PROPOSERS and/or authorized representatives must disclose their identity and provide a signed receipt for the Proposals. Proposals, once opened, become the property of the CITY and will not be returned to the PROPOSER. PROPOSAL REQUEST AND RELATED ADDENDA DOCUMENTS CAN BE DOWNLOADED FREE OF CHARGE FROM: www.demandstar.com or https//www.winterspringsfl.org/rfps 5.Communication Protocol All questions and communications concerning this procurement process must be directed to Stuart MacLean, Interim Procurement Manager. All requests for clarifications or additional information must be submitted in writing via electronic mail to smaclean@winterspringsfl.org. All questions shall be submitted no later than the date specified in Table 1 - Procurement Schedule. The CITY will record its responses to questions, if any, and address them in the form of a written Addenda which will be published on Demand Star. 6.Addenda Should revisions to the RFP become necessary, the CITY will issue a written Addenda. All Addenda may be downloaded from the Demand Star application noted above. PROPOSERS' Proposal may be rejected as non-responsive if PROPOSERS have failed to submit Proposal without acknowledgement of receiving and reviewing any relevant Addenda issued. All PROPOSERS should review the Demand Star application for any Addenda issued and if any questions, contact the CITY no more than five (5) calendar days before the due date for receiving Proposals to ascertain whether any Addenda have been issued. Failure of the PROPOSER to make this inquiry could result in its Proposal being non-responsive in the event Addenda were issued and not downloaded by the PROPOSER in the preparation of their submittal. No Addenda will be issued later than five (5) calendar days prior to the due date for receipt of Proposals except an Addenda withdrawing the RFP or one that includes postponement of the date for receipt of Proposals. 5 RFP 06-23-01 BI Disaster Debris Removal Services 7. Rights of the CITY This RFP constitutes an invitation for submission of Proposals to the CITY. This RFP does not obligate the CITY to procure or contract for any of the scopes of services set forth in this RFP. The CITY reserves and holds at its sole discretion, various rights and options under Florida law, including without limitation, the following: • To prepare and issue Addendums to the RFP that may expand, restrict, or cancel any portion or all work described in the RFP without obligation to commence a new procurement process or issue a modified or amended RFP. • To receive questions from potential PROPOSERS and to provide such answers in writing as it deems appropriate. • To waive any informalities, technicalities or irregularities in the Proposals submitted. • To reject any and all Proposal submissions. • To change the date for receipt of Proposals or any deadlines and dates specified in the RFP. • To change the procurement and/or selection process prior to receipt of Proposals. • To conduct investigations with respect to the information provided by each PROPOSER and to request additional information (either in writing or in presentations and interviews) to support such PROPOSER'S responses and submittals. • To visit facilities referenced in the PROPOSER'S submittal at any time or times during the procurement process. • To seek clarification of Proposals from the PROPOSERS either in writing or in presentations and interviews • To cancel the RFP: with or without the substitution of another RFP. 8. Proposal Preparation Costs The CITY accepts no liability for costs and expenses incurred by the PROPOSER in preparation and submission of Proposals and responses to clarifications from the CITY, potential site visits and interviews, negotiations, future RFP or any other work performed in connection with the Proposal. Each PROPOSER that enters into the procurement process shall prepare the required materials and submittals at its own expense and with the express understanding that they cannot make any claims whatsoever for reimbursement from the CITY for the costs and expenses associated with the process. PROPOSER should prepare their submittal providing a straightforward and concise description of the PROPOSER'S ability to meet the requirements of the RFP. Unnecessarily elaborate brochures, art work, expensive paper, bindings, visual and other presentation materials, beyond that sufficient to present a complete and effective response to this RFP is not desired. 9. Interpretations The CITY will not be bound by or responsible for any explanation or interpretation of the RFP documents other than those given in a written Addenda. In no event shall PROPOSERS rely on any oral statement by the CITY, its staff, agents, advisors, or consultants. Any PROPOSER that submits in its Proposal to the CITY any information which is determined to be substantially inaccurate, misleading, exaggerated, or incorrect, may be disqualified from consideration. 10. Non-Collusion Affidavit The PROPOSER is required to submit with their Proposal (See Mandatory Forms) a Non-Collusion Affidavit stipulating Agreement to the following: "PROPOSER certifies that its Proposal is made without previous understanding, Agreement, or connection with any person, firm, or corporation making a Proposal for the same item(s) and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action". 11. Public Entity Crimes Pursuant to Section 287.133(2)(a), as amended: 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 bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on 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 for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list. 6 RFP 06-23-01 BI Disaster Debris Removal Services 12. Public Records Act/Information Disclosure to Third Parties Sealed bids, proposals, SOQs, or replies received by the CITY pursuant to a competitive solicitation are exempt from s. 119.07(1) and s.24(a), Art I of the State Constitution until such time as the CITY provides notice of an intended decision or until thirty (30) days after opening the bids, Proposals, SOQs, or final replies, whichever is earlier. As such, the CITY shall not in any way be liable or responsible for the disclosure or result of disclosure of any submissions or portions thereof submitted in response to the RFP. The law provides for certain exclusions to disclosure. If the PROPOSER believes that some information contained in their Proposals is exempt from disclosure, the PROPOSER is instructed to label such information as confidential, specify the pertinent section of the public record law that justifies nondisclosure, and request in writing the CITY keep such information confidential and free from disclosure. The CITY reserves the right to make any final determination of the applicability of the public records law. In addition, all Proposals received by the Proposal submission date will become the property of the CITY and will not be returned. Oral presentations, meetings where PROPOSER(S) is answering questions, negotiations, and CITY meetings to discuss negotiation strategy are exempt from public access. 13. Posting of Recommendation for Award Recommendation for Award will be posted after CITY Commission approval is received, for a period of five (5) calendar days. It is the PROPOSERS' sole responsibility to ascertain the time and date of posting of the Recommendation for Award. This may be accomplished by telephone, e-mail, or other means deemed timely by the PROPOSER. 14. Insurance The awarded PROPOSER(S) shall maintain insurance coverage reflecting the minimum amounts and conditions (See Mandatory Forms). In the event the PROPOSER(S) is a governmental entity or a self- insured organization, different insurance requirements may apply. Misrepresentation of any material fact, whether intentional or not, regarding the PROPOSER’S insurance coverage, policies or capabilities may be grounds for rejection of the Proposal(s) and rescission of any ensuing agreement(s). 15. Cone of Silence PROPOSERS are advised that a Cone of Silence that prohibits any communication, except for written correspondence, regarding a particular request for proposal, request for qualification, bid, or any other competitive solicitation between PROPOSERS or any person representing the PROPOSERS and any member of the CITY Governing Board, their staff, any CITY employee authorized to act on behalf of the CITY to award the contract under this response, or any member of the selection committee authorized to evaluate the response. The Cone of Silence shall be in effect as of the deadline to submit response even if response is withdrawn or is otherwise eliminated from consideration consistent with the procedures as outlined in this RFP. The Cone of Silence shall remain in effect until the Governing Board, or CITY staff, if authorized to act on behalf of the Board, awards or approves the contract, rejects all responses or otherwise takes action which ends the solicitation process. The provisions of this article shall not apply to oral communications at any public proceeding, including pre-proposal conference, oral presentations before selection committees, and contract negotiations during any public meetings, presentations made to the Board and protest hearings. Further, the Cone of Silence shall not apply to contract negotiations between CITY employees and the intended awardee(s), any dispute resolution process following the filing of a protest between the person filing the protest and any CITY employee, or any written correspondence at any time with any CITY employee, Board member or Advisory board member, or selection committee member, unless specifically prohibited by the applicable competitive solicitation process. The Governing Board by means of action taken at any properly noticed Governing Board meeting may invoke the cone of silence earlier than the time specified in this section for any procurement. 