Loading...
HomeMy WebLinkAboutInvitation for BidCity of } is Invitation for Bid (IFB) Purchasing Department Miami Riverside Center 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: http://ci.miami.fl.us/procurement IFB Number: Title: Issue Date/Time: IFB Closing Date/Time: Pre -Bid Conference: Pre -Bid Date/Time: 274253,4 Invitation for Bid for Emergency Debris Removal and Disposal Services 22-AUG-2011 01-SEP-2011 @ 12:00:00 None Pre -Bid Location: Deadline for Request for Clarification: Buyer: Hard Copy Submittal Location: Buyer E-Mail Address: Buyer Facsimile: Monday, August 8, 2011 at 5:00 PM Calderon, Yadissa City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US ycalderon@ci.miami.fl.us Page 1 of 51 Certification Statement Please quote on this form, if applicable, net prices for the item(s) listed. Return signed original and retain a copy for your files. Prices should include all costs, including transportation to destination. The City reserves the right to accept or reject all or any part of this submission. Prices should .be.firm for a minimum of 180 days following -the time set for closing of the submissions. In the event of en -ors in extension of totals, the unit prices shall govern in determining the quoted prices. We (I) certify that we have read your solicitation, completed the necessary documents, and propose to furnish and deliver, F.O.B. DESTINATION, the items or services specified herein. The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in section 18-107 or Ordinance No. 12271. All exceptions to this submission have been documented in the section below (refer to paragraph and section). EXCEPTIONS: We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: SUPPLIER NAME. ADDRESS• PHONE: FAX. EMAIL: BEEPER - SIGNED BY- TITLE: DATE. FAILURE TO COMPLETE. SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS BID. -- Page 2 of 51 Certifications Legal Name of Firm: Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Office Location: City of Miami, Miami -Dade County, or Other Occupational License Number: Occupational License Issuing Agency: Occupational License Expiration Date: Respondent certifies that (s) he has read and understood the provisions of City of Miami Ordinance No. 10032 (Section 18-110 of the City Code) pertaining to the implementation of a "First Source Hiring Agreement ": (Yes or No) Do you expect to create new positions in your company in the event your company was awarded a Contract by the City? (Yes or No) In the event your answer to question above is yes, how many new positions would you create to perform this work? Please list the title, rate of pay, summary of duties, number of positions, and expected length or duration of all new positions which might be created as a result of this award of a Contract. Will Subcontractor(s) be used? (Yes or No) Page 3 of 51 If subcontractor(s) will be utilized, provide their name, address and the the portion of the work they will be responsible for under this contract (a copy of their license(s) must be submitted with your bid response): Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 7/1/07). If no addendum/addenda was/were issued, please insert N/A. Reference No. 1: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Reference No. 1: Address, City, State, and Zip for above reference company/agency listed: Reference No. 1: Name of Contact Person and Telephone Number for above reference no. 1 Reference No. 1: Date of Contract or Sale for above reference no. 1 Reference No. 2: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Reference No. 2: Address, City, State, and Zip for above reference company/agency listed: Reference No. 2: Name of Contact Person and Telephone Number for above reference no. 2 Reference No. 2: Date of Contract or Sale for above reference no. 2 Reference No. 3: Name of Company/Agency for which bidder is currently providing the services/goods as described in this solicitation, or has provided such services/goods in the past: Reference No. 3: Address, City, State, and Zip for above reference .company/agency listed: Page 4 of 51 Reference No. 3: Name of Contact Person and Telephone Number for above reference no. 3 Reference No. 3: Date of Contract or Sale for above reference no. 3 Location of permanent dumpsite(s): Page 5 of 51 Line: 1 Description: Emergency road clearance Category: 98800-00 Unit of Measure: Hour Unit Price: $ Line: 2 Number of Units: 70 Total: $ Description: Removing debris from public property and rights -of -way and hauling to Temporary Debris Storage and Reduction Site. Category: 98800-00 Unit of Measure: Cubic Yard Unit Price: $ Line: 3 Number of Units: 350,000 Total: $ Description: Removing debris from private property and hauling to Temporary Debris Storage and Reduction Site. Category: 98800-00 Unit of Measure: Cubic Yard Unit Price: $ Line: 4 Number of Units: 350,000 Total: $ Description: Mobilization and Demobilization Category: 98800-00 Unit of Measure: Dollar Unit Price: $ Line: 5 Number of Units: 1 Total: $ Page 6 of 51 Description: Debris sorting, grinding, chipping, mulching and reduction of debris at Temporary Debris Storage and Reduction Site based on cubic yards hauled in. Category: 98800-00 Unit of Measure: Cubic Yard Unit Price: $ Line: 6 Number of Units: 700,000 Total: $ Description: Hauling chipped debris to Final Disposal Site, based on cubic yards of reduced amount hauled in. Category: 98800-00 Unit of Measure: Cubic Yard Unit Price: $ Line: 7 Number of Units: 200,000 Total: $ Description: Picking up and hauling of non -vegetative and C&D (Non -Burnable) debris to Disposal Site. Category: 98800-00 Unit of Measure: Cubic Yard Unit Price: $ Line: 8 Number of Units: 100,000 Total: $ Description: Picking up and hauling of vegetative (Burnable) debris to Disposal Site. Category: 98800-00 Unit of Measure: Cubic Yard Unit Price: $ Number of Units: 600,000 Line: 9 Total: $ Page 7 of 51 Description: Management of Temporary Debris Storage and Reduction Site (Site Reclamation) based on cubic yards hauled in. Category: 98800-00 Unit of Measure: Cubic Yard Unit Price: $ Line: 10 Number of Units: 700,000 Total: $ Description: Removing hanging limbs, tree hangers, and broken limbs per tree regardless of the number of hangers and limbs removed (up to a height of 65 feet)(Prices shall be provided on a cradle to grave basis, which is one price for removal through disposal at final destination.) Category: 98800-00 Unit of Measure: Each Unit Price: $ Line: 11 Number of Units: 1'00 Total: $ Description: Removal of Trees up to, but less than 6 inches in diameter(Prices shall be provided on a cradle to grave basis, which is one price for removal through disposal at final destination.) Category: 98800-00 Unit of Measure: Each Unit Price: $ Line: 12 Number of Units: 25 Total: $ Description: Removal of Trees 6 inches in diameter and up, but less than 12 inches(Prices shall be provided on a cradle to grave basis, which is one price for removal through disposal at final destination.) Category: 98800-00 Unit of Measure: Each UnifPrice:`$ Number of Units: 25 Total: $ Page 8 of 51 Line: 13 Description: Removal of Trees 12 inches in diameter and up, but less than 24 inches (Prices shall be provided on a cradle to grave basis, which is one price for removal through disposal at final destination.) Category: 98800-00 Unit of Measure: Each Unit Price: $ Line: 14 Number of Units: 25 Total: $ Description: Removal of Trees 24 inches in diameter and up, but less than 48 inches (Prices shall be provided on a cradle to grave basis, which is one price for removal through disposal at final destination.) Category: 98800-00 Unit of Measure: Each Unit Price: $ Line: 15 Number of Units: 20 Total: $ Description: Removal of Trees equal to or greater than 48 inches in diameter(Prices shall be provided on a cradle to grave basis, which is one price for removal through disposal at final destination.) Category: 98800-00 Unit of Measure: Each Unit Price: $ Line: 16 Number of Units: 10 Total: $ Description: Removal of Hazardous Stumps- 25 inches in diameter, but less than 36 inches in diameter Category: 98809-00 Unit of Measure: Each Page 9 of 51 Unit Price: $ Number of Units: 10 Total: $ 0 Line: 17 Description: Removal of Hazardous Stumps- 37 inches in diameter, but less than 49 inches in diameter Category: 98800-00 Unit of Measure: Each Unit Price: $ Line: 18 Number of Units: 10 Total: $ Description: Removal of Hazardous Stumps- equal to or greater than 49 inches in diameter Category: 98800-00 Unit of Measure: Each Unit Price: $ Number of Units: 10 Total: $ Line: 25 Description: Sand screening at Temporary Debris Storage and Reduction Site based on cubic yards hauled in. Category: 98800-00 Unit of Measure: Cubic Yard Unit Price: $ Line: 26 Number of Units: 50,000 Total: $ Description: Addtional cost for EWaste handling Category: 98800-00 Unit of Measure: Cubic Yard Page 10 of 51 Unit Price: $ Number of Units: 50,000 Total: $ Line: 27 Description: Addtional cost for. EWaste handling Category: 98800-00 Unit of Measure: Ton Unit Price: $ Number of Units: 12,500 Total: $ Page 11 of 51 Invitation for Bid (IFB) 274253,4 Table of Contents Terms and Conditions 13 1. General Conditions 13 1.1. GENERAL TERMS AND CONDITIONS 13 2. Special Conditions 31 2.1. PURPOSE 31 2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION 31 2.3. PRE-BID/PRE-PROPOSAL CONFERENCE 31 2.4. TERM OF CONTRACT 31 2.5. CONDITIONS FOR RENEWAL 31 2.6. FIXED AND FIRM CONTRACT 31 2.7. EQUITABLE ADJUSTMENT 31 2.8. CONSUMER PRICE INDEX- (CPI FOR FUEL) 32 2.9. NON -APPROPRIATION OF FUNDS 32 2.10. METHOD OF AWARD 32 2.11. PRIMARY CLIENT (FIRST PRIORITY) SCHEDULE CONFLICT DUE TO VARIOUS AREAS IMPACTED 32 2.12. BIDDER'S MINIMUM QUALIFICATIONS 32 2.13. SUBCONTRACTOR(S)'S MINIMUM REQUIREMENTS 33 2.14. SUBCONTRACTOR(S) OF WORK SHALL BE IDENTIFIED 33 2.15. WORK ASSIGNMENTS, CITY'S RIGHT TO ADD ADDITIONAL CONTRACTOR(S), OR HAVE CONTRACTOR(S) ADD ADDITIONAL SUBCONTRACTOR(S) 34 2.16. INSURANCE REQUIREMENTS 34 2.17. TIE BIDS 36 2.18. PERFORMANCE AND PAYMENT BOND 36 2.19. PERFORMANCE AND PAYMENT BOND AMOUNT BASED ON U.S. ARMY CORPS OF ENGINEERS HURRICANE DEBRIS ESTIMATING MODEL 37 2.20. FAILURE TO PERFORM 37 2.21. NON -APPROPRIATION OF FUNDS 37 2.22. CONTRACTOR'S EMPLOYEES AND ITS SUBCONTRACTOR'S EMPLOYEES ARE SOLE RESPONSIBILITY OF CONTRACTOR AND NOT EMPLOYEE AGENTS CITY 37 2.23. SUBCONTRACTOR'S AND SUBCONTRACTOR'S ACTS AND OMISSIONS 37 2.24. COMPLIANCE WITH FEDERAL STANDARDS 38 2.25. FEDERALLY FUNDED PROJECTS CONTRACT PROVISIONS 38 2.26. DUMPING/TIPPING FEES 38 2.27. COMPLETED WORK 38 2.28. CONTRACT ADMINISTRATOR 38 2.29. SUPERVISION 38 2.30. USE OF PREMISES 38 2.31. DAMAGES TO PUBLIC/PRIVATE PROPERTY 39 2.32. REFERENCES 39 2.33. COMPLETE PROJECT REQUIRED 39 2.34. CONTRACTOR TO BE REPRESENTED 39 2.35. SPECIFICATION EXCEPTIONS 39 2.36. PUBLIC CONVENIENCE AND SAFETY 39 2.37. ADDITIONS/DELETIONS OF SERVICE REQUIRED 40 2.38. AVAILABILITY OF CONTRACT TO OTHER MUNICIPALITIES/DADE COUNTY 40 2.39. SAFETY MEASURES 40 2.40. TERMINATION 40 2.41. ADDITIONAL TERMS AND CONDITIONS 41 3. Specifications 42 3.1. PURPOSE 42 Page 12 of 51 Invitation for Bid (IFB) 274253,4 Terms and Conditions 1. General Conditions 1.1. GENERAL TERMS AND CONDITIONS Intent: The General Terms and Conditions described herein apply to the acquisition of goods/equipment/services with an estimated aggregate cost of $25,000.00 or more. Definition: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals, Request for Qualifications, or Request for Letters of Interest pursuant to the City of Miami Procurement Code and/or Florida Law, as amended. Formal Solicitation and Solicitation shall be defined in the same manner herein. 1.1. ACCEPTANCE OF .GOODS OR EQUIPMENT - Any good(s) or equipment delivered under this formal solicitation, if applicable, shall remain the property of the seller until a physical inspection and actual usage of the good is made, and thereafter is accepted as satisfactory to the City. It must comply with the terms herein and be fully in accordance with specifications and of the highest quality. In the event the goods/equipment supplied to the City are found to be defective or does not conform to specifications, the City reserves the right to cancel the order upon written notice to the Contractor and return the product to the Contractor at the Contractor's expense. 1.2. ACCEPTANCE OF OFFER - The signed or electronic submission of your solicitation response shall be considered an offer on the part of the bidder/proposer; such offer shall be deemed accepted upon issuance by the City of a purchase order. 1.3. ACCEPTANCE/REJECTION — The City reserves the right to accept or reject any or all responses or parts of after opening/closing date and request re -issuance on the goods/services described in the formal solicitation. In the event of such rejection, the Director of Purchasing shall notify all affected bidders/proposers and make available a written explanation for the rejection. The City also reserves the right to reject the response of any bidder/proposer who has previously failed to properly perform under the terms and conditions of a contract, to deliver on time contracts of a similar nature, and who is not in a position to perform the requirements defined in this formal solicitation. The City further reserves the right to Waive any irregularities or minor informalities or technicalities in any or all responses 'and may, at its discretion, re -issue this formal solicitation. 1.4. ADDENDA — It is the bidder's/proposer's responsibility to ensure receipt of all Addenda. Addenda are available at the City's website at: http://www.ci.miami.fl.us!procurement 1.5. ALTERNATE RESPONSES MAY BE CONSIDERED - The City may consider one (1) alternate response from the same Bidder/Proposer for the same formal solicitation; provided, that the alternate response offers a different product that meets or exceeds the formal solicitation requirements. In order for the City to consider an alternate response, the Bidder/Proposer shall complete a separate Price Sheet form and shall mark "Alternate Response". Altemate response shall be placed in the same response. This provision only applies to formal solicitations for the procurement of goods, services, items, equipment, materials, and/or supplies. 1.6. ASSIGNMENT - Contractor agrees not to subcontract, assign, transfer, convey, sublet, or otherwise dispose of the resulting Contract, or any or all of its right, title or interest herein, without City of Miami's prior written consent. 1.7. ATTORNEY'S FEES - In connection with any litigation, mediation and arbitration arising out of this Contract, the prevailing party shall be entitled to recover its costs and reasonable attorney's fees through and including appellate litigation and any post judgment proceedings. 1.8. AUDIT RIGHTS AND, RECORDS RETENTION - The Successful Bidder/Proposer agrees to provide access at all reasonable times to the City, or to any of,its,duly authorized, re presentatives,,,to any books, documents, -papers, and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, examination, .excerpts, and transcriptions. The Successful Bidder/Proposer shall maintain and retain any and all of the books, documents, papers and records pertinent to the Contract for Page 13 of 51 Invitation for Bid (IFB) 274253,4 three (3) years after the City makes final payment and all other pending matters are closed. Contractor's failure to or refusal to comply with this condition shall result in the immediate cancellation of this contract by the City. 1.9. AVAILABILITY OF•CONTRACT , STATE-WIDE - Any Governtnental, not -for -profit or quasi -governmental entity in the State of Florida, may avail itself of this contract and purchase any and all goods/services, specified herein from the successful bidder(s)/proposer(s) at the contract price(s) established herein, when permissible by federal, state, and local laws, rules, and regulations. Each Governmental, not -for -profit or quasi -governmental entity which uses this formal solicitation and resulting bid contract or agreement will establish its own contract/agreement, place its own orders, issue its own purchase orders, be invoiced there from and make its own payments, determine shipping terms and issue its own exemption certificates as required by the successful bidder(s)/proposer(s). 1.10. AWARD OF CONTRACT: A. The Formal Solicitation, Bidder's/Proposer's response, any addenda issued, and the purchase order shall constitute the entire contract, unless modified in accordance with any ensuing contract/agreement, amendment or addenda. B. The award of a contract where there are Tie Bids will be decided by the Director of Purchasing or designee in the instance that Tie Bids can't be determined by applying Florida Statute 287.087, Preference to Businesses with Drug -Free Workplace Programs. C. The award of this contract may be preconditioned on the subsequent submission of other documents as specified in the Special Conditions or Technical Specifications. Bidder/Proposer shall be in default of its contractual obligation if such documents are not submitted in a timely manner and in the form required by the City. Where Bidder/Proposer is in default of these contractual requirements, the City, through action taken by the Purchasing Department, will void its acceptance of the Bidder's/Proposer's Response and may accept the Response from the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or re -solicit the City's requirements. The City, at its sole discretion, may seek monetary restitution from Bidder/Proposer and its bid/proposal bond or guaranty, if applicable, as a result of damages or increased costs sustained as a result of the Bidder's/Proposer's default. D. The term of the contract shall be specified in one of three documents which shall be issued to the successful Bidder/Proposer. These documents may either be a purchase order, notice of award and/or contract award sheet. E. The City reserves the right to automatically extend this contract for up to one hundred twenty (120) calendar days beyond the stated contract term in order to provide City departments with continual service and supplies while a new contract is being solicited, evaluated, and/or awarded. If the right is exercised, the City shall notify the Bidder/Proposer, in writing, of its intent to extend the contract at the same price, terms and conditions for a specific number of days. Additional extensions over the first one hundred twenty (120) day extension may occur, if, the City and the Successful Bidder/Proposer are in mutual agreement of such extensions. F. Where the contract involves a single shipment of goods to the City, the contract term shall conclude upon completion of the expressed or implied warranty periods. G. The City reserves the right to award the contract on a split -order, lump sum or individual -item basis, or such combination as shall best serve the interests of the City unless otherwise specified. H. A Contract/Agreement may be awarded to the Bidder/Proposer by the City Commission based upon the minimum qualification requirements reflected herein. As a result of a RFP, RFQ, or RFLI, the City reserves the right to execute or not execute, as applicable, an Agreement with the Proposer, whichever is determined to be in the City's best interests. Such agreement will be furnished by the City, will contain certain terms as are in the City's best interests,' and will be subject to approval as to legal form by the City Attorney. 1.11. BID BOND/ BID SECURITY - A cashier's or certified check, or a Bid Bond signed by a recognized surety company that is licensed to do business in the State of Florida, payable to the City of Miami for the • amount bid is required from all bidders/proposers, if so indicated::under the Special.Conditions This check or bond guarantees that a bidder/proposer will accept the order or contract/agreement, as bid/proposed, if it is awarded -to bidder/proposer. Bidder/Proposer shall forfeit bid deposit to the City should City award Page 14 of 51 Invitation for Bid (IFB) 274253,4 contract/agreement to Bidder/Proposer and Bidder/Proposer fails to accept the award. The City reserves the right to reject any and all surety tendered to the City. Bid deposits are returned to unsuccessful bidders/proposers within ten (10) days after the award and successful bidder's/proposer's acceptance of award. If sixty (60) days have passed after the date of the formal solicitation closing date, and no contract has been awarded, all bid deposits will be retumed on demand. 1.12. RESPONSE FORM (HARDCOPY FORMAT) - All forms should be completed, signed and submitted accordingly. 1.13. BID SECURITY FORFEITED LIQUIDATED DAMAGES - Failure to execute an Agreement and/or file an acceptable Performance Bond, when required, as provided herein, shall be just cause for the annulment of the award and the forfeiture of the Bid Security to the City, which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained. Award may then be made to the next lowest responsive, responsible Bidder or Proposal most advantageous to the City or all responses may be rejected. 1.14. BRAND NAMES - If and wherever in the specifications brand names, makes, models, names of any manufacturers, trade names, or bidder/proposer catalog numbers are specified, it is for the purpose of establishing the type, function, minimum standard of design, efficiency, grade or quality of goods only. When the City does not wish to rule out other competitors' brands or makes, the phrase "OR EQUAL" is added. When bidding/proposing an approved equal, Bidders/Proposers will submit, with their response, complete sets of necessary data (factory information sheets, specifications, brochures, etc.) in order for the City to evaluate and determine the equality of the item(s) bid/proposed. The City shall be the sole judge of equality and its decision shall be final. Unless otherwise specified, evidence in the form of samples may be requested if the proposed brand is other than specified by the City. Such samples are to be furnished after formal solicitation opening/closing only upon request of the City. If samples should be requested, such samples must be received by the City no later than seven (7) calendar days after a formal request is made. 1.15. CANCELLATION - The City reserves the right to cancel all formal solicitations before its opening/closing. In the event of bid/proposal cancellation, the Director of Purchasing shall notify all prospective bidders/proposers and make available a written explanation for the cancellation. 1.16. CAPITAL EXPENDITURES - Contractor understands that any capital expenditures that the firm makes, or prepares to make, in order to deliver/perform the goods/services required by the City, is a business risk which the contractor must assume. The City will not be obligated to reimburse amortized or unamortized capital expenditures, or to maintain the approved status of any contractor. If contractor has been unable to recoup its capital expenditures during the time it is rendering such goods/services, it shall not have any claim upon the City. 1.17. CITY NOT LIABLE FOR DELAYS - It is further expressly agreed that in no event shall the City be liable for, or responsible to, the Bidder/Proposer/Consultant, any sub-contractor/sub-consultant, or to any other person for, or on account of, any stoppages or delay in the work herein provided for by injunction or other legal or equitable proceedings or on account of any delay for any cause over which the City has no control. 1.18. COLLUSION —Bidder/Proposer, by submittinga response, certifies that its response is made without previous understanding, agreement or connection either with any person, firm or corporation submitting a response for the same items/services or with the City of Miami's Purchasing Depai tnient or initiating department. The Bidder/Proposer certifies that its response is fair, without control, collusion, fraud or other illegal action. Bidder/Proposer certifies that it is in compliance with the Conflict of Interest and Code of Ethics Laws. The City will investigate all potential situations where collusion may have occurred and the City reserves the right to reject any and all bids/responses where collusion may have occurred. 1.19. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS - Contractor understands that contracts between private entities and local governments are subject to certain laws and regulations, including laws pertaining to public records, conflict of interest, records keeping, etc. City and Contractor agree to comply with and observe all applicable laws, codes and ordinances as that may in any way affect the goods or equipment offered, including but not limited to: A. • Executive Order 11246, which prohibits discrimination against.any employee, applicant, or client . because of race, creed,- color, national origin, sex, or age with regard to, but not limited to, the following: :.employment practices,rate. of pay.or othercompensation methods, and training selection. Page 15 of 51 Invitation for Bid (IFB) 274253,4 B. Occupational, Safety and Health Act (OSHA), as applicable to this Formal Solicitation. C. The State of Florida Statutes, Section 287.133(3)(A) on Public Entity Crimes. D. Enviromnent Protection•Agency(EPA), as applicable -to this Formal Solicitation. E. Uniform Commercial Code (Florida Statutes, Chapter 672). F. Americans with Disabilities Act of 1990, as amended. G. National Institute of Occupational Safety Hazards (NIOSH), as applicable to this Formal Solicitation. H. National Forest Products Association (NFPA), as applicable to this Formal Solicitation. I. City Procurement Ordinance City Code Section 18, Article III. J. Conflict of Interest, City Code Section 2-611;61. K. Cone of Silence, City Code Section 18-74. L. The Florida Statutes Sections 218.73 and 218:74 on Prompt Payment. M. First Source Hiring Agreement, City Ordinance No. 10032, as applicable to this Formal Solicitation. Implemented to foster the creation of new and permanent jobs for City of Miami residents; requires as a condition precedent to the execution of service contracts including professional services. Lack of knowledge by the bidder/proposer will in no way be a cause for relief from responsibility. Non-compliance with all local, state, and federal directives, orders, and laws may be considered grounds for termination of contract(s). Copies of the City Ordinances may be obtained from the City Clerk's Office. 