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