7 RFP 06-23-01 BI Disaster Debris Removal Services 16. Agreements with other Governmental Entities All PROPOSERS submitting a response to this RFP agree that such Proposal also constitutes a Proposal to all State Agencies and Political Subdivisions of the State of Florida under the same terms and conditions, for the same prices and for the same effective period as specified in this RFP; should the successful PROPOSER deem it in the best interest of their business to do so. The Agreement(s) resulting from this RFP in no way restricts or interferes with any State Agency or Political Subdivision of the State of Florida from re-solicitation for any or all items specified in this RFP. 17. Scrutinized Companies As provided in F.S. 287.135, by entering into any Agreement with the CITY, or performing any work in furtherance hereof, Proposer hereby certifies (See Mandatory Forms) that PROPOSER and its affiliates, suppliers, subcontractors and consultants who will perform hereunder, have not been placed on the Scrutinized Companies With Activities in Sudan List or Scrutinized Companies With Activities in the Iran Petroleum Energy Sector List created pursuant to F.S. 215.473. If the CITY determines, using credible information available to the public that a false certification has been submitted by PROPOSER this PROPOSER may be terminated and a civil penalty equal to the greater of $2 million or twice the amount of this Agreement shall be imposed, pursuant to F.A. 287.135. 18. Third Party Beneficiary Disclaimer It is not the intention of these RFP documents to create third party beneficiary status in any person or entity that is not a direct party to the contract awarded as a result of being the successful PROPOSER, and no language in these RFP documents or the contract awarded pursuant to this RFP should be construed or interpreted as creating a third party beneficiary. 8 RFP 06-23-01 BI Disaster Debris Removal Services PART II STATEMENT OF WORK Project Description and Requirements The CITY seeks experienced firms to provide Disaster Debris Removal Services, including the reduction and lawful disposal of disaster-generated debris (other than hazardous materials and household putrescible garbage) from public property and public right- of-ways in Incorporated Winter Springs, Florida, immediately after a hurricane or other disaster. The successful PROPOSER must service the CITY first and be on call to provide all support services necessary to ensure the safety and well-being of all residents and visitors to the CITY. While intended to cover debris management needs in any major disaster scenario, the primary focus is on the threat of hurricane damage to Incorporated Winter Springs, Florida. The planning standards used for this project are based on the anticipated impacts of a named storm event or major flood impacting Incorporated Winter Springs, Florida. They may also be called upon throughout the year to render services to assist the CITY with special needs and events other than full scale disasters as may be determined by the CITY Manager. The CITY retains the right to obtain similar services from additional qualifies contractors. The successful PROPOSER(S) must be responsible for the efforts of all removal resources in the field in accordance with the Stafford Act and Federal Emergency Management Administration (FEMA) policies and guidelines. The successful PROPOSER must adhere to all requirements and regulations established by FEMA, The Federal Highway Administration (FHWA), Florida Department of Transportation (FDOT), Natural Resources Conservation Services (NRCS), U.S. Army Corps of Engineers (USACE) and any other governmental agency with jurisdiction over response and recovery actions. The services rendered as a result of this RFP must meet rules and procedures for Federal grants, as provided for in the Uniform Rules in 2 C.F.R. Sections 200.317 – 200.326 in order to be eligible for reimbursement under the Public Assistance Program. All awarded contractors must take affirmative steps to utilize small and minority businesses and women business enterprises and labor surplus firms. The objective of the RFP and subsequent contracting activity is to secure the services of an experienced PROPOSER who is capable of efficiently managing the removal of large volumes of disaster-generated debris from a large area in a timely and cost-effective manner and lawfully disposing of all debris. PROPOSER must be capable of assembling, directing, and managing a work force that can complete the debris management operations in 120 days or less. The duration of effort/completion dates of all tasks will be determined jointly by the CITY, or its agent, and CONTRACTOR. This determination will be set in writing in appropriate Task Order(s). The PROPOSER shall perform all work in accordance with FEMA guidelines in order to maximize recovery of reimbursable expenses. This task shall include the provision of audit quality documentation as required by and acceptable to FEMA for all work accomplished. The PROPOSER may be required, at the CITY'S discretion, to be under the direction of an agent of the CITY. Introduction The CITY'S disaster recovery planning includes considerations for removing and processing the volumes and types of debris expected to be generated by a major disaster such as a hurricane and the procedures for disposing of that debris. The planning approach is formulated in part on the concept of strategic pre-positioning of plans and resources necessary for timely, coordinated recovery operations, including removal of debris from public property and right-of-ways throughout Incorporated Winter Springs using a combination of municipal and CONTRACTOR forces. If activation is required the CITY intends to activate contracts on an as-needed basis as solely determined by the CITY. The CITY intends to activate the PROPOSER as best meets the needs of the CITY. The CITY reserves the sole right to assign/reassign any or all PROPOSERS at any time as may be deemed appropriate depending upon the circumstance(s), the event, or any other condition which may warrant such action. 9 RFP 06-23-01 BI Disaster Debris Removal Services The PROPOSER must have the experience and capability to manage a major workforce with multiple subcontractors and to cover the expenses associated with a major recovery operation prior to the initial CITY payment and between subsequent payments, as well as the capacity to provide the necessary bonds and insurance. The PROPOSER must also have an established management team, an established network of resources to provide the necessary equipment and personnel, comprehensive debris removal and volume reduction operations plans, and demonstrable experience in major disaster recovery projects. The Agreement to be awarded under this RFP will be a contingency Agreement that will be activated only in the face of an emergency. As such, no compensation will accrue to the PROPOSER unless and until the Agreement is activated either in anticipation of a natural disaster or immediately after such disaster. PROPOSER who receives a contingency Agreement for the work, may be required to participate in certain CITY directed disaster recovery training and/or exercises, 1 to 2 days each year, at no cost to the CITY. The CITY does not guarantee a PROPOSER will be activated if awarded a standby agreement. Planning Standard for Debris Removal and Disposal The CITY'S goal is to complete the debris removal and disposal process in no more than 120 days. This assumes that the entire area of the CITY will be accessible within that period. Due to the low elevation and potential for flooding, some areas might not be accessible for several weeks after a major natural disaster. The PROPOSER must be aware that it might not be possible to initiate operations in all parts of the CITY simultaneously immediately after a storm. Debris Management Planning for debris management operations is a function of the Department of Public Works as a supporting agency to the CITY. The CITY'S Director of Public Works, or its agent, will direct the debris removal and disposal operations. The successful PROPOSER will appoint a Project Manager, fluent in English, who will be the CITY’S primary point of contact and will be responsible for all services and personnel that are provided by the PROPOSER and to ensure that all procedures provide for reimbursement by FEMA and other Federal and State agencies. In addition to using CITY forces and equipment, the CITY intends to execute one (but reserves the right to execute more than one) Disaster Debris Removal Agreement on a contingency basis for the purpose of having PROPOSER(S) immediately available and committed to assisting the CITY in the aftermath of a major disaster. Each PROPOSER holding a Disaster Debris Removal Agreement will serve as a General Contractor for the purpose of management of debris removal, reduction and disposal operations, and will be able to use his/her own and subcontractor resources to meet the obligations of the Agreement. It is anticipated that the PROPOSER will use both local and non-local subcontractors. When a major disaster occurs or is imminent, the CITY, or its agent, intends to contact PROPOSERS holding Disaster Debris Removal Service Agreements to advise them of the CITY'S intent to activate the Agreement(s). Debris removal will generally be limited to debris in, upon, or brought to CITY residential private and public streets and roads, right-of-ways, municipal properties and facilities, and other public sites (this includes debris from customers assessed for residential solid waste and recycling collection services by the CITY). The PROPOSER will be responsible for determining the method and manner of debris removal, reduction and lawful disposal operations, consistent with the CITY'S Debris Management Plan. Disposal of debris will be at CITY approved Temporary Debris Sites or landfill sites. The PROPOSER will be responsible for the lawful disposal of all debris and debris-reduction by-products generated at all Temporary Debris Sites. When a major disaster occurs or is imminent, the CITY, or its agent, will initially send out an Alert to the selected PROPOSER(S). This Alert will serve to activate the lines of communication between the PROPOSER representatives and the CITY, or its agent. Subsequently, the CITY, or its agent, will issue the first Task Order which will authorize the PROPOSER to send an Operations Manager to the CITY within 24 hours of receiving such Task Order to begin planning for the operations and mobilizing the personnel and equipment as necessary to perform the stipulated work. This first Task Order will also direct the PROPOSER to execute the required Performance and Payment Bond. The PROPOSER should anticipate receiving this first Task Order 24 to 72 hours before projected landfall of a hurricane. Depending on the nature of the storm and circumstances the CITY may activate more than one (1) PROPOSER. Specific task orders will be issued to select PROPOSERS based on the best interest of CITY. The CITY reserves the right to assign work or task orders to various PROPOSERS based on pricing submitted. The CITY does not guarantee a cradle to