1.20. CONE OF SILENCE - Pursuant to Section 18-74 of the City of Miami Code, a "Cone of Silence" is imposed upon each RFP, RFQ, RFLI, or IFB after advertisement and terminates at the time the City Manager issues a written recommendation to the Miami City Commission. The Cone of Silence shall be applicable only to Contracts for the provision of goods and services and public works or improvements for amounts greater than $200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or IFBs (bids) between, among others: Potential vendors, service providers, bidders, lobbyists or consultants and the City's professional staff including, but not limited to, the City Manager and the City Manager's staff; the Mayor, City Commissioners, or their respective staffs and any member of the respective selection/evaluation committee. The provision does not apply to, among other communications: oral communications with the City purchasing staff, provided the communication is limited strictly to matters of process or procedure already contained in the formal solicitation document; the provisions of the Cone of Silence do not apply to oral communications at duly noticed site visits/inspections, pre -proposal or pre -bid conferences, oral presentations before selection/evaluation committees, contract negotiations during any duly noticed public meeting, or public presentations. made to the Miami City Commission during a duly noticed public meeting; or communications in writing or by email at any time with any City employee, official or member of the City Commission unless specifically prohibited by the applicable RFP, RFQ, RFLI or IFB (bid) documents (See Section 2.2. of the Special Conditions); or communications in connection with the collection of industry comments or the performance of market research regarding a particular RFP, RFQ, RFLI OR IFB by City Purchasing staff. Proposers or bidders must file a copy of any written communications with the Office of the City Clerk, which shall be made available to any person upon request. The City shall respond in writing and file a copy with the Office of the City Clerk, which shall be made available to any person upon request. Written communications may be in the form of e-mail, with a copy to the Office of the City Clerk. In addition to any other penalties provided by law, violation of the Cone of Silence by any proposer or bidder shall render any award voidable. A violation by a particular Bidder, Proposer, Offeror,. Respondent, lobbyist or consultant shallsubject same to potential penalties.pursuant to, the City Code. Any person having personal knowledge of a violation of these provisions shall report such violation to the State Attorney and/or may.file.a complaint with the_Ethics.Commission. Proposers or bidders should reference Section 18-74 of the City of Miami Code for further clarification. Page 16 of 51 Invitation for Bid (IFB) 274253,4 This language is only a summary of the key provisions of the Cone of Silence. Please review City of Miami Code Section 18-74 for a complete and thorough description of the Cone of Silence. You may contact the City Clerk at 305-250-5360, to obtain a copy of same. 1.21. CONFIDENTIALITY - As a political subdivision, the City of Miami is subject to the Florida Sunshine Act and Public Records Law. If this Contract/Agreement contains a confidentiality provision, it shall have no application when disclosure is required by Florida law or upon court order. 1.22. CONFLICT OF INTEREST — Bidders/Proposers, by responding to this Formal Solicitation, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City of Miami is financially interested, directly or indirectly, in the purchase of goods/services specified in this Formal Solicitation. Any such interests on the part of the Bidder/Proposer or its employees must be disclosed in writing to the City. Further, you must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in your firm. A. Bidder/Proposer further agrees not to use or attempt to use any knowledge, property or resource which may be within his/her/its trust, or perform his/her/its duties, to secure a special privilege, benefit, or exemption for himself/herself/itself, or others. Bidder/Proposer may not disclose or use information not available to members of the general public and gained by reason of his/her/its position, except for information relating exclusively to governmental practices, for his/her/its personal gain or benefit or for the personal gain or benefit of any other person or business entity. B. Bidder/Proposer hereby acknowledges that he/she/it has not contracted or transacted any business with the City or any person or agency acting for the City, and has not appeared in representation of any third party before any board, commission or agency of the City within the past two years. Bidder/Proposer further warrants that he/she/it is not related, specifically the spouse, son, daughter, parent, brother or sister, to: (i) any member of the commission; (ii) the mayor; (iii) any city employee; or (iv) any member of any board or agency of the City. C. A violation of this section may subject the Bidder/Proposer to immediate termination of any professional services agreement with the City, imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by and subject to action by the Miami -Dade County Commission on Ethics. 1.23. COPYRIGHT OR PATENT RIGHTS — Bidders/Proposers warrant that there has been no violation of copyright or patent rights in manufacturing, producing, or selling the goods shipped or ordered and/or services provided as a result of this formal solicitation, and bidders/proposers agree to hold the City harmless from any and all liability, loss, or expense occasioned by any such violation. 1.24. COST INCURRED BY BIDDER/PROPOSER - All expenses involved with the preparation and • . submission of Responses to the City, or any work performed in connection therewith shall be borne by the Bidder(s)/Proposer(s). 1.25. DEBARMENT AND SUSPENSIONS (Sec 18-107) (a) Authority and requirement to debar and suspend. After reasonable notice to an actual or prospective Contractual Party, and after reasonable opportunity for such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the city attorney, shall have the authority to debar a Contractual Party, for the causes listed below, from consideration for award of city Contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractual Party from consideration for award of city Contracts if there is probable cause for debarment, pending the debarment determination. The authority to debar and suspend contractors shall be exercised in accordance with regulations which shall be issued by the Chief Procurement Officer after approval by the City Manager, the city attorney, and the City Commission. (b) Causes for debarment or suspension. Causes for debarment or suspension include the following:. (1) Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private Contract or subcontract, or incident to the performance of such Contract or subcontract. (2) Conviction under state or federal statutes of embezzlement, theft, forgery, bribery,,falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. Page 17 of 51 Invitation for Bid (IFB) 274253,4 (3) Conviction under state or federal antitrust statutes arising out of the submission of Bids or Proposals. (4) Violation of Contract provisions, which is regarded by the Chief Procurement Officer to be indicative of nonresponsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a Contract or to perform within the time limits provided in a Contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. (5) Debarment or suspension of the Contractual Party by any federal, state or other governmental entity. (6) False certification pursuant to paragraph (c) below. (7) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which the violation remains noncompliant. (8) Found in violation of a zoning ordinance or any other city ordinance or regulation and for which a civil penalty or fine is due and owing to the city. (9) Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the Contractual Party performing city Contracts. (c) Certification. All Contracts for goods and services, sales, and leases by the city shall contain a certification that neither the Contractual Party nor any of its principal owners or personnel have been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b)(5). (d) Debarment and suspension decisions. Subject to the provisions of paragraph (a), the City Manager shall render a written decision stating the reasons for the debarment or suspension. A copy of the decision shall be provided promptly to the Contractual Party, along with a notice of said party's right to seek judicial relief 1.26. DEBARRED/SUSPENDED VENDORS —An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not submit a response on a contract to provide goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit response on leases of real property to a public entity, may not award or perform work as a contractor, supplier, subcontractor, or consultant under contract with any public entity, and may not transact business with any public entity. ................................................................ 1.27. DEFAULT/FAILURE TO PERFORM - The City shall be the sole judge of nonperformance, which shall. include any failure on the part of the successful Bidder/Proposer to accept the award, to fumish required documents, and/or to fulfill any portion of this contract within the time stipulated. Upon default by the successful Bidder/Proposer to meet any terns of this agreement, the City will notify the Bidder/Proposer of the default and will provide the contractor three (3) days (weekends and holidays excluded) to remedy the default. Failure on the contractor's part to correct the default within the required three (3) days shall result in the Contract being terminated and upon the City notifying in writing the contractor of its intentions and the effective date of the termination. The following shall constitute default: A. Failure to perform the work or deliver the goods/services required under the Contract and/or within the time required or failing to use the subcontractors, entities and personnel as identified and set forth, and to the degree specified in the Contract. B. Failure to begin the work under this Contract within the time specified. C. Failure to perform the work with sufficient workers and equipment or with sufficient materials to ensure timely completion. D. Neglecting or refusing to remove materials or perform new work where prior work has been rejected as nonconforming with the terms of the Contract. E. Becoming insolvent; being declared bankrupt, or committing any act of bankruptcy or insolvency, or making an assigmnent for the benefit of creditors, if the insolvency, bankruptcy, or assignment renders the...., successful Bidder/Proposer incapable of performing the work in accordance with and as required by the Contract. Page 18 of 51 Invitation for Bid (IFB) 274253,4 F. Failure to comply with any of the terms of the Contract in any material respect. All costs and charges incurred by the City as a result of a default or a default incurred beyond the time limits stated, together with the cost of completing the work, shall be deducted from any monies due or which may become due on this Contract. 1.28. DETERMINATION OF RESPONSIVENESS - Each Response will be reviewed to determine if it is responsive to the submission requirements outlined in the Formal Solicitation. A "responsive" response is one which follows the requirements of the formal solicitation, includes all documentation, is submitted in the format outlined in the formal solicitation, is of timely submission, and has appropriate signatures as required on each document. Failure to comply with these requirements may deem a Response non -responsive. 1.29. DISCOUNTS OFFERED DURING TERM OF CONTRACT - Discount Prices offered in the response shall be fixed after the award by the Commission, unless otherwise specified in the Special Terms and Conditions. Price discounts off the original prices quoted in the response will be accepted from successful Bidder(s)/Proposer(s) during the term of the contract. Such discounts shall remain in effect for a minimum of 120 days from approval by the City Commission Any discounts offered by a manufacturer to Bidder/Proposer will be passed on to the City. 1.30. DISCREPANCIES, ERRORS, AND OMISSIONS - Any discrepancies, errors, or ambiguities in the Formal Solicitation or addenda (if any) should be reported in writing to the City's Purchasing Department. Should it be found necessary, a written addendum will be incorporated in the Formal Solicitation and will become part of the purchase agreement (contract documents). The City will not be responsible for any oral instructions, clarifications, or other communications. A. Order of Precedence — Any inconsistency in this formal solicitation shall be resolved by giving precedence to the following documents, the first of such list being the governing documents. 1) Addenda (as applicable) 2) Specifications 3) Special Conditions 4) General Terms and Conditions 1.31. EMERGENCY / DISASTER PERFORMANCE - In the event of a hurricane or other emergency or disaster situation, the successful vendor shall provide the City with the commodities/services defined within the scope of this formal solicitation at the price. contained within vendor's response. Further, successful vendor shall deliver/perform for the city on a priority basis during such times of emergency. 1.32. ENTIRE BID CONTRACT OR AGREEMENT - The Bid Contract or Agreement consists of this City of Miami Formal Solicitation and specifically this General Conditions Section, Contractor's Response and any written agreement entered into by the City of Miami and Contractor in cases involving RFPs, RFQs, and RFLls, and represents the entire understanding and agreement between the parties with respect to the subject matter hereof and supersedes all other negotiations, understanding and representations, if any, made by and between the parties. To the extent that the agreement conflicts with, modifies, alters or changes any of the terms and conditions contained in the Formal Solicitation and/or Response, the Formal Solicitation and then the Response shall control. This Contract may be modified only by a written agreement signed by the City of Miami and Contractor. 1.33. ESTIMATED QUANTITIES —Estimated quantities or estimated dollars are provided for your guidance only. No guarantee is expressed or implied as to quantities that will be purchased during the contract period. The .City is not obligated to place an order for any given amount subsequent to the award of this contract. Said estimates may be used by the City for purposes of determining the low bidder or most advantageous proposer meeting specifications. The City reserves the right to acquire additional quantities at the prices bid/proposed or at lower prices in this Formal Solicitation. 1.34. EVALUATION OF RESPONSES A.Rejection of Responses The City may reject. a Response for any of the following reasons: 1) Bidder/Proposer.fails to acknowledge - receipt of addenda; Page 19 of 51 Invitation for Bid (IFB) 274253,4 2) Bidder/Proposer mistates or conceals any material fact in the Response ; 3) Response does not conform to the requirements of the Formal Solicitation; 4) Response requires a conditional award that conflicts with the method of award; 5) Response does not include required samples, certificates, licenses as required; and, 6) Response was not executed by the Bidder's/Proposer(s) authorized agent. The foregoing is not an all inclusive list of reasons for which a Response may be rejected. The City may reject and re -advertise for all or any part of the Formal Solicitation whenever it is deemed in the best interest of the City. B. Elimination From Consideration 1) A contract shall not be awarded to any person or firm which is in arrears to the City upon any debtor contract, or which is a defaulter as surety or otherwise upon any obligation to the City. 2) A contract may not be awarded to any person or firm which has failed to perform under the terms and conditions of any previous contract with the City or deliver on time contracts of a similar nature. 3) A contract may not be awarded to any person or firm which has been debarred by the City in accordance with the City's Debarment and Suspension Ordinance C. Determination of Responsibility 1) Responses will only be considered from entities who are regularly engaged in the business of providing the goods/equipment/services required by the Formal Solicitation. Bidder/Proposer must be able to demonstrate a satisfactory record of performance and integrity; and, have sufficient financial, material, equipment, facility, personnel resources, and expertise to meet all contractual requirements. The terms "equipment and organization" as used herein shall be construed to mean a fully equipped and well established entity in line with the best industry practices in the industry as determined by the City. 2) The City may consider any evidence available regarding the financial, technical and other qualifications and abilities of a Bidder/Proposer, including past performance (experience) with the City or any other governmental entity in making the award. 3) The City may require the Bidder(s)/Proposer(s) to show proof that they have been designated as an authorized representative of a manufacturer or supplier which is the actual source of supply, if required by the Formal Solicitation. 1.35. EXCEPTIONS TO GENERAL AND/OR SPECIAL CONDITIONS OR SPECIFICATIONS - Exceptions to the specifications shall be listed on the Response and shall reference the section. Any exceptions to the General or Special Conditions shall be cause for the bid (IFB) to be considered non -responsive. It also may be cause for a RFP, RFQ, or RFLI to be considered non -responsive; and, if exceptions are taken to the tenns and conditions of the resulting agreement it may lead to terminating negotiations. 1.36. F.O.B. DESTINATION - Unless otherwise specified in the Formal Solicitation, all prices quoted/proposed by the bidder/proposer must be F.O.B. DESTINATION, inside delivery, with.all delivery . . costs and charges included in the bid/proposal price, unless otherwise specified in this Formal Solicitation. Failure to do so may be cause for rejection of bid/proposal. 1.37. FIRM PRICES - The bidder/proposer warrants that prices, terms, and conditions quoted in its response will be firm throughout the duration of the contract unless otherwise specified in the Formal Solicitation. Such prices will remain firm for the period of performance or resulting purchase orders or contracts, which are to be performed or supplied over a period of time. 1.38. FIRST -SOURCE HIRING AGREEMENT (Sec. 18-105) (a) The Commission approves implementation of the first -source hiring agreement policy and requires as a condition precedent to the execution of service contracts for facilities, services, and/or receipt of grants and loans, for projects of a. nature that create new jobs, the successful negotiation of first -source hiring • agreements between the organization or individual receiving said contract and the authorized representative unless such an agreement is found infeasible by the city manager and such finding approved by the City Commission at a public hearing. «. (b) For the purpose of this section, the following terms, phrases, words and their derivations shall have the following meanings: Page 20 of 51 Invitation for Bid (IFB) 274253,4 Authorized representative means the Private Industry Council of South Florida/South Florida Employment and Training Consortium, or its successor as local recipient of federal and state training and employment funds. Facilities means all publicly financed projects, including but without limitation, unified development projects, municipal public works, and municipal improvements to the extent they are financed through public money services or the use of publicly owned property. Grants and loans means, without limitation, urban development action grants (UDAG), economic development agency construction loans, loans from Miami Capital Development, Incorporated, and all federal and state grants administered by the city. Service contracts means contracts for the procurement of services by the city which include professional services. Services includes, without limitation, public works improvements, facilities, professional services, commodities, supplies, materials and equipment. (c) The authorized representative shall negotiate each first -source hiring agreement. (d) The primary beneficiaries of the first -source hiring agreement shall be participants of the city training and employment programs, and other residents of the city. 1.39. FLORIDA MINIMUM WAGE - The Constitution of the State of Florida, Article X, Section.24, states that employers shall pay employee wages no less than the minimum wage for all hours worked in Florida. Accordingly, it is the contractor's and its' subcontractor(s) responsibility to understand and comply with this Florida constitutional minimum wage requirement and pay its employees the current established hourly minimum wage rate, which is subject to change or adjusted by the rate of inflation using the consumer price index for urban wage earners and clerical workers, CPI-W, or a successor index as calculated by the United States Department of Labor. Each adjusted minimum wage rate calculated shall be determined and published by the Agency Workforce Innovation on September 30th of each year and take effect on the following January 1st. At the time of responding, it is bidder/proposer and his/her subcontractor(s), if applicable, full responsibility to determine whether any of its employees may be impacted by this Florida Law at any given point in time during the term of the contract. If impacted, bidder/proposer must furnish employee name(s), job title(s), job description(s), and current pay rate(s). Failure to submit this information at the time of submitting a response constitute successful bidder's/proposer's acknowledgement and understanding that the Flonda Minimum Wage LaW will not impactits prices throughout the term of contract and waiver of any contractual price increase request(s). The -City reserves the right to request and successful bidder/proposer must provide for any and all information to make a wage and contractual price increase(s) determination. 1.40. GOVERNING LAW AND VENUE - The validity and effect of this Contract shall be governed by the laws of the State of Florida. The parties agree that any action, mediation or arbitration arising out of this Contract shall take place in Miami -Dade County, Florida. 1.41. HEADINGS AND TERMS - The headings to the various paragraphs of this Contract have been inserted for convenient reference only and shall not in any manner be construed as modifying, amending or affecting in any way the expressed terms and provisions hereof. 1.42. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any person or entity that performs or assists the City of Miami with a function or activity involving the use or disclosure of "individually identifiable health information (IIHI) and/or Protected Health Information (PHI) shall comply with the Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the City of Miami Privacy Standards. HIPAA mandates for privacy, security and electronic transfer standards, which include but are not limited to: A. Use of information only for performing services required by the contract or as required by law; B. Use of appropriate safeguards to prevent non -permitted disclosures; ... -. C. Reporting to the City of Miami of any non -permitted use or disclosure; D. Assurances that any agents and subcontractors agree to the same restrictions and conditions that apply to the Bidder/Proposer and reasonable assurances that IIHI/PHI will be held confidential; Page 21 of 51 Invitation for Bid (IFB) 274253,4 E. Making Protected Health Information (PHI) available to the customer; F. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer; G. Making PHI -available to the City of Miami for an accounting of disclosures; and H. Making internal practices, books and records related to PHI available to the City of Miami for compliance audits. PHI shall maintain its protected status regardless of the form and method of transmission (paper records, and/or electronic transfer of data). The Bidder/ Proposer must give its customers written notice of its privacy information practices including specifically, a description of the types of uses and disclosures that would be made with protected health information. 1.43. INDEMNIFICATION - Contractor shall indemnify , hold harmless and defend the City, its officials, officers, agents, directors, and employees, from liabilities, damages, losses, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness or intentional wrongful misconduct of Contractor and persons employed or utilized by Contractor in the performance of this Contract and will indemnify, hold harmless and defend the City, its officials, officers, agents, directors and employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that the City, its officials and/or employees were negligent, unless such injuries or damages are ultimately proven to be the result of grossly negligent or willful acts or omissions on the part of the City, its officials and/or employees.. These indemnifications shall survive the term of this Contract. In the event that any action or proceeding is brought against City by reason of any such claim or demand, Contractor shall, upon written notice from City, resist and defend such action or proceeding by counsel satisfactory to City. The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by Contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate Contractor to defend at its own expense to and through appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against City whether performed by Contactor, or persons employed or utilized by Contractor. This indemnity will survive the cancellation or expiration of the Contract. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and which conforms to the limitations of §725..06.and/or §725.08, Fla. Statues, as amended from time to time.as applicable Contractor shall require all Sub -Contractor agreements to include a provision that they will indemnify the City. . The Contractor agrees and recognizes that the City shall -not be held liable or responsible for any claims which may result from any actions or omissions of the Contractor in which the City participated either through review or concurrence of the Contractor's actions. In reviewing, approving or rejecting any submissions by the Contractor or other acts of the Contractor, the City in no way assumes or shares any responsibility or liability of the Contractor or Sub -Contractor, under this Agreement. 1.44. INFORMATION AND DESCRIPTIVE LITERATURE —Bidders/Proposer must furnish all information requested in the spaces provided in the Formal Solicitation. Further, as may be specified elsewhere, each Bidder/Proposer must submit for evaluation, cuts, sketches, descriptive literature, technical specifications, and Material Safety Data Sheets (MSDS)as required, covering the products offered. Reference to literature submitted with a previous response or on file with the Buyer will not satisfy this provision. 1.45. INSPECTIONS - The City may, at reasonable times during the term hereof, inspect Contractor's facilities and perform such tests, as the City deems reasonably necessary, to determine whether the goods and/or services required to be provided by the Contractor under this Contract conform to the terms and conditions of the Formal Solicitation. Contractor shall make available to the City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. All tests and inspections shall be subject to, and made in accordance with, the provisions'of the City of Miami Ordinance - No. 12271 (Section 18-79), as same may be amended or supplemented from time to time. :1.46. INSPECTION OF. RESPONSE - Responses received by.the City pursuant to a Formal Solicitation Page 22 of 51 Invitation for Bid (IFB) 274253,4 will not be made available until such time as the City provides notice of a decision or intended decision or within 10 days after bid closing, whichever is earlier. Bid/Proposal results will be tabulated and may be furnished upon request via fax or e-mail to the Sr. Procurement Specialist issuing the Solicitation. Tabulations also are available on the City's Web Site following recommendation for award. 1.47. INSURANCE - Within ten (10) days after receipt of Notice of Award, the successful Contractor, shall furnish Evidence of Insurance to the Purchasing Department, if applicable. Submitted evidence of coverage shall demonstrate strict compliance to all requirements listed on the Special Conditions entitled "Insurance Requirements". The City shall be listed as an "Additional Insured." Issuance of a Purchase Order is contingent upon the receipt of proper insurance documents. If the insurance certificate is received within the specified time frame but not in the manner prescribed in this Solicitation the Contractor shall be verbally notified of such deficiency and shall have an additional five (5) calendar days to submit a corrected certificate to the City. If the Contractor fails to submit the required insurance documents in the manner prescribed in this Solicitation within fifteen (15) calendar days after receipt Notice of Award, the contractor shall be in default of the contractual terms and conditions and shall not be awarded the contract. Under such circumstances, the Bidder/Proposer may be prohibited from submitting future responses to the City: Information regarding any insurance requirements shall be directed to the Risk Administrator, Department of Risk Management, at 444 SW 2nd Avenue, 9th Floor, Miami, Florida 33130, 305-416-1604. The Bidder/Proposer shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in effect for the duration of the contractual period; including any and all option terms that may be granted to the Bidder/Proposer. 1.48. INVOICES'- Invoices shall contain purchase order number and details of goods and/or services delivered (i.e. quantity, unit price, extended price, etc); and in compliance with Chapter 218 of the Florida Statutes (Prompt Payment Act). 1.49. LOCAL PREFERENCE - City Code Section 18-85, states that the City Commission may offer to a responsible and responsive bidder/proposer, who maintains a Local Office, the opportunity of accepting a bid at the low bid amount, if the original bid amount submitted by the local vendor is not more than ten percent (10%) in excess of the lowest other responsible and responsive bidder/proposer. 1.50. MANUFACTURER'S CERTIFICATION - The City reserves the right to request from bidders/proposers a separate Manufacturer's Certification of all statements made in the bid/proposal. Failure to provide such certification may result in the rejection of bid/proposal or termination of contract/agreement, for which the bidder/proposer must bear full liability. 1.51. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No . contract.or understanding to modify this Formal Solicitation and resultant purchase orders or contracts, if applicable, shall be binding upon the City unless made in writing by the Director of Purchasing of the City of Miami, Florida through the issuance of a change order, addendum, amendment, or supplement to the. contract, purchase order or award sheet as appropriate. 1.52. NO PARTNERSHIP OR JOINT VENTURE - Nothing contained in this Contract will be deemed or construed to create a partnership or joint venture between the City of Miami and Contractor, or to create any other similar relationship between the parties. 1.53. NONCONFORMANCE TO CONTRACT CONDITIONS - Items may be tested for compliance with specifications under the direction of the Florida Department of Agriculture and Consumer Services or by other appropriate testing Laboratories as determined by the City. The data derived from any test for compliance with specifications is public record and open to examination thereto in accordance with Chapter 119, Florida Statutes. Items delivered not conforming to specifications may be rejected and returned at Bidder's/Proposer's expense. These non -conforming items not delivered as per delivery date in the response and/or Purchase Order may result in bidder/proposer being found in default in which event any and all re -procurement costs may be charged against the defaulted contractor. Any violation of these stipulations may also result in the supplier's name being removed from the City of Miami's Supplier's list. 1.54. NONDISCRIMINATION -Bidder/Proposer agrees that it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its performance under formal solicitation.. Furthermore, Bidder/Proposer agrees that no otherwise qualified individual shall Page 23 of 51 Invitation for Bid (IFB) 274253,4 solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. In connection with the conduct of its business, including performance of services and employment of personnel, Bidder/Proposer shall not discriminate against any person on the basis of race, color, religion, disability, age, sex, marital status or national origin. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 1.55. NON-EXCLUSIVE CONTRACT/ PIGGYBACK PROVISION - At such times as may serve its best interest, the City of Miami reserves the right to advertise for, receive, and award additional contracts for these herein goods and/or services, and to make use of other competitively bid (governmental) contracts, agreements, or other similar sources for the purchase of these goods and/or services as may be available. It is hereby agreed and understood that this formal solicitation does not constitute the exclusive rights of the successful bidder(s)/proposer(s) to receive all orders that may be generated by the City in conjunction with this Formal Solicitation. In addition, any and all commodities, equipment, and services required by the City in conjunction with construction projects are solicited under a distinctly different solicitation process and shall not be purchased under the terms, conditions and awards rendered under this solicitation, unless such purchases are determined to be in the best interest of the City. 1.56. OCCUPATIONAL LICENSE - Any person, firm, corporation or joint venture, with a business location in the City of Miami and is submitting a Response under this Formal Solicitation shall meet the City's Occupational License Tax requirements in accordance with Chapter 31.1, Article I of the City of Miami Charter. Others with a location outside the City of Miami shall meet their local Occupational License Tax requirements. A copy of the license must be submitted with the response; however, the City may at its sole option and in its best interest allow the Bidder/Proposer to supply the license to the City during the evaluation period, but prior to award. 1.57. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or joint venture will be considered in response to this Formal Solicitation. When submitting an alternate response, please refer to the herein condition for "Alternate Responses May Be. Considered". 1.58. OWNERSHIP OF DOCUMENTS - It is understood by and between the parties that any documents, records, files, or any other matter whatsoever which is given by the City to the successful Bidder/Proposer pursuant to this formal solicitation shall at all times remain the property of the City and shall not be used by the Bidder/Proposer for any other purposes whatsoever without the written consent of the City. 1.59. PARTIAL INVALIDITY - If any provision of this Contract or the application thereof to any person or circumstance shall to any extent be held invalid, then the remainder of this Contract or the application of such provision to persons or circumstances other than those as to which it is held invalid shall not be affected thereby, and each provision of this Contract shall be valid and enforced to the fullest extent pen -flitted by law. 1.60. PERFORMANCE/PAYMENT BOND -A Contractor may be required to furnish a Perfonnance/Payment Bond as part of the requirements of this Contract, in an amount equal to one hundred percent (100%) of the contract price. 1.61. PREPARATION OF RESPONSES (HARDCOPY FORMAT) -Bidders/Proposers are expected to examine the specifications, required delivery, drawings, and all special and general conditions. All bid/proposed amounts, if required, shall be either typewritten or entered into the space provided with ink. Failure to do so will be at the Bidder's/Proposer's risk. A. Each Bidder/Proposer shall furnish the information required in the Formal Solicitation. The Bidder/Proposer shall sign the Response and print in ink or type the name of the Bidder/Proposer, address, and telephone number on the face page and on each continuation sheet thereof on which he/she makes an entry, as required. B. If so,required, the unit price for each unit offered shall be shown, and such price shall include packaging, handling and shipping, and F.O.B. Miami delivery inside City premises unless otherwise specified. Iidder/Proposer shall include in the response all taxes, insurance, social security, workmen's Page 24 of 51 Invitation for Bid (IFB) 274253,4 compensation, and any other benefits normally paid by the Bidder/Proposer to its employees. If applicable, a unit price shall be entered in the "Unit Price" column for each item. Based upon estimated quantity, an extended price shall be entered in the "Extended Price" column for each item offered. In case of a discrepancy between the unit price and extended price, the unit price will be presumed correct. -C. The Bidder/Proposer must state a definite time, if required, in calendar days for delivery of goods and/or services. D. The Bidder/Proposer should retain a copy of all response documents for future reference. E. All responses, as described, must be fully completed and typed or printed in ink and must be signed in ink with the firm's name and by an officer or employee having authority to bind the company or firm by his/her signature. Bids/Proposals having any erasures or corrections must be initialed in ink by person signing the response or the response may be rejected. F. Responses are to remain valid for at least 180 days. Upon award of a contract, the content of the Successful Bidder's/Proposer's response may be included as part of the contract, at the City's discretion. G. The City of Miami's. Response Forms shall.be used when Bidder/Proposer is submitting its response in hardcopy format. Use of any other forms will result in the rejection of the response. IF SUBMITTING HARDCOPY FORMAT, THE ORIGINAL AND THREE (3) COPIES OF THESE SETS OF FORMS, UNLESS OTHERWISE SPECIFIED, AND ANY REQUIRED ATTACHMENTS MUST BE RETURNED TO THE CITY OR YOUR RESPONSE MAY BE DEEMED NON -RESPONSIVE. 1.62. PRICE ADJUSTMENTS — Any price decrease effectuated during the contract period either by reason of market change or on the part of the contractor to other customers shall be passed on to the City. of Miami. 1.63. PRODUCT SUBSTITUTES - In the event a particular awarded and approved manufacturer's product becomes unavailable during the term of the Contract, the Contractor awarded that item may arrange with the City's authorized representative(s) to supply a substitute product at the awarded price or lower, provided that a sample is approved in advance of delivery and that the new product meets or exceeds all quality requirements. 1.64. CONFLICT OF INTEREST, AND UNETHICAL BUSINESS PRACTICE PROHIBITIONS Contractor represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure this Contract and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or giftof any kind contingent upon or in connection with, the award of this Contract. 1.65. PROMPT PAYMENT —Bidders/Proposers may offer a cash discount for prompt payment; however, discounts shall not be considered in determining the lowest net cost for response evaluation purposes. Bidders/Proposers are required to provide their prompt payment terms in the space provided on the Formal Solicitation. If no prompt payment discount is being offered, the Bidder/Proposer must enter zero (0) for the percentage discount to indicate no discount. If the Bidder/Proposer fails to enter a percentage, it is understood and agreed that the terms shall be 2% 20 days, effective after receipt of invoice or final acceptance by the City, whichever is later. When the City is entitled to a cash discount, the period of computation will commence on the date of delivery, or receipt of a correctly completed invoice, whichever is later. If an adjustment in payment is necessary due to damage, the cash discount period shall commence on the date final approval for payment is authorized. If a discount is part of the contract, but the invoice does not reflect the existence of a cash discount, the City is entitled to a cash discount with the period commencing on the date it is determined by the City that a cash discount applies. Price discounts off the original prices quoted on the Price Sheet will be accepted from successful bidders/proposers during the term of the contract. 1.66. PROPERTY - Property owned by the City of Miami is the responsibility of the City of Miami. Such property furnished to a Contractor for repair, modification, study ; etc shall remain the property of the City of Miami. Damages to such property occurring while in the possession of the Contractor shall be the,, 'responsibility of the Contractor. Damages occurring to such property while in route to the -City of Miami ,,shall be the responsibility of the Contractor. In the event that such property is destroyed or declared a total Page 25 of 51 Invitation for Bid (IFB) 274253,4 loss, the Contractor shall be responsible for replacement value of the property at the current market value, less depreciation of the property, if any. 1.67. PROVISIONS BINDING - Except as otherwise expressly provided in the resulting Contract, all 'covenants, conditions and provisions of the resulting Contract shall be binding upon and shall inure to the benefit of the parties hereto and their respective heirs, legal representatives, successors and assigns. 1.68. PUBLIC ENTITY CRIMES - A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a response on a contract to provide any goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit responses 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 36 months from the date of being placed on the convicted vendor list. 1.69. PUBLIC RECORDS - Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City contracts, subject to the provisions of Chapter 119, Florida Statutes, and City of Miami Code, Section 18, Article III, and agrees to allow access by the City and the public to all documents subject to disclosure under applicable law. Contractor's failure or refusal to comply with the provision of this section shall result in the immediate cancellation of this Contract by the City. 1.70. QUALITY OF GOODS, MATERIALS, SUPPLIES, PRODUCTS, AND EQUIPMENT - All materials used in the manufacturing or construction of supplies, materials, or equipment covered by this solicitation shall be new. The items bid/proposed must be of the latest make or model, of the best quality, and of the highest grade of workmanship, unless as otherwise specified in this Solicitation. 1.71. QUALITY OF WORK/SERVICES - The work/services performed must be of the highest quality and workmanship. Materials furnished to complete the service shall be new and of the highest quality except as otherwise specified in this Solicitation. 1.72. REMEDIES PRIOR TO AWARD (Sec. 18-106) - If prior to Contract award it is determined that a foiuual solicitation or proposed award is in violation of law, then the solicitation or proposed award shall be cancelled by the City Commission, the City Manager or the Chief Procurement Officer, as may be applicable, or revised to comply with the law. 1.73. RESOLUTION OF CONTRACT DISPUTES (Sec. 18-105) (a) Authority to resolve Contract disputes. The City Manager, after obtaining the approval of the city attorney, shall have the authority to resolve controversies between the Contractual Party and the city which arise under, or by virtue of, a Contract between them; provided that, in cases involving an amount greater than $25,000, the City Commission must approve the City Manager's decision. Such authority extends, without limitation, to controversies based upon breach of Contract, mistake, misrepresentation or lack of complete performance, and shall be invoked by a Contractual Party by submission of a protest to the City Manager. (b) Contract dispute decisions. If a dispute is not resolved by mutual consent, the City Manager shall promptly render a written report stating the reasons for the action taken by the City Commission or the City Manager which shall be final and conclusive. A copy of the decision shall be irmnediately provided to the protesting party, along with a notice of such parry's right to seek judicial relief, provided that the protesting party shall not be entitled to such judicial relief without first having followed the procedure set forth in this section. 1.74. RESOLUTION OF PROTESTED SOLICITATIONS AND AWARDS (Sec. 18-104) (a) Right to protest. The following procedures shall be used for resolution of protested solicitations and awards except for purchases of goods, supplies, equipment, and services, the estimated cost of which does not exceed $25,000. Protests thereon shall be governed by the Administrative Policies:`and Procedures of Purcha sing. 1.Protest of Solicitation. 'irAny prospective proposer who perceives itself aggrieved in connection with the solicitation of"a Contract Page 26 of 51 Invitation for Bid (IFB) 274253,4 may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the Request for Proposals, Request for Qualifications or Request for Letters of Interest is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer; or ii. Any prospective bidder who intends to contest the Solicitation Specifications or a solicitation may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within three days after the solicitation is published in a newspaper of general circulation. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. 2. Protest of Award. i. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the proposer of the notice of the City Manager's recommendation for award of Contract, which will be posted on the City of Miami Purchasing Department website, in the Supplier Comer, Current Solicitations and Notice of Recommendation of Award Section. The notice of the City Manager's recommendation can be found by selecting the details of the solicitation and is listed as Recommendation of Award Posting Date and Recommendation of Award To fields. If "various" is indicated in the Recommendation of Award To field, the Bidder/Proposer must contact the buyer for that solicitation to obtain the suppliers name. It shall be the responsibility of the Bidder/Proposer to check this section of the website daily after responses are submitted to receive the notice; or ii. Any actual Responsive and Responsible Bidder whose Bid is lower than that of the recommended bidder may protest to the Chief Procurement Officer. A written notice of intent to file a protest shall be filed with the Chief Procurement Officer within two days after receipt by the bidder of the notice of the city's determination of non responsiveness or non responsibility. The receipt by bidder of such notice shall be confirmed by the city by facsimile or electronic mail or U.S. mail, return receipt requested. A notice of intent to file a protest is considered filed when received by the Chief Procurement Officer. iii. A written protest based on any of the foregoing must be submitted to the Chief Procurement Officer within five (5) days after the date the notice of protest was filed. A written protest is considered filed when received by the Chief Procurement Officer. The written protest may not challenge the relative weight of the evaluation criteria or the formula for assigning points in making an award determination. The written protest shall state with particularity the specific facts and law upon which the protest of the solicitation or the award is based, and shall include all pertinent documents and evidence and shall be accompanied by the required Filing Fee as provided in subsection (f). This shall form the basis for review of the written protest and no facts, grounds, documentation or evidence not contained in the protester's . . submission to the Chief. Procurement. Officer at the time of filing the protest shall be permitted in the consideration of the written protest. No time will be added to the above limits for service by mail. In computing any period of time prescribed or allowed by this section, the day of the act, event or default from which the designated period of time begins to run shall not be included. The last day of the period so computed shall be included unless it is a Saturday, Sunday or legal holiday in which event the period shall run until the end of the next day which is neither a Saturday, Sunday or legal holiday. Intermediate Saturdays, Sundays and legal holidays shall be excluded in the computation of the time for filing. (b) Authority to resolve protests. The Chief Procurement Officer shall have the authority, subject to the approval of the City Manager and the city attorney, to settle and resolve any written protest. The Chief Procurement Officer shall obtain the requisite approvals and communicate said decision to the protesting party and shall submit said decision to the City Comrission within 30 days after he/she receives the protest. In cases involving more than $25,000, the decision of the Chief Procurement Officer shall be submitted for approval or disapproval thereof to the City Commission after a favorable recommendation by the city attorney and the City Manager. (c) Compliance with filing requirements. Failure of a party to timely file either the notice of intent to file a protest or the written protest, together with the required Filing Fee" as provided in subsection (f);'with "the Chief Procurement Officer within the time provided in subsection=_(a); above; shall.constitute a forfeiture of .such party's right to file a protest pursuant to this section. The protesting party, shall not be, entitled, toseek. judicial relief without first having followed the procedure set forth: iythisasection Page 27 of 51 Invitation for Bid (IFB) 274253,4 (d) Stay of Procurements during protests. Upon receipt of a written protest filed pursuant to the requirements of this section, the city shall not proceed further with the solicitation or with the award of the Contract until the protest is resolved by the Chief Procurement Officer or the City Commission as provided in subsection (b) above, unless the City Manager makes a written determination that the solicitation process or the Contract award must be continued without delay in order to avoid an immediate and serious danger to the public health, safety or welfare. (e) Costs. All costs accruing from a protest shall be assumed by the protestor. (f) Filing Fee. The written protest must be accompanied by a filing fee in the form of a money order or cashier's check payable to the city in an amount equal to one percent of the amount of the Bid or proposed Contract, or $5000.00, whichever is less, which filing fee shall guarantee the payment of all costs which may be adjudged against the protestor in any administrative or court proceeding. If a protest is upheld by the Chief Procurement Officer and/or the City Commission, as applicable, the filing fee shall be refunded to the protestor less any costs assessed under subsection (e) above. If the protest is denied, the filing fee shall be forfeited to the city in lieu of payment of costs for the administrative proceedings as prescribed by subsection (e) above. 1.75. SAMPLES - Samples of items, when required, must be submitted within the time specified at no expense to the City. If not destroyed by testing, bidder(s)/proposer(s) will be notified to remove samples, at their expense, within 30 days after notification. Failure to remove the samples will result in the samples becoming the property of the City. 1.76. SELLING, TRANSFERRING OR ASSIGNING RESPONSIBILITIES - Contractor shall not sell, assign, transfer or subcontract at any time during the term of the Contract, or any part of its operations, or. assign any portion of the performance required by this contract, except under and by virtue of written permission granted by the City through the proper officials, which may be withheld or conditioned, in the City's sole discretion. 1.77. SERVICE AND WARRANTY —When specified, the bidder/proposer shall define all warranty, service and replacements that will be provided. Bidders/Proposer must explain on the Response to what extent warranty and service facilities are available. A copy of the manufacturer's warranty, if applicable, should be submitted with your response. 1.78. SILENCE OF SPECIFICATIONS - The apparent silence of these specifications and any supplemental specification as to any detail or the omission from it of detailed description conceming any .. . point shall be regarded as. meaning that, only the best commercial. practices are to prevail and that only . . . . . . materials of first quality and correct type, size and design are to be used. All workmanship and services is to be first quality. All interpretations of these specifications shall.be made upon .the basis of this statement. If your firm has a current contract with the State of Florida, Depai tment of General Services, to supply the items on this solicitation, the bidder/proposer shall quote not more than the contract price; failure to comply with this request will result in disqualification of bid/proposal. . .. 