grave pricing arrangement but reserves the right to pick and choose PROPOSERS based on ranking. The general concept of debris removal operations includes multiple, scheduled passes of each site, location, or right-of-way. This will allow residents to return to their properties and bring debris to the private and public right-of-way as recovery progresses. The CITY, or its agent, will prescribe the specific schedule to be 10 RFP 06-23-01 BI Disaster Debris Removal Services used after ascertaining the scope and nature of the disaster's impacts. The CITY, or its agent, will make every effort to identify strategically located Temporary Debris Sites throughout the CITY prior to a natural disaster. Depending upon the severity of the natural disaster, additional Temporary Debris Sites will be identified as needed. The PROPOSER will operate the Temporary Debris Sites and only PROPOSER vehicles and others specifically authorized by the CITY, or its agent, will be allowed to use the sites. Only one (1) level of subcontractor will be allowed to operate the sites. There will be no multi-tiered subcontractors (sub of a sub) allowed to operate temporary debris sites. The PROPOSER is responsible for all activity at temporary debris sites operated by their subcontractor and must have an employee on site at all times to oversee daily operations. The locations of publicly owned sites currently under consideration will be disclosed to selected PROPOSER(S). Additional sites (privately owned mostly) may become available as plans develop. The CITY, or its agent, may also establish designated homeowner drop-off sites. The PROPOSER will be responsible for removing all eligible debris from those sites daily at the direction of the Emergency Management Coordinator or designee. Scope of Work/Overview The PROPOSER has overall responsibility to monitor and manage all activities under its control and ensure that they are performed in an efficient, safe and lawful manner and that all applicable requirements and regulations are complied with. This section is divided into three (3) subsections: 1.1 Debris Removal and Disposal Operations From residential public and private streets, roads and right-of-ways and delivered to a Temporary Debris Site. 1.2 Temporary Debris Site Operations Which includes daily operations as well as reclamation of the site to its pre-storm condition or as directed by the CITY Director of Public Works, or its agent. 2.Processing, Loading and Hauling Material from Temporary Debris Site to final destination. Specific work authorizations by the CITY, or its agent, will be through written Work Orders. Work Orders will define the job to be accomplished, location of job, time-frame for completion, rates to be used, etc. Any job with requirements or rates not covered by this Proposal will be negotiated. The CITY reserves the right to extend operations on a weekly basis. Work Orders will be executed bilaterally. Performance will be by the metrics established in the Work Order(s). After 1/3 and again after 2/3 of the stipulated number of days of work in the Work Order have elapsed, the PROPOSER(s) shall provide written progress report to the CITY, or its agent, for review and acceptance. The CITY shall have the right to correct for PROPOSER’s default or underperformance by any means it deems in its best interest. The PROPOSER shall commence mobilization immediately upon receipt of the mobilization Work Order meeting the following progress patterns: 48 hours- collection activity within assigned Collection Service Area. Within seven (7) calendar days CONTRACTOR shall have 100% of all necessary equipment operating within all Collection Service Areas. This represents a minimum response schedule and does not restrict an earlier response. Subsequently, the CITY, or its agent, may issue additional Work Orders to define more precisely the work to be accomplished or to authorize additional work. The PROPOSER shall perform in accordance with each Work Order in all designated Collection Service Areas established by the CITY. Each Work Order will be uniquely and sequentially numbered. The PROPOSER is authorized to collect debris during daylight hours, seven (7) days per week. Any deviations from this schedule will require CITY, or its agent, approval. The PROPOSER must be duly licensed to perform the work in accordance with the State of Florida statutory requirements. The PROPOSER shall obtain all permits necessary to complete the work. The PROPOSER shall be responsible for determining what permits are necessary to perform under the Agreement. Copies of all permits shall be submitted to the CITY Director of Public Works, or its agent, prior to issuance of the first Work Order. The quantity of work required to complete the Agreement resulted from this RFP is estimated. The actual effort required may be more or less than the estimated amount shown in the Proposal Form 2 - Price Proposal. Payment will be made at the unit rates proposed. The output will be verified by the CITY Emergency Management Coordinator in the daily operational report. Should hourly rates be used to pay for certain equipment then preventative maintenance, not in excess of fifteen (15) minutes in a normal workday, will be paid at the regular hourly rate. Preventative maintenance or down time resulting from equipment failure, routine maintenance and fueling that exceeds fifteen (15) minutes will be considered unacceptable work and non-payment of that time will be rounded off to 11 RFP 06-23-01 BI Disaster Debris Removal Services the half hour of all hours where delays occur. Preventative maintenance is defined as the usual field maintenance to keep equipment in operating condition without the use of extensive shop equipment. Fueling of equipment will be considered as part of preventative maintenance. The PROPOSER shall be responsible for correcting any notices of violations issued as a result of the PROPOSER’s or any subcontractor's actions or operations during the performance of this Agreement. Corrections for any such violations shall be at no additional cost to the CITY. The PROPOSER shall conduct the work so as not to interfere with the disaster response and recovery activities of federal, state or local governments or agencies, or of any public utilities or other private contractor. The PROPOSER shall provide contact information for all key personnel to the CITY that shall include name, phone number, cellular phone number and email address. The PROPOSER and its agents shall respond in a timely manner to all CITY inquiries at all times. 4. Debris Removal and Disposal Operations 4.1 General The purpose of this section is to define the requirements for debris removal and disposal operations after any catastrophic disaster within Incorporated Winter Springs. The CITY may designate zones for collection and disposal of debris. PROPOSERS will be tasked with a service area(s) for this specific work. For work performed on a Time and Materials basis, all hourly equipment rates shall include the cost of the maintenance, fuel, repairs, overhead, profit, insurance, and all other costs associated with the equipment including labor and operator. 4.2 Services The PROPOSER shall provide equipment, qualified operators and laborers for debris removal operations. The PROPOSER shall provide all labor and materials necessary to fully operate and maintain (including fuel, oil, grease, and repairs) all equipment under this Agreement. All rates are to include the cost of protective clothing (to include hardhats and steel-toed boots), fringe benefits, hand tools, supervision, transportation, lodging and all other costs. The work shall consist of clearing and removing disaster generated debris as directed by the CITY Public Works Director. PROPOSER shall provide collection equipment the day following a natural disaster or as directed by the CITY and shall provide equipment sufficient to collect a minimum of 500 cubic yards of debris per day within five (5) calendar days of collection commencement (Past CITY natural disaster cleanup records show that seven (7) days' following disaster, 1,000-1,500 cubic yards of debris was collected per day). Failure to provide sufficient equipment necessary to collect required amount may result in the CITY entering into a separate agreement with another contractor for collection services. 4.2.1 Collection of Storm Generated Residential Vegetation and Construction and Demolition Debris It is the CITY'S goal to ensure that Vegetation and Construction/Demolition debris remain separate task orders for the collection of Vegetation and Construction loads. Mixing of loads by the PROPOSER at the road right of way will not be tolerated. Work may include: • First pass to clear debris from emergency evacuation routes, access roads to critical facilities and all primary roadways. • Clearing debris from residential private and public road right of ways. • Loading the debris. • Hauling the debris to an approved Temporary Debris Site or an authorized landfill. • Dumping the debris at the Temporary Debris Site or at an authorized landfill. Debris delivered to a Temporary Debris Site or authorized landfill will be paid based on the per cubic yard price according to the Proposal Form 2 - Price Proposal. 12 RFP 06-23-01 BI Disaster Debris Removal Services 4.2.1.1 Hourly Rate Clearing From 0-70 hours following a disaster PROPOSER, as designated by the CITY, shall provide the clearing services on an hourly rate that shall include the following: Clear debris from emergency evacuation routes, access roads to critical facilities, and primary roadways. Perform emergency removal of debris if needed for life-saving measures. Conduct daily briefings with debris managers and other officials to update progress and discuss issues. Develop a traffic control plan along potential haul routes and at debris management and disposal sites. The PROPOSER shall not move from one designated Collection Service Area to another area without prior approval from the CITY Public Works Director or designee. PROPOSERS and/or subcontractors that move to a designated Collection Service Area without prior CITY approval may be terminated immediately. The CITY, or its agent, reserves the right to relocate PROPOSER to other Collection Service Areas based on need and ability to perform required work at an acceptable level. The CITY reserves the right to immediately terminate PROPOSER and any subcontractor who fails to provide service in accordance to guidelines set forth by FEMA and the CITY, or its agent. The CITY, or its agent, shall forward all claims of damage to the PROPOSER daily. PROPOSER shall provide all contact information, including name, phone number, cellular phone number, fax number and email address, for personnel responsible for resolving all claims of damage. PROPOSER must respond to all claims of damage within 24 hours and resolve within ten (10) calendar days. Mailboxes must be repaired or replaced within five (5) calendar days. PROPOSER is responsible for all damage caused by his crew and/or subcontractors in the performance of debris removal. In the event the PROPOSER fails to repair damages as a result of the PROPOSER's equipment failure or negligence within the time provided within this Agreement, the CITY, or its agent, may arrange for the repairs and assess the PROPOSER for the cost of the repairs and any applicable administrative charges. Any disputes as to damage responsibility will be presented to the Emergency Management Coordinator or designee for review. The decision of the Emergency Management Coordinator or designee will be final. 