1.79. SUBMISSION AND RECEIPT OF RESPONSES - Responses shall be submitted electronically via the Oracle System or responses may be submitted in hardcopy format to the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133-5504, at or before, the specified closing date and time as designated in the IFB, RFP, RFQ, or RFLI. NO EXCEPTIONS. Bidders/Proposers are welcome to attend the solicitation closing; however, no award will be made at that time. A. Hardcopy responses shall be enclosed in a sealed envelope, box package. The face of the envelope, box or package must show the hour and date specified for receipt of responses, the solicitation number and title, and the name and return address of the Bidder/Proposer. Hardcopy responses not submitted on the requisite Response Forms may be rejected. Hardcopy responses received at any other location than the specified shall be deemed non -responsive. Directions to City Hall: FROM THE NORTH: I-95-SOUTH UNTIL IT TURNS INTO US I °" US'T SOUTH -TO 27TH AVE: TURN LEFT, PROCEED SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCKTURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT..THE, END.OFPAIV. AMERICAN DR. PARKING IS ON RIGHT. Page 28 of 51 Invitation for Bid (IFB) 274253,4 FROM THE SOUTH: US1 NORTH TO 27TH AVENUE, TURN RIGHT, PROCEED. SOUTH TO SO. BAYSHORE DR. (3RD TRAFFIC LIGHT), TURN LEFT, 1 BLOCK TURN RIGHT ON PAN AMERICAN DR. CITY HALL IS AT THE END OF PAN AMERICAN DR. PARKING IS ON RIGHT. B. Facsimile responses will not be considered. C. Failure to follow these procedures is cause for rejection of bid/proposal. D. The responsibility for obtaining and submitting a response on or before the close date is solely and strictly the responsibility of Bidder/Proposer. The City of Miami is not responsible for delays caused by the United States mail delivery or caused by any other occurrence. Responses received after the solicitation closing date and time will be returned unopened, and will not be considered for award. E. Late responses will be rejected. F. All responses are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. G. Modification of responses already submitted will be considered only if received at the City before the time and date set for closing of solicitation responses. All modifications must be submitted via the Oracle System or in writing. Once a solicitation closes (closed date and/or time expires), the City will not consider any subsequent submission which alters the responses. H. If hardcopy responses are submitted at the same time for different solicitations, each response must be placed in a separate envelope, box, or package and each envelope, box or package must contain the information previously stated in 1.82.A. 1.80. TAXES - The City of Miami is exempt from any taxes imposed by the State and/or Federal Government. Exemption certificates will be provided upon request. Notwithstanding, Bidders/Proposers should be aware of the fact that all materials and supplies which are purchased by the Bidder/Proposer for the completion of the contract is subject to. the Florida State Sales Tax in accordance with Section 212.08, Florida Statutes, as amended and all amendments thereto and shall be paid solely by the Bidder/Proposer. 1.81. TERMINATION -The City Manager on behalf of the City of Miami reserves the right to terminate this contract by written notice to the contractor effective the date specified in the notice should any of the following apply: A. The contractor is determined by the City to be in breach of any of the terms and conditions of the contract. B. The City has determined that such termination will be in the best interest of the City to tenminate the contract for its own convenience; C. Funds are not available to cover the cost of the goods and/or services. The City's obligation is contingent upon the availability of appropriate funds. 1.82. TERMS OF PAYMENT - Payment will be made by the City after the goods and/or services awarded to a Bidder/Proposer have been received, inspected, and found to comply with award specifications, free of damage or defect, and properly invoiced. No advance payments of any kind will be made by the City of Miami. Payment shall be made after delivery, within 45 days of receipt of an invoice and authorized inspection and acceptance of the goods/services and pursuant to Section 218.74, Florida Statutes and other applicable law. 1.83. TIMELY DELIVERY - Time will be of the essence for any orders placed as a result of this solicitation. The City reserves the right to cancel such orders, or any part thereof, without obligation, if delivery is not made within the time(s) specified on their Response. Deliveries are to be made during regular City business hours unless otherwise specified in the Special Conditions. 1.84. TITLE - Title to the goods or equipment shall not pass to the City until after the City has accepted the goods/equipment or used the goods, whichever comes first ',1.85.TRADE SECRETS EXECUTION TO PUBLIC RECORDS DISCLOSURE- All Responses submitted to the City are subject to public disclosure pursuant :to:.Chapter .119, Florida Statutes An Page 29 of 51 Invitation for Bid (IFB) 274253,4 exception may be made for "trade secrets." If the Response contains information that constitutes a "trade secret", all material that qualifies for exemption from Chapter 119 must be submitted in a separate envelope, clearly identified as "TRADE SECRETS EXCEPTION," with your firm's name. and the Solicitation number and title marked on the outside. Please be aware that the designation of an item as a trade secret by you may be challenged in court by any person. By your designation of material in your Response as a "trade secret" you agree to indemnify and hold harmless the City for any award to a plaintiff for damages, costs or attorney's fees and for costs and attomey's fees incurred by the City by reason of any legal action challenging your claim. 1.86. UNAUTHORIZED WORK OR DELIVERY OF GOODS- Neither the qualified Bidder(s)/Proposer(s) nor any of his/her employees shall perform any work or deliver any goods unless a change order or purchase order is issued and received by the Contractor. The qualified Bidder(s)/Proposer(s) shall not be paid for any work performed or goods delivered outside the scope of the contract or any work performed by an employee not otherwise previously authorized. 1.87. USE OF NAME = The City is not engaged in research for advertising, sales promotion, or other publicity purposes. No advertising, sales promotion or other publicity materials containing information obtained from this Solicitation are to be mentioned, or imply the name of the City, without prior express written permission of the City Manager or the City Commission. 1.88. VARIATIONS OF SPECIFICATIONS - For purposes of solicitation evaluation, bidders/proposers must indicate any variances from the solicitation specifications and/or conditions, no matter how slight. If variations are not stated on their Response, it will be assumed that the product fully complies with the City's specifications. Page 30 of 51 Invitation for Bid (IFB) 274253,4 2. Special Conditions 2.1. PURPOSE The purpose of this Solicitation is to establish a contract, for Emergency Debris Removal and Disposal Services, as specified herein, from a source(s) of supply that will give prompt and efficient service fully compliant with the terms, conditions and stipulations of the solicitation. 2.2. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION Any questions or clarifications concerning this solicitation shall be submitted by email or facsimile to the Purchasing Department, Attn: Yadissa Calderon; fax: (305) 400-5369 or email: yaalderon@ci.miami.fl.us. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than Monday, August 8, 2011 at 5:00 PM. All responses to questions will be sent to all prospective bidders/proposers in the form.on an addendum. NO.QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.3. PRE-BID/PRE-PROPOSAL CONFERENCE None 2.4. TERM OF CONTRACT The Contract shall commence upon the date of notice of award and shall be effective for two (2) years with the option to extend for three (3) additional one (1) year periods, subject to the availability of funds for succeeding fiscal years. Continuation of the contract beyond the initial period is a City prerogative; not a right of the bidder. This prerogative will be exercised only when such continuation is clearly in the best interest of the City. 2.5. CONDITIONS FOR RENEWAL Each renewal of this contract is subject to the following: a) Continued satisfactory performancecompliance with the specifications terms and conditions established herein. b) Availability of funds In the event the Contractor(s) is unable to extend the contract for any subsequent period under the above conditions, or for whatever cause, advance written notice and explanation must be submitted to the Chief Procurement Officer, no later than ninety (90) days prior to the annual expiration date. Such notification is subject to the acceptance of the City, or the Contractor(s) may be found to be in default. 2.6. FIXED AND FIRM CONTRACT Bidder is to provide fixed and firm bid prices for the services rendered throughout the term of contract as described herein. This bid does not contain an adjustable clause whereby successful bidder(s) can increase its prices unless there is volatility in the market or drastic price increases to fuel. Under these two scenarios, Section 2.7, Equitable Adjustment, and/or, Section 2.8, Consumer Price Index- (CPI for Fuel), may be invoked by the Purchasing Department. • 2.7. EQUITABLE ADJUSTMENT _ The Purchasing Department may; in its sole discretion; make an equitable adjustment in the contract terms Page 31 of 51 Invitation for Bid (IFB) 274253,4 and/or pricing if pricing or availability of supply is affected by extreme or unforeseen volatility in the marketplace, that is, by circumstances that satisfy all the following criteria: (1) the volatility is due to circumstances beyond the successful bidder(s) control, (2) the volatility affects the marketplace or industry, not just the particular contract source of supply, (3) the effect on pricing or availability of supply is substantial, and (4).the volatility so affects the successful bidder(s) that continued performance of the contract would result in a substantial loss. Successful bidder(s) might have to supply documentation to justify any requested percentage increase in cost to the City of Miami. 2.8. CONSUMER PRICE INDEX- (CP1 FOR FUEL) The Successful Bidder(s) will be allowed to increase/decrease their contractual prices annually to cover future drastic fuel price changes. The market changes will be determined utilizing the Consumer Price Index for All Urban Consumers (CPI-U), U.S. City Average, Miami -Ft. Lauderdale, FL., Gasoline (Unleaded Regular), and Index Base Period between 2011 through 2016. The escalation using the CPI will be determined by the percent change in the level of the CPI between the reference period and a subsequent time period. This will be calculated by first determining the index point change between the two periods and then the percent change. The following example illustrates the computation of percent change: CPI for current period (2011) 331.4 Less CPI for previous period (2010) 240.2 Equals index point change 91.2 Divided by previous period CPI 240.2 Equals= 0.379 Result multiplied by 100 0.379 x 100 Equals=percent change 37.9 Any contractual increases/decreases must occur on the anniversary date of the contract award. Exceptions may be allowed under extreme volatile market conditions and relief may be sought by exercising Section 2.7, Equitable Adjustment Clause. 2.9. NON -APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to Contractor or his assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense to the City. No guarantee, warranty or representation is made that any particular or any project(s) will be awarded to any firm(s). 2.10. METHOD OF AWARD Award of this contract will be made to the three (3) lowest responsible and responsive bidder(s) who bids on all items, and whose bid offers the lowest cost when all items are added in the aggregate, conforming to the specifications herein.Bidders must bid on all items. 2.11. PRIMARY CLIENT (FIRST PRIORITY) SCHEDULE CONFLICT DUE TO VARIOUS AREAS IMPACTED The Successful Bidder(s) agree upon award of this contract that the City of Miami shall be its primary client and shall be serviced first during a schedule conflict arising between this contract and any other contract successful bidder(s) may have with any other cities and/or counties to perform similar services as a result of any catastrophic events such as tornadoes, hurricanes, severe storms, or any other public:,;,:,_..:;. emergency impacting various areas during or approximately the same time. 2.12. BIDDER'S MINIMUM QUALIFICATIONS Page 32 of 51 Invitation for Bid (IFB) 274253,4 a) Bids will be considered only from firms that is and have been regularly engaged in the business of providing Emergency Debris Removal and Disposal Services as described in this Bid for the past five (5) years. b) Bidder shall list as references in the.Header.Attribute Section of this IEB; the services performed within the past five (5) or more years. Include information such as the nature of the emergency, hurricane, storm, major or critical event with overall cost paid to bidder for services rendered. c) Bidder must have a record of performance for a reasonable period of time and sufficient financial support. Bidder shall include with bid most recent completed Annual Financial Report. It is preferable that a Dun & Bradstreet number and a current Dun & Bradstreet Comprehensive Report are submitted with your bid. Failure to submit the AnnualFinancial Report shall deem your bid non -responsive. d) Bidder shall provide a detailed list, of all owned trucks and equipment in its possession to service the City with Emergency Debris Removal and Disposal Services at the time of bid submittal. Bidder shall provide the type of truck or equipment, make, model, license plate number, State registered in, truck or equipment identification number with pictures of all trucks and equipment, and copies of ownership, purchase, or leasing documentation for each item. Failure to demonstrate sufficienttrucks and equipment to service.this contract and to submitrequired detailed list.of trucks and equipment with proof ofownership, purchase, or leasing documents shall render your bidnon-responsive or bidder non -responsible. Attachment A shall be completed in its entirety and submitted with your bid in order to meet this requirement. e) Bidder must demonstrate the necessary equipment and organization to insure that they can satisfactorily provide the services if awarded a Contract under the terms and conditions herein stated. f) Bidder shall not have any member, officer, or stockholder that is in arrears or is in default of any debt or contract involving the City is a defaulter surety otherwise, upon any obligation to the City, and/or has failed to perform faithfully on any previous contract with the City. g) Bidder shall have no record of pending lawsuits or criminal activities, and have never been declared bankrupt. The term "equipment and organization" as used herein shall be construed to mean a fully equipped and well established industry as determined by the proper authorities of the City of Miami, Florida. 2.13. SUBCONTRACTOR(S)'S MINIMUM REQUIREMENTS Bidder must list any or all subcontractor(s) that may be utilized to assist in the efforts of Emergency Debris Removal and Disposal services in Attachment B. Any subcontractor(s) listed must meet the same requirements and submit the same information listed under the above section, 2.13, subsection a) — g), Bidder's Minimum Qualifications. If bidder does not include any subcontractor(s) as part of its bid submittal, it will be construed that bidder will be able to handle the entire workload by itself and will not be allowed to subcontract any of the work unless it request in writing the hiring of subcontractor(s) with the aforementioned requirements attached to its request within seventy two (72) hours of considering hiring subcontractor(s). The City will grant or deny such request in writing within forty-eight (48) hours of receiving said request 2.14. SUBCONTRACTOR(S) OF WORK SHALL BE IDENTIFIED As part of its Bid, the Bidder is required to identify any and all subcontractor(s) s that will be used in the performance of the proposed contract, their capabilities, experience, minority designation, as defined in Ordinance 10062 and the portion of the work to be done by the subcontractor(s). The Successful bidder shall not, at any time during the tenure of the contract, subcontract any part of his/her operations or assign any portion or part of the contract, to subcontractor(s) not originally mentioned in their Bid, except under and by virtue of permission granted by the City through the proper officials as indicated in Section 2.13, Subcontractor(s) Minimum Oualifications. .Nothing contained in these specifications shall be construed as establishing any contractual relationship between any subcontractor(s) and the City. :.,The Successful biddershall be_fully.responsible to the City.forthe acts and omissions of their .subcontractor(s) and its', employees, and for acts and omissions of persons employed by the Successful Page 33 of 51 Invitation for Bid (IFB) 274253,4 bidder. 2.15. WORK ASSIGNMENTS, CITY'S RIGHT -TO ADD•ADDITIONAL CONTRACTOR(S), OR HAVE CONTRACTOR(S) ADD ADDITIONAL SUBCONTRACTOR(S) There are no implied or express guarantee that all successful bidders under this contract will receive work assignments during any given catastrophic events such as tornadoes, hurricanes, severe storms or any other public emergency. However, the City reserves the right to assign work to multiple successful bidders at any given point in time, add Contractor(s) who were not part of the initial award to the contract or direct successful bidder(s) to hire subcontractor(s), which may or may not be part of this bid contract, to expedite the clean-up efforts of debris to restore normalcy and order to the lives of City residents, businesses, and general public in an expeditious manner 2.16. INSURANCE REQUIREMENTS Bidder shall pay on behalf of, indemnify and save City and its officials harmless, from and against any and all claims, liabilities, losses, and causes of action, which may arise out of bidder's performance under the provisions of the contract, including all acts or omissions to act on the part of bidder, including any person performing under this Contract for or on bidder's behalf, provided that any such claims, liabilities, losses and causes of such action are not attributable to the negligence or misconduct of the City and, from and against any orders, judgments or decrees which may be entered and which may result from this Contract, unless attributable to the negligence or misconduct of the City, and from and against all costs, attorneys' fees, expenses and liabilities incurred in the defense of any such claim, or the investigation thereof. The bidder shall furnish to City of Miami, c/o Purchasing Depai intent, 444 SW 2nd Avenue, 6th Floor, Miami, FL 33130, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: Commercial General Liability (Primary & Non Contributory) Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence General Aggregate Limit Products/Completed Operations Personal and Advertising Injury Endorsements Required City of Miami included as an Additional Insured Contingent and Contractual Liability Primary Insurance Clause Premises and Operations Liability $1,000,000 $2,000,000 $1,000,000 $1,000,000 Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Including Owned, Hired, Borrowed or Non -Owned Autos Any One Accident $ 1,000,000 Endorsements Required City of Miami included as an Additional Insured Pollution Liability Endorsement (If Applicable Worker's Compensation Page 34 of 51 Invitation for Bid (IFB) 274253,4 Limits of Liability •. Statutory -State of Florida Waiver of Subrogation A. Limits of Liability $500,000 for bodily injury caused by an accident, each accident. $500,000 for bodily injury caused by disease, each employee $500,000 for bodily injury caused by disease, policy limit IV. Umbrella Liability (Excess Follow Form) A. Limits of Liability Each Occurrence Limit Aggregate Limit V. Pollution Liability (If Applicable) A. Limits of Liability Each Occurrence Aggregate Limit $1,000,000 $1,000,000 $1,000,000 $1,000,000 The above policies shall provide City of Miami with written notice of cancellation or material change from the insurer in accordance to policy provisions. Companies authorized to do business in the State of Florida with the following qualifications, shall issue all insurance policies required above: The company must be rated no less than "A-" as to management, and no less than "Class V" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. The City needs to be named as additional insured. BINDERS ARE UNACCEPTABLE. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the bidder. All insurance policies required above shall be issued by companies authorized to do business under the laws of the State of Florida, with the following qualifications: Certificates will indicate no modification or change in insurance shall be made without thirty (30) days written advance notice to the certificate holder. NOTE: CITY BID NUMBER AND/OR TITLE OF BID MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the bidder of his liability and obligation under this section or under any other section of this Agreement. --If insurance certificates are scheduled to expire during the contractual period, the Bidder shall be responsible for submitting new or renewed insurance certificates to the City at a minimum of ten (10) calendar days in advance of such expiration. —In the event that expired certificates are not replaced with new or renewed certificates which cover the contractual period, the City shall: d. Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Invitation For Bid. e. The.City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from: the Bidder.in conjunction with the General and Special Terms and Conditions of the Bid. - Page 35 of 51 Invitation for Bid (IFB) 274253,4 The Bidder shall be responsible for assuring that the insurance certificates required in conjunction with this Section remain in force for the duration of the contractual period; including any and all option terms that may be granted to the Bidder. 2.17. TIE BIDS Whenever two or more Bids which are equal with respect to price, quality and service are received by the City for the procurement of conunodities or contractual services, a Bid received from a business that certifies that is has implemented a drug -free workplace program shall be given preference in the award process. Established procedures for processing tie Bids will be followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace program, a business shall: (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 action 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' 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 Bid a copy of the statement specified in subsection (1). (4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under Bid, the 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. 2.18. PERFORMANCE AND PAYMENT BOND As this contract is on a standby emergency basis, the City must be certain that the offeror has the capability to obtain, within a few days, in the face of a major disaster, a surety bond to cover the extensive emergency work which may be required to be initiated almost immediately. Therefore, to ensure such capability, the City requires all Bidders to provide a signed Letter of Commitment from their surety company meeting the requirements delineated above with their proposal, in the prescribed form and containing all of the required terns and conditions as set forth herein. The Letter of Commitment shall exhibit clearly the Bidder's ability to obtain, and upon a valid Notice to Proceed, the surety's obligation to provide, a surety Payment and performance Bond for the project for an amount up to $5,000,000. The City reserves the right to seek clarifications to satisfy the requirements of the commitment letter. See Attachment H, Sample Surety Commitment Letter. Failure to include an appropriate executed letter from the surety company in an acceptable format may deem your proposal non -responsive. The successful bidder(s) to whom a contingent award is made for this service will be required to execute and deliver to the City a Performance and Payment Bond in an amount equal to one hundred percent (100%) of the contract price. The Perfonnance Bond can be in the form of a Cashier's Check, made payable to the'City of Miami; a bond written by a surety company authorized to do business in the State of Florida and shall comply with State Statute 287.0935; or an Irrevocable Letter of Credit. If the latter is chosen, it must be written by a bank located in Miami -Dade County, be in the amount of the contract and should clearly and expressly state that it cannot be revoked until express written approval has been given by the -.City of Miami. The City, to draw on same, would merely have to give written notice to the bank with a copy to the contractor. The Performance and Payment Bond Form supplied by the City shall be the only acceptable form: The completed form shall be delivered to the City upon receipt of a valid Notice to Page 36 of 51 Invitation for Bid (IFB) 274253,4 Proceed but before commencing on the job or within 5 calendar days after commencing on the job to . provide services as a result of the City being struck by a Category 1 Hurricane, Tropical Storm, or severe weather, 10 calendar days after a Category 2 or 3 Hurricane, or 15 calendar days after a Category 4 or 5 Hurricane. If the bidder fails to deliver the Payment and Perforniance Bond within this specified time, including granted extensions, the City shall declare the bidder in default of the contractual terns and conditions and the City shall have just cause for contract termination which forfeiture shall be considered, not as a penalty, but in mitigation of damages sustained. The City may then require next lowest responsive, responsible Bidder(s) to commence on the project (See Attachment C, C-1, C-2 & C-3). 2.19. PERFORMANCE AND PAYMENT BOND AMOUNT BASED ON U.S. ARMY CORPS OF ENGINEERS HURRICANE DEBRIS ESTIMATING MODEL The City will forecast the total amount of Emergency Debris Removal and Disposal Services to be provided by contractor(s) based on the U.S. Army Corps of Engineers Hurricane Debris Estimating Model (See Attachment D) to determine the contract price for contractor to deliver a Performance and Payment Bond in the amount of 100% of the contract price, if required by the City 2.20. FAILURE TO PERFORM Should it not be possible to reach the contractor or supervisor and/or should remedial action not be taken within 48 hours of any failure to perform according to specifications, the City reserves the right to declare Contractor in default of the contract or make appropriate reductions in the contract payment. 2.21. NON -APPROPRIATION OF FUNDS In the event no funds or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to Contractor or his assignee of such occurrence, shall have the unqualified right to terminate the contract without any penalty or expense to the City. No guarantee, warranty or representation is made that any particular or any project(s) will be awarded to any firm(s). 