4.3 Equipment All trucks and equipment must be in compliance with all applicable federal, state, and local rules and regulations. Trucks used to haul debris must be capable of rapidly dumping their load without the assistance of other equipment, be equipped with a tailgate that will effectively contain the debris during transport that will permit the trucks to be filled to capacity. Cyclone fence may be used as temporary tailgates if they comply with the following specifications: 1. Fencing must be permanently attached to one side of the truck bed. 2. After loading, the fencing must be tied to the other side of the truck bed at two places with heavy gauge wire. 3. Fencing must extend to the bottom of the bed. 4. After loading, bottom of fencing shall be tight against the bed of the truck and secured at a minimum of two locations. 5. Solid iron metal bars must be secured to both sides of the fencing. 6. There shall be no hand loaded equipment allowed. The CITY, or its agent, shall complete certifications indicating the type of vehicle, make and model, license plate number, equipment number, and measured maximum volume, in cubic yards, of the load bed of each piece of equipment utilized to haul debris. The measured volume of each piece of equipment shall be calculated from actual internal physical measurement performed and certified by the PROPOSER. Maximum volumes may be rounded up to the nearest cubic yard. The reported measured maximum volume of any load bed shall be the same as shown on the placards affixed to each piece of equipment. The CITY reserves the right to re-measure trucks and trailers at any time to verify reported capacity. If a truck and/or trailer are re-measured and the yardage capacity is determined to be lower, the lower yardage volume will be retro to the initial load and total volume adjusted accordingly. All trucks and trailers utilized in hauling debris shall be equipped with a tailgate that will permit the vehicle to be loaded to capacity and effectively contain the debris on the vehicle while hauling. If installed, all sideboard extensions must remain in place throughout the operation, or the vehicle must be re-measured and remarked. All extensions to the bed are subject to acceptance or rejection by the CITY Inspector. Trucks or equipment designated for use under this Agreement shall not be used for any other work during 13 RFP 06-23-01 BI Disaster Debris Removal Services working hours. The PROPOSER shall not solicit work from private citizens or others to be performed in the designated Collection Service Area during the period of this Agreement. Under no circumstance will the PROPOSER mix debris hauled for others with debris hauled under this Agreement. Failure to comply will result in no payment to PROPOSER and operator and vehicle will be declared ineligible to provide any additional emergency debris collection services. Any and all unapproved changes to placard will result in no payment to PROPOSER and operator and vehicle will be declared ineligible to perform any additional emergency debris collection services. 4.4 Securing Debris The PROPOSER shall be responsible for properly and adequately securing debris on each piece of equipment utilized to haul debris. Prior to leaving the loading site, the CONTRACTOR shall ensure that each load is secure and trimmed so that no debris extends horizontally beyond the bed of the equipment in any direction. All loose debris shall be reasonably compacted during loading and secured during transport. Tarps or other coverings shall be provided by the CONTRACTOR to prevent materials from falling or being blown from the bed. Loads not properly secured with a tarp or otherwise covered will not be allowed to dispose at any CITY approved temporary debris site which may result in non-payment to CONTRACTOR. 4.5 Equipment Signage Prior to commencing operations, the CITY, or its agent, shall affix to each piece of equipment, signs or markings indicating the Owner Operator's name and a unique equipment identification number. One sign shall be placed on each side of the equipment. For those trucks, trailers and other equipment intended to haul debris, the maximum volume, in cubic yards, of the load bed shall also be shown. Each operator shall keep CITY certification with them at all times. Placards must remain on both sides of equipment. General Considerations The PROPOSER shall assign and provide an Operations Manager (OM) to the CITY to serve as the principal liaison between the CITY Director of Public Works Coordinator or designee and the PROPOSER'S forces. The assigned OM must be knowledgeable of all facets of the PROPOSER'S operations and have CITY in writing to commit the PROPOSER. The OM shall be on call 24 hours per day, seven (7) days per week and shall have electronic linkage capability for transmitting and receiving relevant contractual information and make arrangements for onsite accommodations. This linkage shall provide immediate contact via cell phone, Fax machine, and have Internet capabilities. The OM will participate in daily meetings and disaster exercises, functioning as a source to provide essential element information. The OM will report to the CITY Director of Public Works Coordinator or designee. This position will not require constant presence; rather the OM will be required to be physically capable of responding to the CITY Emergency Management Coordinator, or its agent, within 30 minutes of notification. The PROPOSER shall be responsible for control of pedestrian and vehicular traffic in the work area. At a minimum, one flag person should be posted at each approach to the work area. The PROPOSER shall supervise and direct the work, using skilled labor and proper equipment for all tasks. Safety of the PROPOSER'S personnel and equipment is the responsibility of the PROPOSER. Additionally, the PROPOSER shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract. Payment for debris hauled will be based on the quantity of debris hauled in cubic yards. Debris hauled to a Temporary Debris Site will require a validated load ticket. Drivers will be given an electronic or paper load tickets at the loading site by a CITY loading site monitor. The quantity of debris hauled will be estimated in cubic yards at the Temporary Debris Site by a CITY Temporary Debris Site monitor. The estimated quantity will be recorded on the electronic or paper load ticket. The CITY Temporary Debris Site monitor will retain one copy of the paper load ticket and the driver will retain the remaining copies of the load ticket. Debris being hauled to a permanent landfill will be paid based on cubic yards recorded on an approved electronic or paper load ticket. Payment will be made against the CONTRACTOR'S invoice once site monitor and CONTRACTOR load tickets and/or scale tickets match. Load tickets not properly completed and signed will not be paid. 14 RFP 06-23-01 BI Disaster Debris Removal Services 5. Temporary Debris Site Operations 5.1 General The purpose of this section is to define the requirements for Temporary Debris Site Operations after any catastrophic disaster within Incorporated Winter Springs. The PROPOSER shall use only Temporary Debris Sites designated by the CITY Director of Public Works. The Temporary Debris Site foreman shall direct all dumping operations. Different types of debris shall be kept in separate piles at the Temporary Debris Site. PROPOSER shall be responsible for sorting and proper placement of all loads not dumped in appropriate location which results in mixing the once separated debris at no charge to the CITY. The PROPOSER shall begin grinding vegetative debris within fifteen (15) calendar days of temporary debris site opening date and removing mulch/wood chips within twenty (20) calendar days of site opening date. The PROPOSER shall begin removal of Construction and Demolition/mixed debris from Temporary Debris Site to an approved final destination within twenty (20) days of site opening date. 5.2 Site Setup/Preparation and Site Closeout/Restoration Site setup/preparation and site closeout/restoration shall be compensated on a time and materials basis in accordance with the hourly rates provided in the Proposal Form 3 - Price Proposal. Site set-up/ preparation/closeout/restoration includes: clearing, stripping, hauling, fill placement, constructing/deconstructing processing pads, limerock or crushed concrete access roads, sodding, and any other similar activity necessary to make the site usable for its intended purposes and to return the site to its original condition. Do not include any materials in calculating the hourly rates in the Proposal Form 2- Price Proposal. 