2.22. CONTRACTOR'S EMPLOYEES AND ITS SUBCONTRACTOR'S EMPLOYEES ARE SOLE RESPONSIBILITY OF CONTRACTOR AND NOT EMPLOYEE AGENTS CITY All employees of the Contractor and. Subcontractor's, if applicable, shall be considered to be, at all times, employees of the contractor and subcontractor(s) under its sole direction and not employees or agents of the City. The Contractor and Subcontractor(s) shall supply competent and physically capable employees. The City may require the Contractor or Subcontractor to remove an employee the City deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment under this contract is not in the best interest of the City. Each employee shall have and wear proper identification. All the services required herein shall be performed by the Contractor, and all personnel engaged in performing the services shall be fully qualified to perform such services. All personnel of the Contractor and Subcontractor shall be covered by Workmen's Compensation, unemployment compensation, and liability insurance, a copy of which is to be provided to the City. See the document entitled Insurance Requirements for specific requirements. All applicable taxes, fringe benefits, and training for all personnel for the performance under the contract shall be the sole responsibility of the Contractor and Subcontractor. 2.23. SUBCONTRACTOR'S AND SUBCONTRACTOR'S ACTS AND OMISSIONS Page 37 of 51 Invitation for Bid (IFB) 274253,4 The Contractor shall be fully responsible to City for the acts and omissions for its' subcontractors and persons directly or indirectly employed by them, as the Contractor is for the acts and omissions of person employed by it. The Contractor shall.allow appropriate requirements to be placed to all its' subcontractors relative to the services described herein and the City shall exercise all rights reserved to enforce it. 2.24. COMPLIANCE WITH FEDERAL STANDARDS All services performed under this bid shall be in accordance with all governmental standards, to include, but not limited: to, those issued by the office of Safety and Health Administration (OSHA), the National Institute of Occupational Safety Hazards (NIOSH), National Forest Products Association (NFPA), Department of Environmental Resources Management (DERM), and Federal Emergency Management Agency (FEMA)(Refer.to the attached FEMA Recovery Fact Sheet RP9580.201 Debris Contracting Guidance). 2.25. FEDERALLY FUNDED PROJECTS CONTRACT PROVISIONS Contract provisions as outlined on the attached FWHA-1273 Form, as required by the U.S. Department of Transportation, Federal Highway Administration for all emergency relief, federally funded projects are incorparated herein, and made a part of the Special Conditions of this IFB document. 2.26. DUMPING/TIPPING FEES All dumping (tipping) fees are to be billed- as a passed through- to the City of Miami. Successful Bidder(s) is/are required to pay the fee and evidence of payment must be provided with invoice. 2.27. COMPLETED WORK The City shall be notified by the Contractor upon completion of work. The City shall inspect and approve completed work before authorizing payment. Work not satisfactorily completed shall be redone by the Contractor at no additional charge to the City. 2.28. CONTRACT ADMINISTRATOR Upon award, contractor shall report and work directly with Solid Waste Depai tnient Director or authorized designee, who shall be designated as the Contract Administrator. 2.29. SUPERVISION Contractor shall assign one working "On Duty" Supervisor when designated by the contract administrator or his/her designee. Contractor shall also advise the name and telephone number where a responsible Supervisor, or the Contractor, may be reached at any time for purposes of taking complaints and receiving information as to daily contract performance. In the event the assigned Supervisor demonstrates an inability to properly supervise his/her personnel as determined by the contract administrator or his/her designee, then the contract administrator or his/her designee have the authority to request the immediate dismissal of said Supervisor of his/her responsibilities at the facility and Contractor is to assign another individual upon four (4) hour notice (if requested by the City) to supervise staff in a satisfactory manner as determined by the contract administrator or his/her designee. The City shall only be liable for payment of the actual hours worked by said Supervisor(s). 2.30. USE OF PREMISES Page 38 of 51 Invitation for Bid (IFB) 274253,4 .The contractor shall confine his/her equipment, apparatus, the storage of materials, and the operation of his/her workmen to the limits indicated by law, ordinances, permits, or direction of the project manager, and shall not unreasonably encumber the premises with his/her materials. The contractor shall take all measures necessary to protect his own materials. 2.31. DAMAGES TO PUBLIC/PRIVATE PROPERTY The contractor shall carry out the work with such care and methods as not to result in damage to public or private property adjacent to the work. Should any public or private property be damaged or destroyed, the contractor, at his/her expense, shall repair or make restoration as is practical and acceptable to the City and/or owners of destroyed or damaged property promptly within a reasonable length of time. (Not to exceed one month from date damage was done); 2.32. REFERENCES Each bid must be accompanied by a list of references, which shall include the name of the company, dates of contract, description of goods supplied, a contact person and the telephone number. NO BID WILL BE CONSIDERED WITHOUT THIS LIST. 2.33. COMPLETE PROJECT REQUIRED These specifications describe the various items or classes of work required, enumerating or defining the extent of same necessary, but failure to list any item or classes under scope of the several sections shall not relieve the contractor from furnishing, installing or performing such work where required by any part of these specifications, or necessary to the satisfactory completion of the project. 2.34. CONTRACTOR TO BE REPRESENTED The contractor at all times must either be personally present at the worksite or be represented at the worksite by a responsible agent or agents designated by the contractor in written notice to the City prior to the beginning of work. Such notification shall include pertinent data such as addresses, phone numbers, etc., where said agent or' agents may be contacted at any time of the day or night. The agent or agents shall be clothed with full authority to act for the contractor in all cases, and to carry out any instructions relative to the work may be given by the City. 2.35. SPECIFICATION EXCEPTIONS Specifications are based on the most current literature available. Bidder shall notify the City of Miami Purchasing Department, in writing, no less than ten (10) days prior to solicitation closing date of any change in the manufacturers' specifications which conflict with the specifications. For hard copy bid submittals, bidders must explain any deviation from the specifications in writing as a footnote on the applicable specification page and enclose a copy of the manufacturer's specifications data detailing the changed item(s) with his/her submission. For electronic bid submittals, bidders must explain in the Header Section or by an Attachment and, if applicable, enclose a scanned copy of the manufacturer's specifications data detailing the changed item(s) with his/her submission. Additionally, bidders must indicate any options requiring the addition of other options, as well as those which are included as a part of another option. Failure of bidders to comply with these provisions will result. in bidders being held responsible for all costs required to bring the item(s) in compliance with contract specifications. 2.36. PUBLIC CONVENIENCE AND SAFETY The contractor shall conduct his work so as to interfere as little as possible with private•business or public travel. He shall, at his own expense, whenever necessary or required, maintain barricades, maintain lights, and take such other precautions as may be necessary to protect life -and property, and he shall be liable for Page 39 of 51 Invitation for Bid (IFB) 274253,4 all damages occasioned in any way by his actions or neglect or that of his agents or employees. The contractor shall meet the following noise abatement performance standards for all construction equipment: Between the hours of 7:00 A.M. and 6:00 P.M. noise levels shall not exceed 80 dBA at the nearest residential or commercial property line. Operation of equipment should be avoided between the hours of 6:00 P.M. and 7:00 A.M., but if required, the noise level shall not exceed 65 dBA. 2.37. ADDITIONS/DELETIONS OF SERVICE REQUIRED Although this Solicitation identifies specific items/services, it is hereby agreed and understood that any items/services may be added/deleted to/from this contract atthe option of the City. When an addition to the contract is required, the successful bidder(s) under this contract and other supplier(s), as deemed necessary, shall be invited to submit price quotes for these new item(s)/service(s). If these quotes are comparable with market prices offered for similar item(s)/service(s), the supplier(s) and/or item(s)/service(s) shall be added to the contract whichever is in the best interest of the City and an addendum shall be issued by the City. 2.38. AVAILABILITY OF CONTRACT TO OTHER MUNICIPALITIES/DADE COUNTY Although this solicitation is specific to the City of Miami, it is hereby agreed and understood that any other municipality located within Miami -Dade County or any other municipality, may avail itself of this contract and purchase any and all services specified herein from the successful bidder(s) at the contract price(s) established herein so long as it does not create a schedule conflict. Municipality may not avail itself in utilizing this contract, if services are required by the City of Miami during or approximately the same time. The aforementioned shall be utilized only after the successful bidder(s) has been contacted and agreed to provide said services at those established prices. 2.39. SAFETY MEASURES Contractor shall take all necessary precautions for the safety of employees, and shall erect and properly maintain at all times all necessary safeguards for the protection of the employees and the public. Danger signs roaming against hazards created by his/her operation and work in progress must be posted. All employees of contractor shall be expected to wear safety glasses or goggles, appropriate clothing, and hearing protection when and wherever applicable. The contractor shall use only equipment that is fully operational and in safe operating order. Contractor shall be especially careful when servicing property when pedestrians and/or vehicles are in close proximity - work shall cease until it is safe to proceed. 2.40. TERMINATION A. FOR DEFAULT If Contractor defaults in its performance under this Contract and does not cure the default within 30 days after written notice of default, the City Manager may terminate this Contract, in whole or in part, upon written notice without penalty to the City of Miami. In such event the Contractor shall be liable for damages including the excess cost of procuring similar supplies or services: provided that if, (1) it is _..::determined for any reason that the Contractor was not in default or (2) the Contractor's failure to perform is • without his orhis subcontractor's control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City of Miami. Page 40 of 51 Invitation for Bid (IFB) 274253,4 B. FOR CONVENIENCE The City Manager may terminate this Contract, in whole or in part, upon 30 days prior written notice when it is in the best interests of the City of Miami. If this Contract is for supplies, products, equipment, or software,and so terminated for. the convenience by the. City of Miami the Contractor will be compensated in accordance with an agreed upon adjustment of cost. To the extent that this Contract is for services and so terminated, the City of Miami shall be liable only for payment in accordance with the payment provisions of the Contract for those services rendered prior to termination. 2.41. ADDITIONAL TERMS AND CONDITIONS No additional terns and conditions included with the solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists or warranties, it is understood and agreed that the General and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the bidder's/proposer's authorized signature affixed to the bidder's/proposer's acknowledgment form attests to this. Page 41 of 51 Invitation for Bid (IFB) 274253,4 3. Specifications 3.1. PURPOSE The purpose of this Bid is to establish a term, fixed and firm price, contract, by means of sealed bids, for Emergency Debris Removal and Disposal Services, as specified herein, on an as -needed, when needed basis. Said companies shall provide prompt and efficient services to support the City of Miami for the clean-up, pick-up, demolition, removal, reduction, hauling and disposal of debris as directed by the City in order to eliminate immediate threats of life, public health, and safety as a result of any catastrophic events such as tomadoes, hurricanes, severe storms or any other public emergency for the Department of Solid Waste. Additionally, said companies will provide disaster recovery, technical support and technical program management assistance. These services may involve comprehensive management of the City's disaster recovery program that includes planning and executing debris collection and disposal and ensuring compliance with all FEMA requirements relating to monitoring, truck and trailer certifications, load ticket validations and ticket accounting services. In addition, selected Contractor(s) may be required to provide community relations support during all phases of the disaster recovery including progress reports, damage complaint investigations and resolutions and progress reports. The work shall consist of clearing and removing any and all "eligible" debris (see below for a definition of eligible debris) primarily from the public right-of-way (ROW) of streets and roads, as directed by the Contract Administrator (CA). Work will include 1) examining debris to determine whether or not debris is eligible, burnable or non burnable, 2) loading the debris, 3) hauling the debris to an approved dumpsite or landfill, and 4) dumping the debris at the dumpsite or landfill. Ineligible debris will not be loaded, hauled, or dumped under this contract. Burnable debris will be loaded separately from non -burnable debris. Mixed loading of burnable and non -burnable will be kept to a minimum The CA will determine the appropriate dumpsite for mixed loads. Debris removal shall include all eligible debris found on the ROW within the area designated by the CA. The CA may specify any eligible debris within the ROW which should not be removed, or which should be removed at a later time. The Contractor(s) shall make as many passes through the designated area as required by the CA. The Contractor(s) shall not move from one designated work area to another designated work area without prior approval from the CA. Any eligible debris, such as fallen trees, which extends onto the ROW from private property, shall be cut at the point where it enters the ROW, and that part of the debris which lies within the ROW shall be removed. The Contractor(s) shall not enter onto private property during the performance of this contract, unless specifically authorized by the CA. 3.2 DEFINITIONS Chipping: Reducing wood related material by mechanical means into small pieces to be used as mulch or fuel. Chipping and mulching are often used interchangeably Debris: Scattered items and materials broken, destroyed, or displaced by a natural disaster such as trees, construction, and demolition material, personal property. Debris, Construction and Demolitions (C & D): Material generated from damaged or destroyed structures including, but not limited to: wood waste (lumber), insulation, gypsum board, glass, concrete, asphalt, bricks, roofing shingles, and roofing tiles. Much of this material can be recycled, if recycling facilities are available. Debris, Non -Vegetative: Includes, but not limited to, treated timber, plastic, glass, rubber products, metal products, sheet rock, cloth items, non -wood building materials and carpeting. Some non -vegetative debris is recyclable. Recyclable debris includes metal products, trailer parts, household appliances, or uncontaminated soil. Debris, Vegetative: Includes, but not limited to trees, limbs, branches, and foliage that have been broken, destroyed, or displaced by a natural disaster. Debris Clearance: Clearing the major road arteries by pushing debris to the roadside to accormnodate emergency traffic. Debris Removal: Picking up debris and taking it to a temporary storage site or permanent landfill. Debris Disposal: Placing mixed' debris and/or residue from volume.reduction operations into an approved landfill or recycling center. Page 42 of 51 Invitation for Bid (IFB) 274253,4 Final Disposal Site: Site to be identified and secured by the Contract prior to the start of each hurricane season for the disposal of vegetative debris. Garbage: Waste that is regularly picked up by the City, such as food, plastics, wrapping, papers, etc. Hazardous Waster Materials and products from institutional, commercial, recreational, industrial, and agricultural sources that contain certain chemicals with one or more of the following characteristics, as defined by the Environmental Protection Agency: (1) Toxic, (2) Flammable, (3) Corrosive and/or (4) Reactive Household Hazardous Waste: Used or leftover contents of consumer products that contain chemicals with one or more of the following characteristics, as defined by the Environmental Protection Agency: (1) { Toxic, (2) Flammable, (3) Corrosive and/or (4) Reactive. Examples of household hazardous waste include small quantities of normal household cleaning and maintenance products, latex and oil based paint, cleaning solvents, gasoline, oils, swimming pools chemicals, pesticides, propane gas cylinders. Recycling: The recovery and reuse of metals, soils, and construction materials that may have a residual monetary value. Rights -of -Way: The portions of land over which facility, such as highways, railroads, or power lines are built. Includes land on both sides of the street up to the property line. Storage Site: Also known as Temporary Staging Sites for Debris Processing and Reduction(TDSRS) is a location where debris is temporarily stored until it is reduced in volume and/or taken to a permanent landfill, recycling center, or other final disposal site. Stumps: Tree stumps with base cut measurements less than 2 feet in diameter will be disposed of with the same methods used for other vegetative debris. Tree stumps larger than 2 feet in diameter will be disposed of by either splitting and burning or chipping/grinding. The method will be at the discretion of the City. White Goods/Metals: Household appliances, such as refrigerators, freezers, stoves, washers, and dryers. 3.3 DEBRIS CLASSIFICATION Eligible Debris: Debris that is within the scope of this contract falls under three possible classifications: Burnable, Non -Burnable, and Recyclable. Debris that is classified as Household Hazardous Waste (HHW) is not to be transported by this contract. Ineligible Debris: Ineligible debris to remain in place includes, but is not limited to, chemicals, petroleum products, paint products, asbestos, and power transformers. Any material that is found to be classified as hazardous or toxic waste (HTW) shall be reported immediately to the designated CA. At the CA direction, this material shall be segregated from the remaining debris in such a way as to allow the remaining debris to be loaded and transported. Standing broken utility poles, damaged and downed utility poles and appurtenances, transformers and other electrical material will be reported to the. CA. Emergency workers shall exercise due caution with existing overhead and underground utilities and above ground appurtenances, and advise the appropriate authorities of any situation that poses a health or safety risk to workers on site or to the general population. Burnable Debris: Burnable debris includes all biodegradable matter except that included in the following definitions of other categories of debris. It includes, but is not limited to, damaged and disturbed trees; bushes and shrubs; broken, partially broken and severed tree limbs; untreated structural timber; untreated wood products; and brush. Burnable Construction Debris: Burnable construction and demolition debris consists non -creosote structural timber, wood products, and other materials designated by the City of Miami. Non -Burnable Debris. Non -burnable debris includes, but is not limited to, treated timber;plastic; glass; rubber products; metal products; dry wall; cloth items; non -wood buildingmaterials; metal products (i.e. Mobile Trailer parts, Household appliances (White Metal),and similar items), or uncontaminated soil; roofing materials; and carpeting. Household Hazardous Waste (HHW). Household hazardous wastes, such as petroleum products, paint products, etc., and known or suspected hazardous materials, such as asbestos, lead -based paint, or electrical transformers shall be removed by others. Coordination for hazardous debris removal is the responsibility of the City. Stumps. Tree sttimps located within the ROW with are one-half or more of he root ball exposed will be Page 43 of 51 Invitation for Bid (IFB) 274253,4 removed. Tree stumps with base cut diameter measurements less than or equal to 24 inches (measured 24 inches up from where the tree originally exited the ground) will be considered to be burnable debris and removed of with the same methods used for other burnable debris. Tree stumps larger than 24 inches in diameter will be removed of as splitting, burning or chipping/grinding and paid for in accordance to the MEASURMENT and PAYMENT paragraphs in this contract. 3.4 SCOPE OF WORK Disaster Recovery Management Contractor(s)s to support the City of Miami in the management of debris, vegetative debris, pick-up, hauling, and final disposition at a state/federal permitted disposal facility meeting all regulatory requirements resulting from, but not limited to, catastrophic events such as hurricanes, tornadoes or severe storms. These services may involve comprehensive management of the City's disaster recovery program including: 1. Planning and execution of all debris collection and removal operations as directed by the City. 2. Pre -staging of equipment and personnel. 3. Emergency Road Clearance • Removal of debris from the primary arterial roadways and the primary transportation routes as directed by the City Schedule of timeline for debris removal strategically citywide 4. Debris Removal from Public Property — Removal of debris from public rights -of -way. Removal of debris beyond public rights -of -way, as necessary, to abate imminent and/or significant threats to the public health and safety of the community. 5. Debris Removal from Private Property — Should an imminent threat of life, safety and health to the general public be present on private property, the Contractor(s), as directed by the City, will accomplish the removal of debris from private property. 6. Temporary Staging Sites for Debris Processing and Reductio (TDSRS) Sand screening Debris Sorting Grinding and mulching operations Reduction The Contractor(s) will prepare and maintain a sufficient number of TDSRS sites to accept and process all eligible storm vegetative debris. Preparation and maintenance of sites shall include maintenance of the TDSRS approach and interior road(s) for the entire period of debris hauling, including provision of stone for any roads that require stabilization for ingress and egress. Each site shall include a roofed inspection tower sufficient for a minimum of three (3) inspectors (City, FEMA and Monitoring Consultant) for the. inspection of all incoming and exiting loads. All debris shall be processed in accordance with federal, state and local laws and FEMA standards,. rules and regulations. Processing shall include reduction by grinding. Prior to reduction, all debris shall be segregated between vegetative debris, construction and demolition debris, recyclable debris, white goods and hazardous waste. 7. Infrastructure Damage and Repair Assessments All damages property/vehicle/utility shall be reported and resolved by the Contractor(s) All temporary staging sites shall be returned to pre-existing condition when project is completed (sodding, fencing, paved roads, etc.) 8. General Hazardous Waste Abatement — Abatement of hazardous waste identified by the City in accordance with all applicable federal, state and local laws and FEMA standards, rules and regulations. 9. Debris Disposal — Disposal of all eligible debris, reduced debris and other products of the debris management process in accordance with all applicable federal, state and local laws and FEMA standards, rules and regulations. 10. Planning and execution of all reduced vegetative debris pickup, hauling and delivery of material to final destination for disposal. 11. Final disposal must be at a state/federal permitted facility meeting all regulatory requirements for disposition. • 12. All trucks will be certified by the City's monitoring company. Page 44 of 51 Invitation for Bid (IFB) 274253,4 13. All trucks will be properly labeled pursuant to the criteria of the City's procedure for hauling debris from temporary staging sites. 14. Contractor(s) must provide load tickets and disposal tickets for final disposition verification as certified by the City or City's Monitoring Company. 15. Infrastructure Damage and Repair Assessments • All damages property/vehicle/utility shall be reported and resolved by the Contractor(s) 16. Documentation and Inspections — Storm debris shall be subject to inspection by appropriate state agencies (FEMA, DERM, etc.) Inspections will be to insure compliance with the contract and applicable federal, state, and local laws, and FEMA standards, rules, and regulations. The Contractor(s) will, at all times provide the City access to all work sites (temporary staging areas and disposal areas even if site is not City property). The Contractor(s) and the City will have in place at the Temporary Debris Staging and Reduction (TDSRS's) personnel to verify and maintain records regarding the contents and cubic yards of the vehicles entering and leaving the TDSRS's. 17. Work Areas - The City shall establish and approve all areas that the Contractor(s) will be allowed to work, including the number of crews necessary to accomplish the task and daily updates of completion. The Contractor(s) will remove all eligible debris and leave the site and locations from which the debris was removed in a clean and neat condition. 18. White Goods — The Contractor(s) may expect to encounter white goods available for disposal. White goods will constitute household appliances as defined in the Florida Administrative Code. The Contractor(s) will dispose of all white goods encountered in accordance with applicable federal, state and local laws. • 19. Hazardous Stumps — The Contractor(s) shall remove all stumps that are determined to be hazardous to public access and as directed by the City. The City, through their monitors will measure each stump three (3) feet above normal ground level, to determine the diameter of the trunk. Once the diameter is established the stump will be physically removed by the best means available. Stumps shall be hauled to TDSRS where they shall be inspected prior to grinding. If left in the ground the stumps will be cut flush to the ground and then grind, all roots must be removed and holes filled with dirt. Pricing should be submitted for the following: • Stumps 25 inches in diameter but less than 37 inches in diameter Stumps 37 inches in diameter but less than 49 inches in diameter Stumps equal to or greater than 49 inches in diameter 20. Tree Removal and Tree Hangers (Public Owned and Maintained Areas) The Contractor(s)shall remove both downed and leaning trees (including stump associated with such a tree), hangers, and broken limbs that pose.a significant threat to public health and safety as directed by the City. The City, through their monitors, will measure each tree three (3) feet above normal ground level. To determine the diameter established, the tree will be physically removed by the best means available. Pricing for this scope of service should be detailed as follows and provided on a cradle to grave basis, which is one price for removal and transport to final destination: Trees up to, but less than 6 inches in diameter Trees 6 inches in diameter and up, but less than 12 inches Trees 12 inches in diameter and up, but less than 24 inches Trees 24 inches in diameter and up, but less than 48 inches Trees equal to or greater than 48 inches indiameter The removal of hanging or broken limbs will be conducted on a per cost tree basis (regardless of the number of hangers removed) up to a height of 65 feet, at the city's discretion. Pricing shall be provided on a cradle to grave basis, which is one price for removal through disposal at final destination. 21. Fill Dirt — The Contractor(s) shall place compacted fill dirt in holes created by removed stumps and/or ruts created by equipment that pose a hazard to public access by direction of the City or in any other location as directed by the City. 22. Documentation and Recovery Process — Contractor(s) will provide the following: Recovery process documentation — create recovery process documentatiop.plan.. Maintain documentation of recovery process. Provide written and oral status reports as requested by the City. Review documentation for accuracy and quantity. Page 45 of 51 Invitation for Bid (IFB) 274253,4 Assist in preparation of claim documentation as required. 23. Flag Personnel: • The Contractor(s) shall provide suitably qualified and equipped flag personnel when debris removal operations encroach on traffic lanes. The regulation of traffic by flag personnel shall be in accordance with the requirements of FDOT or the authority having jurisdiction 24. Flares and Lights: • During periods of low visibility, Contractor(s) shall provide flares and Lights to guide traffic, if necessary, to clearly delineate traffic lanes, Illuminate parking areas, and to warn of hazardous areas. • Flag personnel shall use lights in directing traffic during periods of low visibility. 25. Parking Control: • Contractor(s) shall control all Contractor(s) related vehicular parking so as to not interfere with public traffic access and parking, access to Emergency vehicles, the City's operations or work operations. Contractor(s) shall ensure free vehicular access to and through the Parking areas. Contractor(s) shall not permit parking on or adjacent to access roads or in non -designated areas. 26. Posted Speed Limits Contractor(s) and his/her staff will adhere to all posted speed limits per Department of Transportation (DOT) regulations. Additionally, adherence to speed limits posted at temporary staging sites are required. Contractor(s) shall require all Contractor(s) related vehicular traffic to adhere to all Depai tuient of Transportation toll station criteria. 27. Posted Weight Limits Contractor(s) and his/her staff will adhere to all posted weight limits per the Department of Transportation (DOT) regulations. 28. Cost Structure Pricing must be provided on a cost per cubic yard and on a tonnage basis Where specified pricing shall be provided on a cradle to grave basis Pricing: Hauling $ per/CY $ per Ton Disposal $ • per/CY $ per Ton Single Fee $ per/CY $ per Ton (Single Fee=Hauling + Disposal) 3.5 CONTRACTOR(S) PERFORMANCE NOT TO INTERFERE WITH FEDERAL, STATE, LOCALAND OTHER GOVERNMENTAL ACTIVITY The Contractor(s) shall conduct the work so as not to interfere with the disaster response and recovery activities of Federal, State, and Local governments or agencies, or of any public utilities: 3.6 CITY'S RIGHT TO INSPECT SITE, QUANTITIES, AND OPERATIONS The City or its designee reserves the right to inspect the site, verify quantities, and review operations at any time. 3.7 LOAD TICKETS "Load tickets" will be used for recording volumes of debris removal(See Attachment E). Each ticket will contain the following information: Ticket Number Contract Number Date Contractor(s) Name Site Departure Time Page 46 of 51 Invitation for Bid (IFB) 274253,4 Dump Arrival Time Debris Classification Debris Quantity 3.8 DISTRIBUTION AND VALIDATION OF LOAD TICKETS Load tickets will be issued by a CA or designee prior to departure from the loading site. The CA or designee will keep one copy of the ticket, and give three copies to the vehicle operator. Upon arrival at the dumpsite, the vehicle operator will give the three copies to the CA or designee at the dumpsite, the CA or designee will validate, retain one copy and give two copies to driver for the Contractor's records, (one copy for the sub-Contractor(s) and one copy for the prime Contractor(s). 3.9 DUMPSITES The Contractor(s) shall use only debris dumpsites designated by the City as temporary or permanent by Contractor(s) in this bid. Contractor(s) must provide location(s) of permanent dumpsites. The Contractor(s) shall haul non -burnable debris to the site designated for non -burnable debris and burnable debris to the burn sire designated. The dumpsite operator shall direct all dumping operations. The Contractor(s) shall cooperate with the dumpsite operator to facilitate effective dumping operations. 3.10 : PERFORMANCE SCHEDULE AND LIQUIDATED DAMAGES The Contractor(s) shall commence performance on the commencement date indicated on the purchase order. The Contractor(s) shall, with the CA direction, perform services consistent with the plan showing where operations will begin and which streets/roads will be cleared on a 2, 7, 14 day projection. The plan will be updated every 2 days. Maximum allowable time for completion in calendar days will be indicated in the purchase order, unless the City initiates additions or deletions to the contract by written change orders. Subsequent changes in completion time will be equitably negotiated by both parties pursuant to applicable State and Federal law. Liquidated damages shall be assessed at $1,000 per calendar day for any time over the maximum allowable time established by the contract. 3.11 TRUCKS AND EQUIPMENT All trucks and other equipment must be in compliance with all applicable federal, state, and local law, and FEMA rules and regulations. Any truck used to haul debris must be capable of rapidly dumping its load without the assistance of other equipment; be equipped with a tailgate that will effectively contain the debris during transport and permit the truck to be filled to capacity; and measured and marked for its load capacity. Sideboards or other extensions to the bed are allowable provided they meet all applicable rules and regulations, cover the front and both sides, and are constructed in a manner to withstand severe operating conditions. The sideboards are to be constructed of 2" by 6" boards or greater and not to extend more than two feet above the metal bedsides. The CA must approve all requests for extensions. Equipment will be inspected prior to its use by the Contract Administrator or designee. Trucks and other heavy equipment designated for use under this contract shall be equipped with two signs; one attached to each side indicating primary Contractor(s) or Subcontractor(s) name. Prior to commencing debris removal operations, the Contractor(s) shall present to the City's representative or designee a listing of all trucks or trailers that will be used for hauling debris, for the purpose of determining hauling capacity. The hauling capacity will be based on the interior dimensions of the truck's metal dump bed. Hauling capacity, in cubic yards, will be recorded and marked on each truck or trailer with permanent markings. Each truck or trailer will also be numbered for identification with a permanent marking. Trucks or equipment which are designated for use under this contract shall not be used for any other work during the working hours of this contract. The Contractor(s) shall not solicit work from private citizens or others to be performed in the designated work area during the period of this contract. Under no circumstances will the Contractor(s) mix debris hauled for others with debris hauled under this contract. Equipment used under this contract shall be rubber tired and sized properly to fit loading conditions. Excessive size equipment (6 CY and up) and non -rubber tired -equipment must -be -approved by the CA. • 3.12 REPORTING Page 47 of 51 Invitation for Bid (IFB) 274253,4 The Contractor(s) shall submit a report to the CA during each day of service performed. Each report shall contain, at a minimum, the following information: Contractor(s)'s Name Contract Number Crew Location of work Day of Report Daily and cumulative totals of debris removed, by category Discrepancies between the daily report and the corresponding load tickets will be reconciled no later than the following day (See Attachment F). 3.13 SUPERVISION OF LABOR AND CONTRACTOR(S)RESPONSIBILITY FOR EMPLOYEES SAFETY AND COMPENSATION The Contractor(s) shall supervise and direct the work, using skillful labor and proper equipment for all tasks. The Contractor is solely responsible for the means, methods, techniques, sequences, safety program and procedures. Safety of the Contractor's and Subcontractor's personnel and equipment is the responsibility of the Contractor(s) and its' Subcontractors. Contractor(s) shall employ and maintain on work site(s), a qualified supervisor(s) who shall have full authority to act on behalf of the Contractor and all communications given to the supervisor by the CA shall be as binding as if given to the Contractor. Additionally, the Contractor(s) shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract. 3.14 LICENSES AND PERMITS The Contractor(s) must be duly licensed in accordance with the state's statutory requirements to perform the work. The Contractor(s) shall obtain all permits necessary to complete the work. The Contractor(s) shall be responsible for determining what permits are necessary to perform under the contract. Copies of all permits shall be submitted to the CA. 315 CORRECTIVE ACTIONS The Contractor(s) shall be responsible for taking corrective action in response to any notices of violations issued as a result of the Contractor(s) or any SubContractor(s) actions or operations during the performance of this contract. Corrections for any such violations shall be at no additional cost to the City. 3.16 MAINTENANCE OF TRAFFIC (M.O.T) PLAN The Contractor(s) shall be responsible for control of pedestrian and vehicular traffic in the work area. The Contractor(s) shall provide all flag persons, signs, equipment, and other devices necessary to meet Federal, State, and Local requirements. The traffic control personnel and equipment shall be in additional to the personnel and equipment required in other parts of this contract. At a minimum, one flag person should be posted at each approach to the work area. 3.17 DEBRIS MEASUREMENT Measurement for burnable debris removed will be by the cubic yard or per ton as predeterminedthrough truck bed measurement. Trucks with less than full capacities will be adjusted down byvisual inspection or as indicated by truck scales by the CA. Measurement will be documented by load tickets. Measurement for non -burnable debris removed will be by the cubic yard or per ton as predetermined through truck bed measurement. Trucks with less than full capacities will be adjusted down by visual inspection or as indicated by truck scales by the CA. Load tickets will document measurement. Measurement for payment of stumps removed with 25 to 36 inch diameters base cuts (measured 24 inches up from where the tree originally exited the ground) shall be per,stump. ::Measurement for payment of stumps removed with 37 to 48 inch diameter base cuts (measured 24 inches up from where the tree originally exited the ground) shall be per stump. Page 48 of 51 Invitation for Bid (IFB) 274253,4 Measurement for payment of stumps removed with 49 inch and larger diameter base cuts (measured 24 inches up from where the tree originally exited the ground) shall be per stump. 3.18 PAYMENT Payment for the removal of burnable debris (including stumps 24 inches and smaller) to include all cost associated with loading, hauling and dumping will be paid for under the contract bid item for Burnable Debris. Payment for the removal of non -burnable debris to include all cost associated with loading, hauling and dumping will be paid for under the contract bid item for Non -burnable Debris. Payment for the removal of stumps, 25 inches and larger, to include all cost associated with loading, hauling and dumping will be paid for under the contract bid item for the appropriate size category for Stumps. Payment for mobilization and demobilization will be in a lump sum and paid for under the contract bid item for Mobilization and Demobilization. - Payment for work completed may be invoiced on a bi-weekly basis. Invoices will be based on verified quantities from the daily operational reports and valid load tickets. The Contractor(s) will be entitled to invoice for 60% of the mobilization and demobilization line item after all equipment is delivered to the designated work site. The remaining 40% will be due after all equipment is removed from the work site and receipt of a proper invoice. All payments made under this contract will be in accordance with PAYMENTS clauses located in other sections of this contract. The City may withhold, in whole or in part, payment to such extent as may be necessary to protect itself from loss on account of: Non -satisfactory work not remedied Claims filed or reasonable evidence indicating probable filing of claims by other parties against Contractor or City because of Contractor's performance Failure of Contractor to make payments properly to Subcontractors or for material or labor. Damage to another contractor not remedied • Liquidated damages and costs incurred by City for failure to perform • Failure of Contractor to provide any and all documents required. When the above grounds are removed or resolved satisfactory to the Contract Administrator, payment shall be made in whole or in part. 3.19 RETAINAGE FEE The City shall withhold a retainage fee in the amount of ten percent (10%) of the value of the work of the estimated amount of the project completed. Additionally, said amount shall be withheld until all site reclamation is completed in accordance with all Federal, State and Local laws, standards and regulations. Site reclamation shall be accomplished in accordance with the Contractor(s)'s Debris Management Plan. Temporary Staging Site Areas will be restored to its Pre -Use Condition. All costs for site reclamation shall be required as a part of this bid. Upon successful completion of same, retainage amount shall be released upon the CITY'S certification of all required criteria has been successfully completed and releases of liens received by contractor and subcontractor(s). 3.20 FINAL RELEASE OF LIEN BY CONTRACTOR AND SUBCONTRACTOR(S) Before issuance of the Final Release of Lien by Contractor for Payment, CONTRACTOR shall deliver to the City a complete release of all liens arising out of this Contract, receipts in full in lieu thereof; an affidavit certifying that all subcontractors have been paid in full and that all other indebtedness connected with the Work has been paid, and a consent of the surety to final payment (See Attachment G). 3.21 TEMPORARY DEBRIS STAGING AND REDUCTION SITE (TDSRS) Debris shall be removed citywide and taken to a temporary debris staging and reduction site. The primary staging site will be the -City of Miami's Virginia Key Compost Facility located at 3701-Rickenbacker Causeway (other staging sites will be identified as needed). The;primary facility will be used to temporarily. store debris for reduction -and subsequent hauling for final disposals The Contractor(s) shall provide an Page 49 of 51 Invitation for Bid (IFB) 274253,4 on -site indoor/office workspace and any necessary utilities, connection and hook ups independent of the City. Additionally, the two other sites utilized in the past for debris management, Biscayne Park and Athalie Range Park, have subsequently had extensive improvements made that were not in place previously. In recognition of the changing needs of the City with respect to limited potential TDSRS locations, current property development within the City and the need to acquire additional sites within the City to support a significant debris generating event, the potential to utilize sites with substantial improvements above and beyond sites utilized in the past needs to be addressed. The following additional provisions for extensive temporary site restoration, if required, will apply and include but are not limited to the following: 1. Evaluate each potential temporary debris staging site as presented by the City on an individual basis to develop the appropriate plan for optimal use, preparing the site for debris storage and for subsequent restoration after operations cease. 2. Provide to the City a video record of the pre- and post -use site conditions. 3. Prepare a plan of proposed site layout and review with the City prior to its implementation. 4. At the direction of the City, and based on City approved plan, preparations shall be made for the removal of pertinent site improvements such as fencing, lighting, irrigation, etc. to be stored appropriately for reinstallation, as feasible, after operations cease. 5. Upon closure of the TDSRS, restore the TDSRS to its pre -use condition, meeting all regulatory requirements for the site closure; survey the site to verify that it has been restored to pre -use elevation and condition. 6. As directed by the City, sod, hydro -seed or sprig the TDSRS property once all other site closure issues have been addressed and cleared by the appropriate environmental agency. 7. As directed by the City, reinstall and/or replace all deconstructed site elements removed for debris operations back to pre -disaster conditions. 8. As directed by the City, Contractor shall provide an itemized proposal to the City for review and approval prior to commencement of restoration activities including but not limited to the above items. 3.22 SERVICES AND FACILITIES Contractor(s) shall provide and pay for all labor, tolls, equipment, transportation, supervision, and all other services and facilities of any nature whatsoever necessary to execute, complete and deliver the services within the time specified in the Purchase Order Page 50 of 51 Invitation for Bid (IFB) 274253,4 Page 51 of 51 IFB 274253 ATTACHMENT A Trucks and Equipment List for Primary Contractor Trucks and Equipment List: List all owned trucks and equipment Bidder has in its possession to service the City with Emergency Debris Removal and Disposal Services at the time of bid submittal. Bidder shall provide the type of truck or equipment, make, model, license plate number, state registered in, truck or equipment identification number with pictures of all trucks and equipment, and copies of ownership, purchase, or leasing documentation for each item. PRIMARY CONTRACTOR TRUCK/EQUIPMENT TYPE MAKE MODEL LICENSE PLATE NO. STATE REGISTERED IN TRUCK/EQUIPMENT IDENTIFCATION NO. IFB 274253 ATTACHMENT B Truck and Equipment List for Subcontractors Trucks and Equipment List: List all owned trucks and equipment Bidder has in its possession to service the City with Emergency Debris Removal and Disposal Services at the time of bid submittal. Bidder shall provide the type of truck or equipment, make, model, license plate number, state registered in, truck or equipment identification number with pictures of all trucks and equipment, and copies of ownership, purchase, or leasing documentation for each item. SUBCONTRACTOR(S) SUBCONTRACTOR NAME: TRUCK/EQUIPMENT TYPE MAKE MODEL LICENSE PLATE NO. STATE REGISTERED IN TRUCK/EQUIPMENT IDENTIFCATION NO. SUBCONTRACTOR NAME: TRUCK/EQUIPMENT TYPE MAKE MODEL LICENSE PLATE NO. STATE . REGISTERED IN TRUCK/EQUIPMENT IDENTIFCATION NO. IFB 274253 ATTACHMENT C PERFORMANCE AND PAYMENT BOND REQUIREMENTS The successful bidder shall furnish a Performance Bond, as stipulated on the Special Conditions of this IFB. The following specifications shall apply to the bond required: A. All bonds shall be written through surety insurers authorized to do business in the State of Florida as surety, with the following qualifications as to management and financial strength according to the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey: Bond Amount Best Rating 0 to 500,000 B V 500,001 to 1,500,000 B+ VI 1,500,001 to 2,500,000 . A VII 2,500,001 to 5,000,000 A VIII 5,000,000 to 10,000,000 A IX Over 10,000,000 A+ X B. Surety insurers shall be listed in the latest Circular 570 of the U.S. Department of the Treasury entitled "Surety Companies Acceptable on Federal Bonds", published annually. The bond amount shall not exceed the underwriting limitations as shown in this circular. C. For contracts in excess of 500,000 the company must have been listed for at least three consecutive years, or holding a valid Certificate of Authority of at least 1.5 million dollars and on the Treasury List. D. Surety Bonds guaranteed through U.S. Govemment Small Business Administration or Contractors Training and Development Inc. will also be acceptable. E. In lieu of a Performance Bond, an irrevocable letter of credit or a cash • bond in the form of a certified cashier's check made out to the City of Miami will be acceptable. All interest will accrue to the City of Miami during the life of this contract and as long as the funds are being held by the City. F. The attorney -in -fact or other officer who signs a contract bond for a surety company must file with such bond a certified copy of power of attorneyauthorizing the officer to do so. The contract bond must be counter signed by the surety's resident Florida agent. .. The City of Miami reserves the right to reject any and all security tendered to the City. The undersigned bidder acknowledges that (s)he has read the above information and agrees to comply with the above requirements. Bidder: Signature: (Company name) Date: Print: Name: FAILURE TO COMPLETE; SIGN, AND RETURN THIS FORM IF REQUIRED SHALL DISQUALIFY THIS BID. ATTACHMENT C-1 FORM OF PERFORMANCE BOND (Page lof 3) IFB 274253 BY THIS BOND, We , as Principal, hereinafter called CONTRACTOR, and , as Surety, are bound to the City of Miami, Florida, as Obligee, hereinafter called CITY, in the amount of Dollars ($ ) for the payment whereof CONTRACTOR and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has by written agreement entered into a Contract, Bid/Contract No.: , awarded the day of 20 , with CITY which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if CONTRACTOR: 1. Performs the Contract between CONTRACTOR and CITY for the services of , the Contract being made a part of this Bond by reference, at the times and in the manner prescribed in the Contract; and 2. Pays CITY all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that CITY sustains as a result of default by CONTRACTOR under the Contract;. and 1r13 274253 FORM OF PERFORMANCE BOND (Page 2of 3) 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract; then THIS BOND IS VOID, OTHERWISE IT REMAINS IN FULL FORCE AND EFFECT. Whenever CONTRACTOR shall be, and declared by CITY to be, in default under the Contract, CITY having performed CITY obligations thereunder, the Surety may promptly remedy the default, or shall promptly: 3.1. Complete the Project in accordance with the terms and conditions of the Contract Documents; or 3.2. Obtain a bid or bids for completing the Project in accordance with the terms and conditions of the Contract Documents, and upon determination by Surety of the lowest responsible Bidder, or, if CITY elects, upon determination by CITY and Surety jointly of the lowest responsible Bidder, arrange for a contract between such Bidder and CITY, and make available as work progresses (even though there should be a default or a succession of defaults under the Contract or Contracts of completion arranged under this paragraph) sufficient funds to pay the cost of completion Tess the balance of the Contract Price; but not exceeding, including other costs and damages for which the Surety may be liable hereunder, the amount set forth in the first paragraph hereof. The term "balance of the Contract Price," as used in this paragraph, shall mean the total amount payable by CITY to CONTRACTOR under the Contract and any amendments thereto, less the amount properly paid by CITY to CONTRACTOR. No right of action shall accrue on this bond to or for the use of any person or corporation other than CITY named herein. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect Surety's obligation under this Bond. Signed and sealed this day of , 20 FORM OF PERFORMANCE BOND (Page 3 of 3) WITNESSES: Secretary By: (CORPORATE SEAL) IFB 274253 (Name of Corporation) (Signature) (Print Name and Title) IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney -in -Fact Address: (Street) (City/State/Zip Code) Telephone No.: TB 274253 ATTACHMENT C-2 FORM OF PAYMENT BOND (Page 1 of 3) BY THIS BOND, We , as Principal, hereinafter called CONTRACTOR, and as Surety, are bound to the City of Miami, Florida, as Obligee, hereinafter called CITY, in the amount of Dollars ($ ) • for the payment whereof CONTRACTOR and Surety bind • themselves, their heirs, executors, administrators, successors and assigns, jointly and severally. WHEREAS, CONTRACTOR has by written agreement entered into a Contract, Bid/Contract No.: awarded the day of , 20 , with CITY which Contract Documents are by reference incorporated herein and made a part hereof, and specifically include provision for liquidated damages, and other damages identified, and for the purposes of this Bond are hereafter referred to as the "Contract"; THE CONDITION OF THIS BOND is that if CONTRACTOR: 1. Pays CITY all losses, liquidated damages, expenses, costs and attorney's fees including appellate proceedings, that CITY sustains because of default by CONTRACTOR. under the Contract; and 2. Promptly makes payments to all claimants as defined by Florida Statute 255.05(1) for all labor, materials and supplies used directly or indirectly by CONTRACTOR in the performance of the Contract; THEN CONTRACTOR'S OBLIGATION SHALL BE VOID; OTHERWISE, IT SHALL REMAIN IN FULL FORCE AND EFFECT SUBJECT, HOWEVER, TO THE FOLLOWING CONDITIONS: 2.1. A claimant, except a laborer, who is not in privity with CONTRACTOR and who has not received payment for its labor, materials, or supplies shall, within forty-five (45) days after beginning to furnish labor, materials, or supplies for the prosecution of the work, furnish to IFB 274253 FORM OF PAYMENT BOND (Page 2 of 3) CONTRACTOR a notice that he intends to look to the bond for protection. 