5.3 Temporary Debris Site Operations and Material Processing Temporary Debris Site operations and material processing shall be compensated in accordance with the unit prices provided in the Proposal Form 3 - Price Proposal. The PROPOSER shall provide equipment, operators, and laborers for Temporary Debris Site operations as specified by Task Order. Unit prices provided in the Proposal Form 3 - Price Proposal, shall include all labor and materials necessary to fully operate and maintain (including fuel, oil, grease, repairs, operator, mobilization, demobilization, overhead, profit, lodging and insurance) all equipment under this Agreement. Each Inspection Tower shall be equipped with portable toilets. Toilets shall be provided immediately upon completion of tower assembly. PROPOSER shall provide a water truck for the purpose of applying to site surface to minimize dust. The CITY shall provide a front-load garbage container and collection service of the container at each Temporary Debris Site. PROPOSER shall be responsible for cleaning up all trash and litter generated on the site from daily operations and depositing into the container for collection. The entrance roadway and surrounding area within 1/4 mile of the site's entrance shall be cleaned daily by the PROPOSER. All pre-storm identified sites shall be opened by the PROPOSER within three (3) calendar days after receiving approval from the CITY to operate the debris site. Failure to open sites with proper equipment and necessary personnel will result in liquidated damages of $5,000 per day. All rates shall include the cost of protective clothing (to include hardhats and steel-toed boots), fringe benefits, hand tools, supervision, transportation, lodging, and any other costs. The work shall consist of managing the operations of a Temporary Debris Site and performing debris reduction by air curtain incineration and/or grinding of storm generated debris as directed by the CITY Public Works Director. The CITY plans to use two types of Temporary Debris Sites. • Vegetative Temporary Debris Sites will be devoted to the reduction of clean woody debris by either burning or grinding. The CITY expects the material to be recycled and or beneficially re-used if processed by grinding. • Depending upon the size and type of devastation the CITY may require a separate Construction & Demolition (C&D) staging area and mixed debris staging area. The CITY requests that PROPOSER implements recycling and or reduction programs to minimize the quantity of construction debris material to be land filled. Material coming into the Vegetative or C&D Temporary Debris Sites will be measured and paid for by the cubic yard according to the Proposal Form 2 - Price Proposal. Material removed and transported from a C&D Temporary Debris Site will be measured and paid by the cubic yard according to the Price Proposal Form 2. Locations of all Temporary Debris Sites will be approved by the CITY. The CITY Public Works Director, or its agent, must approve site improvements before work begins and any costs, other than those in the Price Proposal Form 2 that might have been negotiated under a Task Order shall be documented for payment. 15 RFP 06-23-01 BI Disaster Debris Removal Services Material processed at a Temporary Debris Site by grinding will be measured using cubic yards from incoming load tickets. Material entering a Debris Management Site will be deposited in manageable piles. 5.4 Reporting The PROPOSER shall submit a report to the CITY Publics Work Director or designee by close of business each day of the term of the Task Order. Each report shall contain, at a minimum, the following information: 1. PROPOSER's Name 2. Contract Number 3. Daily and cumulative hours for each piece of equipment, if appropriate 4. Daily and cumulative hours for personnel, by position, if appropriate 5. Volumes of debris handled Failure to provide audit quality information by 5:00 p.m. of the following day of operation will subject PROPOSER to non-payment in each instance at the sole discretion of the CITY. 5.5 Other Considerations The PROPOSER shall supervise and direct the work, using skilled labor and proper equipment for all tasks. Safety of the PROPOSER's personnel and equipment is the responsibility of the PROPOSER. Additionally, the PROPOSER shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract. The PROPOSER shall be responsible for control of pedestrian and vehicular traffic in the work area. In the event a Temporary Debris Site must be closed due to PROPOSER equipment or operational failures, PROPOSER shall be liable for liquidated damages in the amount of $5,000.00 per day for every day the site has to remain closed. 5.6 Processing, Loading and Hauling Material PROPOSER shall provide all necessary labor, material and equipment to process, load and haul wood chips and construction and/or mixed debris from Temporary Debris Sites in Winter Springs to final destination for disposal as directed by the CITY. The CITY reserves the right to contract with other firms to process, load and haul wood chips and construction and/or mixed debris to a final destination as may best meet the needs of the CITY. All wood chips, construction and/or mixed debris shall be disposed of in accordance with all Local, State of Florida and Federal guidelines. PROPOSER will provide detailed listing to the CITY of the following: 1. Quantity (loads and cubic yards) 2. Owner information 3. Site where mulch and Construction/Demolition debris is disposed, to include address/GPS location. Miscellaneous Requirements • Temporary Debris Site Foreman The Temporary Debris Site foreman must be an employee of the PROPOSER and is responsible for management of all operations of the site to include, traffic control, dumping operations, segregation of debris, burning, grinding, and safety. The Temporary Debris Site foreman will be responsible for monitoring and documenting equipment and labor time and providing the daily operational report to the CITY Public Works Director or designee. • Inspection Tower The PROPOSER shall construct an inspection tower at each Temporary Debris Site within three (3) calendar days of natural disaster. The tower shall be constructed using pressure treated wood, steel scaffold or scissor lift. The floor elevation of the tower shall be 10- feet above the existing ground elevation. The floor area shall be a minimum 8' by 8', constructed of 2"x 8" joists, 16" O.C. with 3/4" plywood supported by a minimum of four 6" x 6" posts. A 4-foot high wall constructed of 2" x 4" studs and ½" plywood shall protect the perimeter of the floor area. The floor area shall be covered with a roof. The roof shall provide a minimum of 6’1”- 6’11” of 16 RFP 06-23-01 BI Disaster Debris Removal Services headroom below the support beams. Steps with a handrail shall provide access to the tower. Inspection towers must provide a dry area for employees and meet all FEMA and OSHA requirements. • Grinding Operation The PROPOSER shall have grinders on site and in operation within 15 days of natural disaster. Failure to provide grinder(s) on site in operation within 15 days shall result in liquidated damages of $1,000 per day. There shall be no period longer than 24 hours in which grinding activity may stop due to equipment or operational failure. Failure to provide back-up equipment within 48 hours shall result in a $2,000 fine per hour per approved hours of grinding operation per day until grinding activity resumes. Performance of PROPOSER It is the intent of this Agreement to ensure that the PROPOSER provides a quality level of services. To this end, all complaints received by the Public Works Director or designee, and reported to the PROPOSER shall be promptly resolved pursuant to the provisions of this Agreement. The Public Works Director or designee may levy administrative charges for the following infractions: Closure of Temporary Debris Site due to PROPOSER equipment or operational failures liquidated damages of $5,000 per day, for each day site must remain closed. Failure to provide back-up grinders within 48 hours of equipment breakdown liquidated damages of $100 per hour per approved grinding hours of operation per day. PROPOSER may also be subject to non-payment and liquidated damages of $200 for each of the following infractions: o Failure to provide audit quality information by 5:00 p.m. of the following day of operation. o Loads not properly secured with a tarp or otherwise covered. o Mixing debris hauled from other sources with debris hauled under this Agreement. o Mixing vegetation debris with C & D material. PROPOSER may be immediately terminated and not paid for the following:  Collection of any non-eligible, non-CITY approved stumps or debris.  Moving to another designated Collection Service Area without prior CITY approval.  Failure to provide service in accordance to guidelines set forth by FEMA and the CITY.  Soliciting work from private citizens or others to be performed in the designated Collection Service Area during the period of this Agreement.  Alteration of placards placed on certified trucks and/or trailers. Any disputes regarding Performance of PROPOSER will be presented to the Emergency Management Coordinator or designee for review. The Emergency Management Coordinator or designee shall complete review and make a determination within three (3) calendar days. Decisions of the Emergency Management Coordinator or designee shall be final. 17 RFP 06-23-01 BI Disaster Debris Removal Services PART III PROPOSAL SUBMISSION REQUIREMENTS 1. Proposal Submission Requirements and Format The CITY must receive all Proposals no later than 2:00 P.M., Eastern Time on the date established in Part I, Section 3 - Procurement Schedule and Section 4 - Proposal Submission and Withdrawal. PROPOSERS shall submit one (1) original, three (3) photocopied sets, and one (1) electronic version containing all documents in Adobe PDF electronic format. The complete original and electronic copy shall be submitted in a separate sealed envelope identifying it as the original document. The Proposal shall be clearly labeled on the outside with the PROPOSER'S name, address, telephone number, and shall be identified as follows: RFP 06-23-01 BI Disaster Debris Management Services. Failure by the PROPOSER to provide the above information on the outside of the envelope may result in the rejection of the PROPOSER'S submittal. Original and photocopies shall be of 8½" by 11" and bound into spiral bound or three-ring binder. Proposal pages shall be numbered. The minimum font size for all text sections of the Proposal shall be eleven-point (11 pt). Marketing brochures or any other information not pertaining to this RFP shall not be included in the Proposal. 1.1 Content The PROPOSER shall provide the appropriate information in accordance with the content requirements set forth in the following subsections. To allow the Selection Committee to more effectively review the Proposals, PROPOSERS are to provide all requested information in the order and in the format requested below. 1.1.1 Title Page The Title Page shall include the RFP Title and Number. The page shall indicate clearly the name of the PROPOSER submitting the Proposal and the name, address, phone number, fax number and e-mail address of the PROPOSER'S designated contact person. The PROPOSER'S designated contact person is the individual who shall be the main point of contact for the CITY to communicate with regarding this procurement. 