2.2. A claimant who is not in privity with CONTRACTOR and who has not received payment for its labor, materials, or supplies shall, within ninety (90) days after performance of the labor or after complete delivery of the materials or supplies, deliver to CONTRACTOR and to the Surety, written notice of the performance of the labor or delivery of the materials or supplies and of the nonpayment. 2.3. No action for the labor, materials, or supplies may be instituted against CONTRACTOR or the Surety unless the notices stated under the preceding conditions (2.1) and (2.2) have been given. 2.4. Any action under this Bond must be instituted in accordance with the longer of the applicable Notice and Time Limitations provisions prescribed in Section 255.05(2) Florida Statutes. The Surety hereby waives notice of and agrees that any changes in or under the Contract Documents and compliance or noncompliance with any formalities connected with the Contract or the changes does not affect the Surety's obligation under this Bond. Signed and sealed this day of ,_20 ATTEST: (Secretary) (Corporate Seal) By: CONTRACTOR (Name of Corporation) (Signature) (Print Name and Title) day of ,20 IFB 274253 FORM OF PAYMENT BOND (Page 3 of 3) IN THE PRESENCE OF: INSURANCE COMPANY: By: Agent and Attorney -in -Fact Address: (Street) (City/State/Zip Code) Telephone No.: IFB 274253 (Page lof 2) ATTACHMENT C-3 PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT Date of Issue Issuing Bank's No. Beneficiary: Applicant: City of Miami 444 SW 2nd Avenue Miami, Florida 33130 Amount: in. United. States Funds Expiry: (Date) Bid/Contract Number We hereby authorize you to draw on (Bank, Issuer name) by order of and for the account of (branch address) (contractor, applicant, customer) up to an aggregate amount, in. United States Funds, of available by your drafts at sight, accompanied by: 1. A signed statement from the City Manager or his authorized designee, that the drawing is due to default in performance of certain obligations on the part (contractor, applicant, customer) agreed upon by and between the City of Miami, Florida and (contractor), pursuant to the (applicant, customer) Bid/Contract No. for (name of project) and Section 255.05, Florida Statutes Drafts must be drawn and negotiated not later than .(expiration date) TB 274253 PERFORMANCE AND PAYMENT GUARANTY FORM UNCONDITIONAL/IRREVOCABLE LETTER OF CREDIT (Page 2 of 2) Drafts must bear the clause: "Drawn under Letter of Credit No. (Number), of (Bank name) dated This Letter of Credit shall be renewed for successive periods of one (1) year each unless we provide the City of Miami with written notice of our intent to terminate the credit herein extended, which notice must be provided at least thirty (30) days prior to the expiration date of the original term hereof or any renewed one (1) year term. Notification to the CITY that this Letter of Credit will expire prior to performance of. the contractor's obligations will be deemed a default. This Letter of Credit sets forth in full the terms of our undertaking, and such undertaking shall not in any way be modified, or amplified by reference to any documents, instrument, or agreement referred to herein or to which this Letter of Credit is referred or this Letter of Credit relates, and any such reference shall not be deemed to incorporate herein by reference any document, instrument, or agreement. We hereby agree with the drawers, endorsers, and bona fide holders of all drafts drawn under and in compliance with the terms of this credit that such drafts will be duly honored upon presentation to the drawee. Obligations under this Letter of Credit shall be released one (1) year after the Final Completion of the Project by the (contractor, applicant, customer) This Credit is subject to the "Uniform Customs and Practice for Documentary Credits," International Chamber of Commerce (1993 revision), Publication No. 500 and to the provisions of Florida law. If a conflict between the Uniform Customs and Practice for Documentary Credits and Florida law should arise, Florida law shall prevail. If a conflict between the law of another state or country and Florida law should arise, Florida law shall prevail. Authorized Signature IFB 274253 ATTACHMENT D (Page 1 of 5) U.S. Army Corps of Engineers Hurricane Debris Estimating Model Background • The U.S. Army Corps of Engineers (USACE) Emergency Management staff has developed a modeling methodology designed to forecast potential amounts of hurricane generated debris. • Based on actual data from Hurricanes Frederic, Hugo and Andrew. • The estimated quantities produced by the model have a predicted accuracy of ± 3 0%. • The primary factor used by the model is the number of households in a developed urban/suburban area. • Other factors utilized are: • Cubic yards of debris generated per household per storm category. • Vegetative cover. • Commercial density. • Precipitation. • Household debris includes damage to the house, contents and surrounding shrubs/trees. • Vegetative cover includes all trees and shrubbery located along public rights -of -way, parks and residential areas. • Commercial density includes debris generated by damage to businesses and industrial facilities. • Private Contractor(s)s will remove the majority of commercial related debris; however, disposal/reduction space is still required. • Very wet storms will cause ground saturation, increasing tree fall. Initial Planning Data • For planning purposes, the worst case scenario should be used for the subject area. • The most accurate process is to determine the defined areas by using Doppler Radar (National Weather Service Broadcasts) and Geographical Information Systems (GIS). • Doppler radar will define the storm's intensity and the exact track of the eye of the storm in relation - to the affected area. • Track the storm and plot the eye path and 5-mile wide bands out from the eye to define areas and estimate wind speeds. • The wind speed of the eye wall normally determines the reported storm category with the outward or 5-mile bands being a lesser category. • Track the storm inland until the wind speeds dissipate below hurricane strength. • Divide outlined areas by storm category. • Enter coordinates into a GIS database to determine areas and demographic information, such as: • Population. • Schools. • Businesses. IFB 274253 (Page 2 of 5) STEP 1—ESTIMATING DEBRIS QUANTITIES The formula used in this model will generate debris quantity as an absolute value based on a known/estimated population or a debris quantity per square mile based upon population density per square mile. • Determine population (P) in the affected area. • For example, 2000 census data for City of Miami was, by rounding off the figure, 370,000. • P = 370,000. • The assumption of 3 persons per household (H) is used for this model. • Known/estimated population (P) for a jurisdiction may be used to determine a value for H or H=P/3. Example A category 4 storm passes through the City of Miami. The area is primarily single family dwellings with some apartment complexes, schools, and shopping centers. Vegetation characteristic is heavy because of the proliferation of residential landscape shrubbery and trees throughout the area. The storm is very wet, with rain before and continuing for a few days after the hurricane.. Formula: Q=H(C)(V)(B)(S) H= P/3= 370,000/3 =123,333 (3 persons/household) C= 50 (Factor for a Category 4 storm) V= 1.5 (Multiplier for heavy vegetation) B=1.3 (Multiplier for heavy commercial due to schools/stores/apartments) S= 1.3 (Multiplier for wet storm event) Then Q= 123,333 x50x1.5x1.3x1.3 =15,632,500 cubic yards of debris or 16 million cy The Model Formula: Q= H (C)(V)(B)(S) where: Q is the quantity of debris in cubic yards. H is the number of households. C is the storm category factor in cubic yards. V is the vegetation characteristic multiplier. B is the commercialbusiness/industrial use multiplier. S is the storm precipitation characteristic multiplier. IFB 274253 (Page 3 of 5) C is the storm category factor as shown below. It expresses debris quantity in cubic yards (cy) per household by hurricane category and includes the house and its contents, and land foliage. HURRICANE CATEGORY VALUE OF "C" FACTOR 1 2 3 /4 5 2 cy 8 cy 26 cy /50 cy 80 cy V is the vegetation multiplier as shown below. It acts to increase the quantity of debris by adding vegetation, including shrubbery and trees, on public rights -of -way. VEGETATIVE VALUE OF "V" COVER MULTIPLIER LIGHT 1.1 MEDIUM 1.3 ✓HEAVY ✓1.5 B is the multiplier that takes into account areas that are not solely single-family residential, but includes small retail stores, schools, apartments, shopping centers, and light industrial/manufacturing facilities. Built into this multiplier is the offsetting commercial insurance requirement for owner/operator salvage operations. COMMERCIAL VALUE OF `B" DENSITY MULTIPLIER LIGHT 1.0 MEDIUM 1.2 ✓HEAVY ✓1.3 S is the precipitation multiplier that takes into account either a "wet" or "dry" storm event. A "wet" storm for category 3 or greater storms will generate more vegetative debris due to the uprooting of complete trees. PRECIPITATION VALUE OF "S" CHARACTERISTIC MULTIPLIER NONE TO LIGHT 1.0 ✓MEDIUM TO HEAVY /1.3 NOTE: Steps 2 and 3 of this model can also be applied to other debris generating events once an estimated quantity of debris is established. IFB 274253 (Page 4 of 5) STEP 2—DEBRIS STORAGE SITE REQUIREMENTS • Estimate debris pile stack height of 10-feet. • 60% usage of land area to provide for roads, safety buffers, burn pits and household hazardous waste areas. 1 acre (ac) = 4,840 square yards (sy) 10 foot stack height = 3.33 yards(y) total volume per acre = 4,840 sy/ac x 3.33 y= 16,117 cy/ac • From the example above, the acreage required for debris reduction sites is: 15,632,500/ 16,117 cy/ac = 970 acres (required for debris storage only, no buffers, etc.) • To provide for roads and buffers, the acreage must be increased by a factor of 1.66. 970 ac x 1.66 = 1,610 acres or, since one square mile (sm) = 640 acres 1610ac/640as/sm=2.52 sm. • If you assume a 100 acre storage site can be cycled every 45 to 60 days or one time during the recovery period, then 1,610/2 = 805 ac or nine 100 acre sites would be required. • The number of sites varies with: • Size. • Distance from source. Speed of reduction (mixed debris is slower than clean woody debris). • Removal urgency. • The USACE commonly removes approximately 70% ofthe total volume generated with local governments, volunteer groups, and private individuals removing the remainder. If 15,632,500 million cy were estimated, the USACE would estimate removing approximately 10.9 million cy of debris. STEP 3—CATEGORIES OF DEBRIS Debris removed will consist of two broad categories: • Clean wood debris. Construction and demolition (C&D) debris. • The clean debris will come early in the removal process as residents and local governments clear yards and rights -of -way. • The debris removal mission can be facilitated if debris is segregated as much as possible at the origin along the right-of-way, according to type. The public should be informed regarding debris segregation as soon as possible after the storm. IFB 274253 (Page 5 of 5) • Time periods should be set for removal, the first 7-10 days clean woody debris only, then followed by.other debris, with the metals segregated from non-metals. • Most common hurricane -generated debris will consist of the. following: 30% Clean woody debris 70% Mixed C&D Of the 70% mixed C&D.: 42% Burnable but requires sorting 5% Soil 15% Metals 38% Landfilled • Based upon the above, 15,632,500 cy of debris would break down as follows: 4,689,750 cy Clean woody debris 10,942,750 cy Mixed C&D • Of the 10,942,750 cy of mixed C&D, 4,595,850 cy is burnable but requires sorting, 547,125 cy is soil, 1,641,375 cy is metals, and 4,158,150 cy is landfilled. • Burning will produce about 95% volume reduction. • Chipping and grinding reduce the debris volume on a 4-to-1 ratio (4 cy is reduced to 1 cy) or by 75%. • The rate of burning is basically equal to the rate of chipping/grinding, about 200 cy/hr. However, chipping requires on -site storage and disposal of the chips/mulch. lrl3 274253 ATTACHMENT E Sample of Load Ticket LOAD TICKET TICKET NUMBER: 00001 CONTRACT NUMBER: PRIME CONTRACTOR'S NAME: DATE: DEBRIS QUANTITY Truck No: Capacity (CY): Load Size: Cubic Yards or Tons Truck Driver: State: License Plate No. DEBRIS CLASSIFICATION (Please X appropriate classification) Burnable Non -Burnable Mixed Other. LOCATION Zone/Section Dumpsite Location ACTIVITY Date : Time: Contract Monitor: Loading Dumping IFB 274253 ATTACHMENT F Sample of Daily Report DAILY REPORT CONTRACTOR: CONTRACT NO.: DATE OF REPORT: TRUCK NO. CAPACITY BURN SITE TRIPS C.Y. TOTALS PER TON TOTAL LANDFILL TRIPS C.Y. TOTALS 1 2 3 4 5 6 7 8 9 10 DAILY TOTALS DAILY REPORT CONTRACTOR: CONTRACT NO.: DATE OF REPORT: PROCESSING SITE STUMPS 26"-36" STUMPS 36"-48" STUMPS >49" 1 2 3 4 5 6 7 8 9 10 DAILY TOTALS IFB 274253 ATTACHMENT G FORM OF FINAL RECEIPT OF PAYMENT AND RELEASE OF LIEN BY CONTRACTOR STATE OF FLORIDA COUTY OF MIAMI-DADE: FINAL RECEIPT AND RELEASE OF LIEN FOR CONTRACT NO & TITLE. The undersigned contractor does hereby acknowledge this day of 20 , from City of Miami, Florida, receipt the sum of Dollars ($ ) as full and final payment to CONTRACTOR for all work and materials for the Project described as: This sum includes full and final payment for all extra work and material and all incidentals. CONTRACTOR hereby indemnifies discharges and releases CITY from all liens, lien rights, claims, or demands whatsoever arising out of the Contract and Project against the City of Miami arising out of said contract or in connect herewith. CONTRACTOR hereby certifies that all persons doing work upon or fumishing materials or supplies for the Project have been paid in full. In lieu of this certification regarding payment for work, materials and supplies, CONTRACTOR may submit a consent of surety to final payment in a form satisfactory to CITY. CONTRACTOR further certifies that all taxes imposed by Chapter 212, Florida Statutes (Sales and Use Tax Act), as amended, have been paid and discharged. An Affidavit on behalf of the contractor, signed by , has been fumished to the City of Miami, as well as final releases of lien executed by all materialmen and subcontractor regardless of their tier. IN WITNESS WHEREOF, the contractor has caused this release to executed in its -name and under its seal by its proper officers, this • day of • , 20 . Signed, Sealed and Delivered In the Presence of: ATTEST: CONTRACTOR (Name of Corporation) By: (Corporate Secretary) (Signature) (Corporate Seal) [If not incorporated sign below.] WITNESSES: (Print Name and Title) CONTRACTOR (Name of Firm) " By: (Signature) (Print Name and Title) ATTACHEMENT H: SAMPLE COMMITMENT LETTER This is an example of an acceptable commitment letter. The letter must be issued and signed by the Surety Company, not the Agent, and must be submitted with the Proposal. Date Re: Surety Bond Commitment Standby Contract for Emergency Debris Removal and Disposal Services Dear I am pleased to advise you that we have approved in principle a $5,000,000 Performance and Payment Bond for your company for the benefit of . This Performance and Payment Bond will be for the successful contract completion of the work set forth in that solicitation IFB274253 for a Standby Contract for Emergency Debris Removal and Disposal Services. Our company is a surety or insurance company currently listed on the U.S. Department of the Treasury Financial Management Service list of approved bonding companies which is published annually in the Federal Register, with at least an A -rating in the latest printing of the A.M. Best's Key Rating guide to write individual bonds up to ten (10) percent of policyholder's surplus as shown in the A.M. Best's Key Rating guide and is licensed to issue surety bonds in the State of If you are the successful bidder on this contract, the Performance and Payment Bond will be issued within seven (7) days of written notification from the City of Miami. The bond will be issued for the total amount of the estimated value of the contract up to $50,000,000. This amount is subject to an increase depending on the magnitude of the disaster, and as may be agreed upon by all parties involved. _. This letter constitutes our commitment based upon information and documentation you have submitted. Any obligation to issue the Performance and Payment Bond will arise only upon the satisfactory preparation, execution and delivery of documentation in form and substance satisfactory to our company. This commitment is valid for a period of fourteen (14) months from the date hereof. Name, Title, Insurance, Surety Company Required Contract Provisions Federal -Aid Construction Contracts FHWA-1273 Electronic Version — March 10, 1994 I. General 1 II. Nondiscrimination 2 III. Nonsegregated Facilities 6 IV. Payment of Predetermined Minimum Wage 7 V. Statements and Payrolls 12 VI. Record of Materials, Supplies, and Labor 14 VII. Subletting or Assigning the Contract 14 VIII. Safety: Accident Prevention 15 IX. False Statements Concerning Highway Projects 16 X. Implementation of Clean Air Act and Federal Water Pollution Control Act 17 XI. Certification Regarding Debarment, Suspension Ineligibility, and Voluntary Exclusion 17 XII. Certification Regarding Use of Contract Funds for Lobbying 21 Attachments A. Employment Preference for Appalachian Contracts (included in Appalachian contracts only) 23 I. GENERAL 1. These contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 2. Except as otherwise provided for in each section, the contractor shall insert in each subcontract all of the stipulations contained in these Required Contract Provisions, and further require their inclusion in any lower tier subcontract or purchase order that may in turn be made. The Required Contract Provisions shall not be incorporated by reference in any case. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with these Required Contract Provisions. 3. A breach of any of the stipulations contained in these Required Contract Provisions shall be sufficient grounds for termination of the contract. 4. A breach of the following clauses of the Required Contract Provisions may also be grounds for debarment as provided in 29 CFR 5.12: Section I, paragraph 2; Section IV, paragraphs 1, 2, 3, 4, and 7; Section V, paragraphs 1 and 2a through 2g., .-.,, 1 Disputes arising out of the labor standards provisions of Section IV (except paragraph 5) and Section V.of these Required Contract Provisions shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor (DOL) as set forth in 29 CFR 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the DOL, or the contractor's employees or their representatives. 6. Selection of Labor: During the performance of this contract, the contractor shall not: a. discriminate against labor from any other State, possession, or territory of the United States (except for employment preference for Appalachian contracts, when applicable, as specified in Attachment A), or b. employ convict labor for any purpose within the limits of the project unless it is labor performed by convicts who are on parole, supervised release, or probation. II. NONDISCRIMINATION (Applicable to all Federal -aid construction contracts and to all related subcontracts of $10,000 or more.) 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under this contract. The Equal Opportunity Construction Contract Specifications set forth under 41 CFR 60-4.3 and the provisions of the American Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: a. The contractor will work with the State highway agency (SHA) and the Federal Government in carrying out EEO obligations and in their review of his/her activities under the contract. b. The contractor will accept as his operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: 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, preapprenticeship, and/or on-the-job training." • 2 2. EEO Officer: The contractor will designate and make known to the SHA contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active contractor program of EEO and who must be assigned adequate authority and responsibility to do so. 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. - Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minority group employees. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employmentand potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minority groups in the area from which the project work force would normally be derived. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority group applicants may be referred to the contractor for employment consideration. = In the event the contractor has a valid bargaining agreement providing for exclusive • hiring •hall referrals, he is expected to observe the provisions of that agreement to the extent that the system permits the contractor's compliance with EEO contract provisions. (The DOL has held that where implementation of such agreements have 3 the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Executive Order 11246, as amended.) c. The contractor will encourage his present employees to refer minority group applicants for employment. Information and procedures with regard to referring minority group applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: a. The contractor will conduct periodic inspections of project sites to insure that .working_ conditions and employee.facilities do not indicate discriminatory treatment of project site personnel. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with his obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every . complainant of all of his avenues of appeal. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minority group and women employees, and applicants for employment. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. Where feasible, 25 percent of apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. 4 d. The contractor will periodically review the training and promotion potential of minority group and,women employees and will encourage eligible employees to apply for such training and promotion. 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use his/her best efforts to obtain the cooperation of such unions to increase opportunities for minority groups and women within the unions, and to effect referrals by such unions of minority and female employees. Actions by the contractor either directly or through a contractor's association acting as agent will include the procedures set forth below: a. The contractor will use best efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minority group members and women for membership in the unions and increasing the skills of minority group employees and women so that they may qualify for higher paying employment. b. The contractor will use best efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the SHA and shall set forth what efforts have been made to obtain such information. d. In the event the union is unable to provide the contractor with a reasonable flow of minority and women referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minority group. persons and women. (The DOL has held that it shall be no excuse that the union with which the contractor has a collective bargaining agreement providing for exclusive referral failed to refer minority employees.) In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the SHA. 8. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. a. The contractor shall notify all potential subcontractors and suppliers of his/her EEO obligations under this contract. b. -`-Disadvantaged business enterprises (DBE) as defined in 49CFR 23, shall have :ci .equal opportunity to compete for and perform subcontracts which the contractor enters into pursuant to this contract. The contractorwill use his best effortsto solicit. bids from_ and to utilize DBE subcontractors or subcontractors with meaningful 5 minority group and female representation among their employees. Contractors shall obtain lists of D E construction firms from SHA personnel. c. ..The contractor will use his best efforts to ensure subcontractor compliance with their • EEO obligations. 9. Records and Reports: The contractor shall i eep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following completion of the contract wod and shall be available at reasonable times and places for inspection by authorized representatives of the SHA and the FHWA. a. The recordsA ept by the contractor shall document the following: 1. The number of minority and non -minority group members and women employed in each wod classification on the project; The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; 3. The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minority and female employees; and 4. The progress and efforts being made in securing the services of D E subcontractors or subcontractors with meaningful minority and female representation among their employees. b. The contractors will submit an annual report to the SHA each July for the duration of the project, indicating the number of minority, women, and non -minority group employees currently engaged in each wod classification required by the contract wod . This information is to be reported on Form FHWA-1391. If on-the-job training is being required by special provision, the contractor will be required to collect and report training data. III. NONSEGREGATED FACILITIES (Applicable to all Federal -aid construction contracts and to all related subcontracts of 10,000 or more.) a. y submission of this bid, the execution of this contract or subcontract, or the consummation of this material supply agreement or purchase order, as appropriate, the bidder, Federal -aid construction contractor, subcontractor, material supplier, or vendor, as appropriate, certifies that the firm does not maintain or provide for its employees any segregated facilities at any of its establishments, and that the firm does not permit its employees to perform their services at any location, under its control, where segregated facilities are maintained. The firm agrees that a breach of this certification is a violation of the EEO provisions of this contract. The firm further certifies that no employee will be denied access to adequate facilities on the basis of sex or disability. b. As used in this certification, the term "segregated facilities" means any waiting rooms, wod areas, restrooms and washrooms, restaurants and other eating areas, timeclool s, loci er rooms; and. other storage or dressing areas, pad:ing lots, drini ing fountains, recreation or .:entertainment areas,. transportation, and housing•facilities. provided: for employees which are .. segregated by explicit directive, orr are, in fact, segregated on the basis of race color, 6 religion, national origin, age or disability, because of habit, local custom, or otherwise. The only exception will be for the disabled when the demands for accessibility override (e.g. disabled parking). c. The contractor agrees thatit has obtained or will obtain identical certification from proposed subcontractors or material suppliers prior to award of subcontracts or consummation of material supply agreements of $10,000 or more and that it will retain such certifications in its files. IV. PAYMENT OF PREDETERMINED MINIMUM WAGE (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural minor collectors, which are exempt.) 