1.1.2 Table of Contents 1.1.3 General Information PROPOSER shall provide completed Proposal Forms 1 – 10 as follows: 1.1.3.1 Proposal Form 1 – PROPOSER Information and Acknowledgement PROPOSER shall submit a completed PROPOSER Information and Acknowledgement Form acknowledging, among other things, that the PROPOSER has completely reviewed, understands, and agrees to be bound by the requirements of this RFP. The PROPOSER Information and Acknowledgement Form shall be signed by a representative of the PROPOSER who is empowered to sign it and to commit the PROPOSER to the obligations contained in the proposal. 1.1.3.2 Proposal Form 2 -Price Proposal PROPOSER shall submit a completed Proposal Form Price Proposal. The assumptions and formulas used in Part A of the Proposal Form 2 - Price Proposal, were devised solely for the purpose of determining Total Proposal Price. No minimum or maximum amount of work is being promised. Unit Prices in Part B are for information purposes only and will not be considered in price evaluation and ranking of the Proposals. However, the Prices in both Part A and Part B of the Proposal Form 2- Price Proposal will be incorporated as appropriate into the Agreement resulting from this RFP. The cost of the Bond shall be included in the unit rates of the Proposal Form 2 - Price Proposal. 18 RFP 06-23-01 BI Disaster Debris Removal Services The CITY reserves the right to request: additional pricing, explanations for any out-of-balance pricing, explanations for any pricing it deems too low or too high, and to negotiate a best and final price with the highest ranked PROPOSER(s). 1.1.3.3 Proposal Form 3 – References PROPOSER shall provide 3 references where they have performed services similar to those contemplated in this solicitation 1.1.3.4 Proposal Form 4 – Insurance Requirements PROPOSER shall provide certification that they carry the minimum insurance requirements as defined in this solicitation 1.1.3.5 Proposal Form 5 - Scrutinized Company Certification Proposer shall certify that it is eligible to bid on this solicitation and is in compliance with the referenced State of Florida statutes 1.1.3.6 Proposal Form 6 - Non-Collusion Affidavit PROPOSER shall provide a completed Proposal Non-Collusion Affidavit as described in this form 1.1.3.7 Proposal Form 7 - Drug Free Work Place PROPOSER shall provide a completed Proposal Drug Free Work Place 1.1.3.8 Proposal Form 8 - Non Segregated Facilities PROPOSER shall certify that it is eligible to bid on this solicitation and is in compliance with the reference Executive Orders and Department of Labor regulations 1.1.3.9 Proposal Form 9 - E-Verify Statement PROPOSER shall provide a completed E-Verify Statement 1.1.3.10 Proposal Form 10 – Conflict of Interest Statement PROPOSER shall provide a completed Conflict of Interest Statement 1.1.3.11 Proposal Form 11 – SMWBE Utilization Plan PROPOSER shall commit to utilizing SMWBE business for these services whenever possible 1.1.4 Experience and Qualifications Narrative PROPOSER shall demonstrate the following: Provide a comprehensive description of all mobilizations performed as a contractor for Disaster Debris Removal Services collecting and processing a minimum of 50,000 cubic yards of debris collected from public right of ways. PROPOSERS unable to identify one or more mobilizations meeting the 50,000 cubic yard threshold, per each mobilization, are requested to submit all relevant experience they have that documents the ability to perform the services (right of way collection and debris site management) as requested by this RFP. No limitation exists for the period of time a PROPOSER may go back to describe the experience as requested. For each mobilization the PROPOSER is requested to identify the following: •Name and type of storm event •Date and location •Narrative of disaster debris services of work performed during mobilization event •Total value of contract for services performed •Number of cubic yards of debris collected by PROPOSER from public right of ways during mobilization •Number of cubic yards of debris handled by PROPOSER at temporary debris reduction sites during mobilization Name, address and telephone number of customers point of contact for reference purposes. 19 RFP 06-23-01 BI Disaster Debris Removal Services 2. General Operations Plan PROPOSER shall provide the following: • At minimum a detailed Mulch Disposal Plan. The CITY is committed to recycling and or beneficial re-use of mulch. Additional consideration will be taken for Beneficial Re-Use Plan. PROPOSER is requested to provide a full description of how PROPOSER intends to dispose and or re-use 50,000 cubic yards of mulch. PROPOSER is requested to address how PROPOSER intends to comply with all federal, state and local guidelines pertaining to mulch disposal. PROPOSER is also requested to submit any agreement(s) he/she currently has for the disposal and or beneficial re-use of mulch. PROPOSER is requested to give a full description of their end use plan. • At minimum a detailed Temporary Debris Site Reduction Plan pertaining to Construction Debris (C & D) Recycling and or Reduction for estimated fifty thousand (50,000) cubic yards. The CITY requests that PROPOSER implements a recycling and or reduction program for C & D material to minimize amount of debris that will go to a landfill. PROPOSER is requested to address programs they will implement to facilitate recycling and or reduction of construction debris waste. • Resumes for the PROPOSER'S management team and all key personnel who will be assigned to the agreement to include, among other things: names, job titles, responsibilities, applicable debris management experience. 20 RFP 06-23-01 BI Disaster Debris Removal Services PART IV PROPOSAL EVALUATION AND AWARD 1. General All Proposals submitted in response to this RFP will be evaluated by the CITY'S Selection Committee based on the information supplied per Part III - Proposal Submission Requirements and utilizing criteria specified in Part IV - Proposal Evaluation and Award. 2. Evaluation Criteria The review and analysis of the Proposals by the Selection Committee will be based on the following criteria: • Submission of a complete package including all forms; • Experience and Qualifications; • General Operations Plan; • Price Proposal; 3. Evaluation Method Selection Committee members will conduct a completeness review of the Proposals. Proposals must include all requirements specified in Part III - Proposal Submission Requirements. Minor informalities may be waived by the CITY. Those Proposals found to be complete, will then be ranked by individual members. Table 2 - Evaluation Criteria, Points and Scoring Methodology provides guidelines for the Selection Committee members for the ranking of Proposals. In each category where points are to be assigned, PROPOSERS may receive up to the maximum allowable number of points from an individual Selection Committee member. Total points of each Selection Committee member for each Proposal will be tallied and averaged. Proposal with highest total average score will be ranked first. Table 2 - Evaluation Criteria, Points and Scoring Methodology EVALUATION CRITERIA POINTS Experience and Qualifications 30% General Operations Plan 30% Price Proposal 40% TOTAL: 100% 21 RFP 06-23-01 BI Disaster Debris Removal Services 4. Award The CITY anticipates award to the PROPOSERS who submit the Proposals judged by the CITY to be the most advantageous. The CITY anticipates awarding Agreements to the highest ranked PROPOSER, but reserves the right to award more or fewer Agreements if it is in best interest of the CITY. The CITY reserves the right to enter into the Agreements negotiations with the highest ranked PROPOSER. If the CITY and any of these PROPOSER(S) cannot negotiate a successful Agreement, the CITY may terminate such negotiation(s) and begin negotiation(s) with the next highest ranked PROPOSER(S). No PROPOSER shall have any rights against the CITY arising from such negotiations. The pricing structure submitted in Mandatory Proposal Form - Price Proposal shall be firm. However, the CITY reserves the right to negotiate a "best and final" price with the highest ranked PROPOSER(S). Agreements awarded will be prioritized for activation based on the final ranking achieved during the selection process. The number of Agreements that are activated will be based on the magnitude and complexity of the CITY'S post disaster needs. It will be in the CITY'S sole discretion how many Agreements are activated. The Agreements will be for a term of five (5) years. The selected PROPOSERS will standby for much of the duration of the five (5) years and only be called to active duty when a debris generating event occurs. This call to active duty may be repeated several times within the five (5) year Agreement period depending on the number of separate debris events that occur. The PROPOSER understands that this RFP does not constitute an Agreement or a contract with the PROPOSER. An official Agreement or contract is not binding until Proposals are reviewed and accepted by appointed staff, approved by the appropriate level of CITY within the CITY, and executed by the parties. The CITY anticipates that the final Agreements/Terms of the agreement will be negotiated and signed after the selection committee has made the final decision. 22 RFP 06-23-01 BI Disaster Debris Removal Services PARTV MANDATORY PROPOSAL FORMS The following Mandatory Proposal Forms are included: Proposal Form 1 – Proposer Information and Acknowledgement Proposal Form 2 – Price Proposal Proposal Form 3 – References Proposal Form 4 – Insurance Requirements Proposal Form 5 – Scrutinized Company Certification Proposal Form 6 – Non-Collusion Affidavit Proposal Form 7 – Drug Free Workplace Proposal Form 8 – Non Segregated Facilities Proposal Form 9 - E-Verify Statement Proposal Form 10 –Conflict of Interest Statement Proposal Form 11 – SMWBE Utilization Plan Mandatory Proposal Forms Mandatory forms must be submitted with the Proposal. Failure to submit forms will disqualify the PROPOSER from the RFP RFP 06-23-01 BI Disaster Debris Removal Services PROPOSAL FORM 1 - PROPOSER INFORMATION AND ACKNOWLEDGEMENT The undersigned PROPOSER does hereby agree to furnish the City of Winter Springs, Florida, the items listed in accordance with the minimum requirements/evaluation criteria shown by the Request for Proposal to be delivered to the specified site for the price indicated. IT IS THE PROPOSER’S RESPONSIBILITY TO CHECK www.demandstar.com FOR FINAL DOCUMENTS AND ADDENDUMS BEFORE SUBMITTAL THIS PROPOSAL MUST BE SIGNED BY THE PRINCIPAL OR DIRECTOR AS INDICATED BY THE FLORIDA DEPARTMENT OF STATE, DIVISION OF CORPORATIONS (www.sunbiz.org). Proof of corporate signer must be submitted with Proposal. If not submitted, Proposer will be considered non-responsive. Use Sunbiz website screen shot or copy of Corporate Resolution or Power of Attorney. PROPOSER NAME: TAX ID# SNN or EIN: PROPOSER ADDRESS: PURCHASE ORDER ADDRESS: PHONE NUMBER: COMPANY WEBSITE: COMPANY CONTACT (REP): CONTACT EMAIL ADDRESS: SIGNATURE: THE UNDERSIGNED: A. Acknowledges receipt of: 1. RFP 06-23-01 BI – DISASTER DEBRIS REMOVAL SERVICES 2. Addenda: Number _________, dated _______________. Number _________, dated _______________. B. Has examined the site and all RFP Documents and understands that in submitting this Proposal, they waive all right to plead any misunderstanding regarding the same. C. Agrees: 1. To hold this Proposal open for 90 calendar days after the bid opening date. 2. To furnish the goods and/or services specified in this RFP at the prices quoted in my responsive proposal and in compliance with the RFP Documents. 3. To accept the provisions of the Instructions to Proposers. 4. To negotiate a contract with the City incorporating the proposal prices, if selected on the basis of this Proposal. 5. To accomplish the work in accordance with the contract documents. D. Certifies: 1. That all information contained in this Proposal is truthful to the best of my knowledge and belief. 2. That I am duly authorized to submit this Proposal on behalf of the vendor/contractor and that the vendor/contractor is ready, willing, and able to perform if awarded the bid/proposal. Stipulated Amount – Submit on Cost Proposal Worksheet, Form 2 RFP 06-23-01 BI Disaster Debris Removal Services PROPOSAL FORM 2 - PRICE PROPOSAL PART A- VOLUME BASED PRICING FOR 100,000 CUBIC YARD (CY) DEBRIS DISASTER Activity Estimated Quantity Unit Price per CY Total 1.0 Public Property and Right of Way Collection, Loading and Hauling to a designated Temporary Debris Site. A. Vegetation CY B. Construction Debris / Mixed Debris CY 2.0 Temporary Debris Site operation to include placement of monitoring towers, portable toilets, keeping on-site and adjacent roads area clean of trash and garbage, debris acceptance, pile management, and phase I reclamation. 3.0 Processing of debris through grinding and/or chipping. CY 4.0 Loading, hauling and disposing wood chips to final destination. (This rate includes disposal cost) CY 5.0 Loading and hauling of construction debris and/or mixed debris from Temporary Debris site to a permitted C&D recycling facility or any other designated Disposal Facility. (This rate shall not include disposal cost). Miles from TDRS to final destination - 1 wav. A. 0 :'.S 20 miles ------ B. > 20 :'.S 50 miles CY C. > 50 :'.S 80 miles CY D. > 80 :'.S 110 miles CY E. > 110 :'.S 200 miles CY AVERAGE: (Item 5.0 A-E) ------- AVERAGE (Item 5.0 A-E) X 100,000 CY= $ TOTAL PROPOSAL PRICE: (Items 1.0 - 4.0; 5.0) $ Unit Prices, unless otherwise indicated, shall include all labor (operators, laborers, supervisors) and materials including but not limited to: supplies, equipment maintenance, repairs, repair parts, fuels, lubricants, cellular phones, transportation, and housing, if required, necessary to accomplish the project. The quantities and distributions are estimated for the purpose of making an award. Locations of sites, debris quantities, destinations, material densities, etc. may differ substantially in an actual disaster. Assumptions: 100,000 cubic yards of debris consisting of 90,000 cubic yards of vegetation debris and 10,000 cubic yards of mixed debris. RFP 06-23-01 BI Disaster Debris Removal Services PART B- HOURLY RATES DEBRIS MANAGEMENT SITE SET-UP AND CLOSURE AND DEBRIS CLEARANCE FOR ACCESS - OPTIONAL USE BY CITY AND OTHER GOVERNMENTAL ENTITIES I EQUIPMENT AND LABOR RATES I EQUIPMENT TYPE HOURLY EQUIPMENT RATE HOURLY LABOR RATE TOTAL HOURLY RATE RFP 06-23-01 BI Disaster Debris Removal Services PROPOSAL FORM 3 - REFERENCE INFORMATION RFP 06-23-01 BI Disaster Debris Removal Services Organization: Contact Person: Address: City: State: Zip: Phone Number: ( ) Project Cost: Date Performed: Organization: Contact Person: Address: City: State: Zip: Phone Number: ( ) Project Cost: Date Performed: Organization: Contact Person: Address: City: State: Zip: Phone Number: ( ) Project Cost: Date Performed: Representative Typed Name/Title: Representative Signature: Firm: RFP 06-23-01 BI Disaster Debris Removal Services PROPOSAL FORM 4 – INSURANCE REQUIREMENTS Insurance Type Required Limits Worker’s Compensation Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Statutory Limits Employer’s Liability $1,000,000 each accident, single limit per occurrence Commercial General Liability (Occurrence Form) patterned after the current ISO form $1,000,000 single limit per occurrence $3,000,000 aggregate for Bodily Injury Liability & Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products & Completed Operations & Contractual Liability. Indemnification To the maximum extent permitted by Florida law, the Contractor/Vendor/Consultant shall indemnify and hold harmless City of Winter Springs, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys’ fees and paralegals’ fees, to the extent caused by the negligence, recklessness, or intentional wrongful conduct of the Contractor/Vendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of the Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of the City of Winter Springs. Automobile Liability $1,000,000 each person; Bodily Injury & Property Damage, Owned/Non-owned/Hired; Automobile Included. Other Vendor shall ensure that all subcontractors comply with the same insurance requirements that he/she is required to meet. The same Vendor shall provide the City with certificates of insurance meeting the required insurance provisions. The City of Winter Springs must be named as “Additional Insured” on the Insurance Certificate for Commercial General Liability where required. The Certificate Holder shall be named as City of Winter Springs. Thirty (30) days cancellation notice required. The undersigned firm agrees to obtain, prior to award, if selected, insurance as stated above. PROPOSER Authorized Signature Officer Title Date RFP 06-23-01 BI Disaster Debris Removal Services PROPOSAL FORM 5 - SCRUTINIZED COMPANY CERTIFICATION Florida Statutes, Sections 287.135 and 215.473 Pursuant to Section 287.135, Florida Statutes (2017), a PROPOSER is ineligible to, and may not, bid on, submit a Proposal for, or enter into or renew a contract with the CITY for goods or services of: a. Any amount if, at the time of bidding on, submitting a Proposal for, or entering into or renewing such contract, the company is on the Scrutinized Companies that Boycott Israel List, created pursuant to s. 215.4725, or is engaged in a boycott of Israel; or b. One million dollars or more if, at the time of bidding on, submitting a Proposal for, or entering into or renewing such contract, the company: - Is on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, created pursuant to s. 215.473; or - Is engaged in business operations in Cuba or Syria. Subject to limited exceptions provided in state law, the CITY will not contract for the provision of goods or services with any scrutinized company referred to above. The PROPOSER must submit this required certification form attesting that it is not a scrutinized company and is not engaging in prohibited business operations. The following shall be grounds for termination of the contract at the option of the awarding body: a. The PROPOSER is found to have submitted a false certification; been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; b. Been placed on the Scrutinized Companies that Boycott Israel List or c. Is engaged in a boycott of Israel; or d. Been engaged in business operations in Cuba or Syria. The CITY shall provide notice, in writing, to the PROPOSER of any determination concerning a false certification. a. The PROPOSER shall have five (5) days from receipt of notice to refute the false certification allegation. b. If such false certification is discovered during the active contract term, the PROPOSER shall have ninety (90) days following receipt of the notice to respond in writing and demonstrate that the determination of false certification was made in error. c. If the PROPOSER does not demonstrate that the CITY’s determination of false certification was made in error then the CITY shall have the right to terminate the contract and seek civil remedies pursuant to Section 287.135, Florida Statutes. RFP 06-23-01 BI Disaster Debris Removal Services THIS CERTIFICATION FORM MUST BE COMPLETED AND INCLUDED IN YOUR BID RESPONSE. FAILURE TO SUBMIT THIS FORM AS INSTRUCTED SHALL RENDER YOUR BID SUBMITTAL NON-RESPONSIVE. a. The PROPOSER, owners, or principals are aware of the requirements of Section 287.135, Florida Statutes; and b. The PROPOSER, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies that Boycott Israel List or engaged in a boycott of Israel; and c. For contracts of one million dollars or more, the PROPOSER, owners, or principals are eligible to participate in this solicitation and not listed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List and, further, are not engaged in business operations in Cuba or Syria; and d. If awarded the Contract, the PROPOSER, owners, or principals will immediately notify the CITY in writing if any of its company, owners, or principals: are placed on the Scrutinized Companies that Boycott Israel List, the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List; engage in a boycott of Israel; or engage in business operations in Cuba or Syria. (Authorized Signature) (Printed Name and Title) (Name of Vendor) STATE OF ________________________________ COUNTY OF ______________________________ The foregoing instrument was acknowledged before me by means of (_____) physical presence or (_____) online notarization, this ______ day of __________, 2023 by __________________________ the ______________________ of ___________________________, a ________________________ (____) who is personally known to me or (_____) who produced ______________________________________ as identification . _________________________________________________________________ Notary Public Print Name: ___________________________________ My Commission Expires: _________________________ RFP 06-23-01 BI Disaster Debris Removal Services PROPOSAL FORM 6 - NON-COLLUSION AFFIDAVIT OF PRIME RESPONDENT STATE OF COUNTY OF ____________________________________, being duly sworn, deposes and says that: (1) He/she is ______________________________ of ___________________________________ Title PROPOSER The PROPOSER that has submitted the attached Proposal. (2) He/she is fully informed respecting the preparation and contents of the attached Proposal and of all pertinent circumstances respecting such Proposal. (3) Such Proposal is genuine and is not a collusive or sham solicitation. (4) Neither the said PROPOSER nor any of its officers, partners, owners, agent representatives, employees or parties in interest including this affiant, has in any way, colluded, conspired, or agreed, directly or indirectly, with any other PROPOSERS, firm or person, to submit a collusive or sham Proposal in connection with the Agreement for which the attached Proposal has been submitted or to refrain from proposing in connection with such Agreement, or has in any manner, directly or indirectly, sought by Agreement or collusion or communication or conference with any other PROPOSER, firm or person to fix the price or prices in the attached Proposer or of any other PROPOSER, or to fix any overhead, profit or cost element of the proposed price or the proposed price of any other PROPOSER, or to secure through any collusion, conspiracy, connivance or unlawful Agreement any advantage against the City of Winter Springs, Florida, or any person interested in the proposed Agreement. (5) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any collusion, conspiracy, or unlawful Agreement on the part of the PROPOSER or any of its agents, representatives, owners, employees, or parties of interest, including affiant. (Signed) (Title) STATE OF _______________________________ COUNTY OF _____________________________ The foregoing instrument was acknowledged before me this ____________________by _____________________________, who is (___) personally known to me or (___) who has produced _______________________________ as identification and who (did / did not) take an oath. _____________________________________________ (Signature of Notary Public) _____________________________________________ (Name of Notary Typed, Printed or Stamped) Notary Public _____________________________________________ (Commission Number) RFP 06-23-01 BI Disaster Debris Removal Services PROPOSAL FORM 7 - DRUG FREE WORKPLACE The undersigned PROPOSER, in accordance with Florida Statute 287.087 hereby certifies that _______________________________________________________ does: (Name of PROPOSER) 1.Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2.Inform employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3.Give each employee engaged in providing the commodities or contractual services that are under contract a copy of the Drug-Free statement. 4.Notify the employees that as a condition of working on the commodities or contractual services that are under contract, employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5.Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community, by any employee who is so convicted. 6.Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. 7.As the person authorized to sign the statement, I certify that this business complies fully with the above requirements. (Authorized Signature) (Date) (Print/Type Name as Signed Above RFP 06-23-01 BI Disaster Debris Removal Services PROPOSAL FORM 8 - CERTIFICATION OF NON-SEGREGATED FACILITIES By affixing his signature to this form, the PROPOSER certifies that it does not maintain or provide for its employees any segregated facilities at any of its establishments, and that it does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The PROPOSER certifies further that it will not maintain or provide for its employees any segregated facilities at any location under its control where segregated facilities are maintained. The PROPOSER agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Bid. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking fountains, recreation or entertainment area, transportation and housing facilities provided for employees which are segregated by explicit directive, or are in fact segregated on the basis of race, color, religious disability or national origin, because of habit, local custom, or otherwise. The PROPOSER agrees that (except where it has obtained identical certifications from proposed subcontractors for specific time periods) it will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that it will retain such certifications in his files. The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the United States Secretary of Labor are incorporated herein. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. By:_______________________________________________________ Date:_____________________ ___________________________________________________________________________________ Print Name Title Official Address: _____________________________________________________________________ RFP 06-23-01 BI Disaster Debris Removal Services PROPOSAL FORM 9 – E-VERIFY STATEMENT Bid/Proposal Number: RFP 06-23-01 BI Project Description: Disaster Debris Removal Services I/FIRM acknowledges and agrees to the following: I/FIRM shall utilize the U.S. Department of Homeland Security’s E-Verify system, in accordance with the terms governing use of the system, to confirm the employment eligibility of: 1.All persons employed by the PROPOSER during the term of the Contract to perform employment duties within Florida; and 2.All persons assigned by the PROPOSER to perform work pursuant to the contract with the Department. PROPOSER: __________________________________________________________________ Authorized Signature: __________________________________________________________ Title: ________________________________________________________________________ Date: ________________________________________________________________________ RFP 06-23-01 BI Disaster Debris Removal Services PROPOSAL FORM 10 - CONFLICT OF INTEREST STATEMENT This sworn statement is submitted with Request For Proposal for RFP 06-23-01 BI Disaster Debris Removal Services This sworn statement is submitted by (PROPOSER) ____________________________________ whose business address is ____________________________________________ and (if applicable) Federal Employer Identification Number (FEIN) is _____________________________( If a Sole Proprietor and you have no FEIN, include the last four (4) digits of your Social Security Number: _________________.) My name is __________________________ and my relationship to the PROPOSER named above is_______________________. 1. The above-named PROPOSER is submitting a Proposal for the Winter Springs. 2. The Affiant has made diligent inquiry and provides the information contained in the Affidavit based upon his/her own knowledge. 3. The Affiant states that only one submittal for the above Proposal is being submitted and that the above-named PROPOSER has no financial interest in other PROPOSERS submitting Proposals for the same project. 4. Neither the Affiant nor the above- named PROPOSER has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraints of free competitive pricing in connection with the PROPOSER’s submittal for the above Proposal. This statement restricts the discussion of pricing data until the completion of negotiations if necessary and execution of the Contract for this project. 5. Neither the PROPOSER nor its affiliates, nor anyone associated with them, is presently suspended or otherwise ineligible from participation in contract letting by any local, State, or Federal Agency. 6. Neither the PROPOSER nor its affiliates, nor anyone associated with them have any potential conflict of interest due to any other clients, contracts, or property interests for this project. 7. I certify that no member of the PROPOSER’s ownership or management is presently applying for an employee position or actively seeking an elected position with the City of Winter Springs. 8. I certify that no member of the PROPOSER’s ownership or management, or staff has a vested interest in any aspect of the City of Winter Springs. 9. In the event that a conflict of interest is identified in the provision of services, I, on behalf of the above-named PROPOSER, will immediately notify the City of Winter Springs. ________________________________________________________ Signature Date: STATE OF ______________________________________ COUNTY OF ____________________________________ PERSONALLY, APPEARED BEFORE ME, the undersigned authority, who, after first being sworn by me, affixed his/her signature at the space provided above on this ___ day of ________________, 20___, and is personally known to me, or has provided ______________________ as identification. ____________________________________________ My Commission expires: __________________________ Notary Signature RFP 06-23-01 BI Disaster Debris Removal Services PROPOSAL FORM 11 - SMWBE UTILIZATION PLAN Small, Minority, and Women’s Business Enterprises (SMWBE), and Labor Surplus Area Firms Utilization Company Name (PROPOSER): ________________________________________________________ Project Name : Disaster Debris Removal Services RFP Number : RFP 06-23-01 BI CFR §200.321 requires local governments to take all necessary affirmative steps to assure that minority business, women’s business enterprises, and labor surplus area firms are used when possible. The CITY requires that PROPOSERS (Prime Contractors), if subcontracts are to be let, to take the five affirmative steps as cited below. Please describe your firm’s plan for identifying and potential use of SMWBE and Labor Surplus Area Firms. Additional pages may be attached, as necessary. •Placing qualified small and minority business and women’s business enterprises on solicitation lists. •Assuring that small and minority businesses, and women’s business enterprises are solicited whenever they are potential sources. •Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business and women’s business enterprises. •Establishing delivery schedules where the requirement permits, which encourage participation by small and minority businesses, and women’s business enterprises and veteran owned businesses. •Using the services and assistance, as appropriate, of such organizations as the Small Business Administration or the Florida Office of Supplier Diversity https://www.dms.myflorida.com/agency_administration/office_of_supplier_diversity_osd Attachment B