1. General: a. All mechanics and laborers employed or working upon the site of the work will be paid unconditionally and not less often than once a week and without subsequent deduction or rebate on any account [except such payroll deductions as are permitted by regulations (29 CFR 3) issued by the Secretary of Labor under the Copeland Act (40 U.S.C. 276c)] the full amounts of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment. The payment shall be computed at wage rates not less than those contained in the wage determination of the Secretary of Labor (hereinafter "the wage determination") which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor or its subcontractors and such laborers and mechanics. The wage determination (including any additional classifications and wage rates conformed under paragraph 2 of this Section IV and the DOL poster (WH-1321) or Form FHWA-1495) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. For the purpose of this Section, contributions made or costs reasonably anticipated for bona fide fringe benefits under Section 1(b)(2) of the Davis -Bacon Act (40 U.S.C. 276a) on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of Section IV, paragraph 3b, hereof. Also, for the purpose of this Section, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without g exceptpr ovided and to skill, as in paragraphs 4 and 5 of this Section IV. . b. "Laborers or mechanics performing"work. in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein, provided, that the employer's payroll. records 7 accurately set forth the time spent in each classification in which work is performed. c. All rulings and interpretations of the Davis -Bacon Act and related acts contained in 29 CFR 1, 3, and 5•are herein incorporated by reference in this contract. 2. Classification: a. The SHA contracting officer shall require that any class of laborers or mechanics employed under the contract, which is not listed in the wage determination, shall be classified in conformance with the wage determination. b. The contracting officer shall approve an additional classification, wage rate and fringe benefits only when the following criteria have been met: 1. the work to be performed by the additional classification requested is not performed by a classification in the wage determination; 2. the additional classification is utilized in the area by the construction industry; 3. the proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination; and with respect to helpers, when such a classification prevails in the area in which the work is performed. c. If the contractor or subcontractors, as appropriate, the laborers and mechanics (if known) to be employed in the additional classification or their representatives, and • the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the DOL, Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, D.C. 20210. The Wage and Hour Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. d. In the event the contractor or subcontractors, as appropriate, the laborers or mechanics to be employed in the additional classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. Said Administrator, or an authorized representative, will issue a determination within 30 days of receipt and. so advise`' the.contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. e. The wage rate (including fringe benefits where appropriate) determined pursuant to paragraph 2c or 2d of this Section IV shall be paid to all workers performing work in the additional classification from the first day on which work is performed in the classification. 3. Payment of Fringe enefits: a. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor or subcontractors, as appropriate, shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly case equivalent thereof. b. If the contractor or subcontractor, as appropriate, does not make payments to a trustee or other third person, he/she may consider as a part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided, that the. Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 4. Apprentices and Trainees (Programs of the U.S. DOL) and Helpers: a. Apprentices: 1. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the DOL, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State apprenticeship agency recognized by the Bureau, or if a person is employed in his/her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice. 2. The allowable ratio of apprentices to journeyman -level employees on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any employee listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate listed in the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered: program shall be paid not less than - the applicable wage rate on the wage determination _for_the:work actually performed. Where a contractor or subcontractor is performing construction -on a • project in a locality other•than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman -level hourly rate) 9 specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not Tess than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeyman -level hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator for the Wage and Hour Division determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. 4. In the event the Bureau of Apprenticeship and Training, or a State apprenticeship agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor or subcontractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the comparable work performed by regular employees until an acceptable program is approved. b. Trainees: Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the DOL, Employment and Training Administration. 2. The ratio of trainees to journeyman -level employees on the job site shall not be greater than permitted under the plan approved by the Employment and Training -Administration. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the , registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. 3. Every trainee must be paid at not less than the rate specified in the approved program for his/her level of progress, expressed as a percentage of the journeyman - level hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordanpe with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman -level wage rate on the ,-wage _determination which provides for less than full fringe benefits for apprentices, in .....which case such trainees shall receive the same fringe benefits as apprentices. 10 4. In the event the Employment and Training Administration withdraws approval of a training program, the contractor or subcontractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Helpers: Helpers will be permitted to work on a project if the helper classification is specified and defined on the applicable wage determination or is approved pursuant to the conformance procedure set forth in Section IV.2. Any worker listed on a payroll at a helper wage rate, who is not a helper under a approved definition, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. 5. Apprentices and Trainees (Programs of the U.S. DOT): Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal -aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. 6. Withholding: The SHA shall upon its own action or upon written request of an authorized representative of the DOL withhold, or cause to be withheld, from the contractor or subcontractor under this contract or any other Federal contract with the same prime contractor, or any other Federally -assisted contract subject to Davis -Bacon prevailing wage requirements which is held by the same prime contractor, as much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the SHA contracting officer may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 7. Overtime Requirements: No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers, mechanics, watchmen, or guards (including apprentices, trainees, and helpers described in paragraphs 4 and 5 above) shall require or permit any laborer, mechanic, watchman, or guard in any workweek in which he/she is employed on such work, to work in excess of 40 hours in, such workweek unless such. :..laborer, mechanic, watchman, or guard receivescompensation at a rate not less than one- 'and=one-half times his/her basic rate of pay for all hours worked in excess of 40 hours in such workweek. 11 8. Violation: Liability for Unpaid Wages; Liquidated Damages: In the event of any violation of the clause set forth in paragraph 7 above, the contractor and any subcontractor responsible thereof shall be liable to the affected employee for his/her unpaid wages. In addition, such contractor and subcontractor shall 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, mechanic, watchman, or guard employed in violation of the clause set forth in paragraph 7, in the sum of $10 for each calendar day on which such employee was required or permitted to work in excess of the standard work week of 40 hours without payment of the overtime wages required by the clause set forth in paragraph 7. 9. Withholding for Unpaid Wages and Liquidated Damages: The SHA shall upon its own action or upon written request of any authorized representative of the DOL withhold, or cause to be withheld, from any monies 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 8 above. V. STATEMENTS AND PAYROLLS (Applicable to all Federal -aid construction contracts exceeding $2,000 and to all related subcontracts, except for projects located on roadways classified as local roads or rural collectors, which are exempt.) 1. Compliance with Copeland Regulations (29 CFR 3): The contractor shalt comply with the Copeland Regulations of the Secretary of Labor which are herein incorporated by reference. 2. Payrolls and Payroll Records: a. Payrolls and basic records relating thereto shall be maintained by the contractor and each subcontractor during the course of the work and preserved for a period of 3 years from the date of completion of the contract for all laborers, mechanics, apprentices, trainees, watchmen, helpers, and guards working at the site of the work. b. The payroll records shall contain the name, social security number, and address of each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or .cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon :Act); daily and weekly number of hours worked; deductions made; and actual wages -~paid.. In addition, for Appalachian contracts, the payroll records shall contain a notation indicating whether the employee does, or does not, normally reside in the 12 labor area as defined in Attachment A, paragraph 1. Whenever the Secretary of Labor, pursuant to Section IV, paragraph 3b, has found that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in. Section 1(b)(2)(B) of the Davis Bacon Act, the contractor and each subcontractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, that the plan or program has been communicated in writing to the laborers or mechanics affected, and show the cost anticipated or the actual cost incurred in providing benefits. Contractors or subcontractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprentices and trainees, and ratios and wage rates prescribed in the applicable programs. c. Each contractor and subcontractor shall furnish, each week in which any contract work is performed; to the SHA resident engineer a payroll of wages paid each of its employees (including apprentices, trainees, and helpers, described in Section IV, paragraphs 4 and 5, and watchmen and guards engaged on work during the preceding weekly payroll period). The payroll submitted shall set out accurately and completely all of the information required to be maintained under paragraph 2b of this Section V. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal stock number 029-005-0014-1), U.S. Government Printing Office, Washington, D.C. 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. d. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his/her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: 1. that the payroll for the payroll period contains the information required to be maintained under paragraph 2b of this Section V and that such information is correct and complete; 2. that such laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in the Regulations, 29 CFR 3; 3. that each laborer or mechanic has been paid not less that the applicable wage rate and fringe benefits or cash equivalent for the classification of worked performed, as specified in the applicable wage determination incorporated into the contract. e. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph 2drof this Section V `` 13 f. The falsification of any of the above certifications may subject the contractor to civil or criminal prosecution under 18 U.S.C. 1001 and 31 U.S.C. 231. g. The contractor or subcontractor shall make the records required under paragraph 2b of this Section V available for inspection, copying, or transcription by authorized representatives of the SHA, the FHWA, or the DOL, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the SHA, the FHWA, the DOL, or all may, after written notice to the contractor, sponsor, applicant, or owner, take such actions as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. VI. RECORD OF MATERIALS, SUPPLIES, AND LABOR 1. On all Federal -aid contracts on the National Highway System, except those which provide solely for the installation of protective devices at railroad grade crossings, those which are constructed on a force account or direct labor basis, highway beautification contracts, and contracts for which the total final construction cost for roadway and bridge is less than $1,000,000 (23 CFR 635) the contractor shall: a. Become familiar with the list of specific materials and supplies contained in Form FHWA-47, "Statement of Materials and Labor Used by Contractor of Highway Construction Involving Federal Funds," prior to the commencement of work under this contract. b. Maintain a record of the total cost of all materials and supplies purchased for and incorporated in the work, and also of the quantities of those specific materials and supplies listed on Form FHWA-47, and in the units shown on Form FHWA-47. c. furnish, upon the completion of the contract, to the SHA resident engineer on Form FHWA-47 together with the data required in paragraph 1 b relative to materials and supplies, a final labor summary of all contract work indicating the total hours worked and the total amount earned. 2. At the prime contractor's option, either a single report covering all contract work or separate reports for the contractor and for each subcontract shall be submitted. VII. SUBLETTING OR ASSIGNING THE CONTRACT 1. The contractor shall perform with its own organization contract work amounting to not Tess than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items _performed may be deducted from the total origin -a) contract price before computing the amount of.work:required to be performed by the contractor's own organization (23 CFR 635). 14 a. "Its own organization" shall be construed to include only workers employed and paid directly by the prime contractor and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor, assignee, or agent of the prime contractor. b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid on the contract as a whole and in general are to be limited to minor components of the overall contract. 2. The contract amount upon which the requirements set forth in paragraph 1 of Section VII is computed includes the cost of material and manufactured products which are to be purchased or produced .by the contractor under the contract provisions. 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the SHA contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the SHA contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the SHA has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. VIII. SAFETY: ACCIDENT PREVENTION .1... In.the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the SHA contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). 15 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspector investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 333). IX. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federal -aid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, the following notice shall be posted on each Federal -aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: NOTICE TO ALL PERSONNEL ENGAGED ON FEDERAL -AID HIGHWAY PROJECTS 18 U.S.C. 1020 reads as follows: 'Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be fumished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or Whoever knowingly makes any false .statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal -aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined not more that $10, 000 or imprisoned not more than 5 years or both." 16 X. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT (Applicable to all Federal -aid construction contracts and to all related subcontracts of $100,000 or more.) By submission of this bid or the execution of this contract, or subcontract, as appropriate, the bidder, Federal -aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1 That any facility that is or will be utilized in the performance of this contract, unless such contract is exempt under the Clean Air Act, as amended (42 U.S.C. 1857 et seq., as amended by Pub.L. 91-604), and under the Federal Water Pollution Control Act, as amended (33 U:S.C. 1251 et seq.; as amended by Pub.L. 92-500), Executive Order 11738, and regulations in implementation thereof (40 CFR 15) is not listed, on the date of contract award, on the U.S. Environmental Protection Agency (EPA) List of Violating Facilities pursuant to 40 CFR 15.20. 2. That the firm agrees to comply and remain in compliance with all the requirements of Section 114 of the Clean Air Act and Section 308 of the Federal Water Pollution Control Act and all regulations and guidelines listed thereunder. 3. That the firm shall promptly notify the SHA of the receipt of any communication from the Director, Office of Federal Activities, EPA, indicating that a facility that is or will be utilized for the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. That the firm agrees to include or cause to be included the requirements of paragraph 1 through 4 of this Section X in every nonexempt subcontract, and further agrees to take such action as the government may direct as a means of enforcing such requirements. XI. -. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION 1. Instructions for Certification - Primary Covered Transactions: (Applicable to all Federal -aid contracts - 49 CFR 29) a. By signing and submitting this proposal, the prospective primary participant is providing the certification set out below. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this covered transaction. The prospective participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective primary participant to furnish a certification or an explanation shall disqualify such a person from participation in this' transaction. 17 c. The certification in this clause is a material representation of fact upon which reliance was placed when the department or agency determined to enter into this transaction. If it is later determined that the prospective primary participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause of default. d. The prospective primary participant shall provide immediate written notice to the department or agency to whom this proposal is submitted if any time the prospective primary participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. e. - The -terms "covered transaction;" "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department or agency to which this proposal is submitted for assistance in obtaining a copy of those regulations. f. The prospective primary participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective primary participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," provided by the department or agency entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the nonprocurement portion of the "Lists of Parties Excluded From Federal Procurement or Nonprocurement Programs" (Nonprocurement List) which is compiled by the General Services Administration. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. Except for transactions authorized under paragraph f of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily .excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion- -Primary Covered Transactions 1. The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals: a. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; b. Have not within a 3-year period preceding this proposal been convicted of or had a civil judgement rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; c. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph 1 b of this certification; and d. Have not within a 3-year period preceding this application/proposal had one or more public transactions (Federal; State or local) terminated for cause or default. 2. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Covered Transactions: (Applicable to all subcontracts, purchase orders and other lower tier transactions of $25,000 or more - 49 CFR 29) a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. 19 b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. d: The -terms "covered transaction," "debarred," "suspended," "ineligible," "primary covered transaction," "participant," "person," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion -Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion --Lower Tier Covered Transactions: • The prospective lower tier participant certifies; by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. XII. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING (Applicable to all Federal -aid construction contracts and to all related subcontracts which exceed $100,000 - 49 CFR 20) 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. 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 any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a 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. b. 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 Federal 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 undersignedshall complete and. submit,.•._ Standard Form-LLL, "Disclosure Form to Report,Lobbying," in,accordance with its, instructions. 21 2. 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. 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. 3. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 22 ATTACHMENT A - EMPLOYMENT PREFERENCE FOR APPALACHIAN CONTRACTS (Applicable to Appalachian contracts only.) 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on -site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph lc shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph 4 below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required. in each classification, (c) the date on which he estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, he shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractoris not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within 1 week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph 1 c above. 5. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on -site work. 23 AMENDMENT REQUIRED CONTRACT PROVISIONS FEDERAL=AIDCONSTRUCTION CONTRACTS (Exclusive of Appalachian Contracts) Section I, General, is supplemented with the following: 7. Section 902 of the American Recovery and Reinvestment Act (ARRA) of 2009 requires that each contract awarded using ARRA funds must include a provision that provides the U.S. Comptroller General and his representatives with the authority to: "(1) to examine any records of the contractor or any of its subcontractors, or any State or local agency administering such contract, that directly pertain to, and involve transactions relating to, the contract or subcontract; and (2) to interview any officer or employee of the contractor or any of its subcontractors, or of any State or local government agency administering the contract, regarding such transactions." The Contractor shall include the following provision in all contracts, subcontracts, and other contracts for services for an ARRA funded project: "Accordingly, the Comptroller General and his representatives shall have the authority and rights as provided under Section 902 of the ARRA with respect to this contract, which is funded with funds made available under the ARRA. Section 902 further states that nothing in this section shall be interpreted to limit or restrict in any way any existing authority of the Comptroller General." "Section 1515(a) of the ARRA provides authority for any representatives of the Inspector General to examine any records or interview any employee or officers working on this contract. The contractor is advised that representatives of the inspector general have the authority to examine any record and interview any employee or officer of the contractor, its subcontractors or other firms working on this contract. Section 1515(b) further provides that nothing in this section shall be interpreted to limit or restrict in any way any existing authority of an inspector general." Under Section II, Paragraph 8b is revised as follows: The reference to 49 CFR 23 is revised to read 49 CFR 26. Under Section II, Paragraph 8b is supplemented with the following: The contractor, sub -recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of USDOT- assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. Amendment to•Form "FHWA 1273 Revised March 26, 2009 Under Section II, in accordance with standard specification 1-08.1(1) and applicable RCWs a new paragraph 8d is added as follows: The contractor or subcontractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract and/or agreement no later than ten (10) days from the receipt of each payment the prime contractor receives from WSDOT or its sub -recipients. The prime contractor agrees further to return retainage payments to each subcontractor within ten (10) days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the WSDOT. This clause covers both DBE and non -DBE contractors. Under Section IV, the applicability statement is supplemented with the following: (Applicable to all ARRA funded construction contracts and related subcontracts regardless of location, including projects on local roads or rural minor collectors, and Transportation Enhancement projects outside the highway right-of-way.) Under Section IV, Paragraph 2b(4) is deleted. Under Section IV, Paragraph 4, "and helpers" is deleted from the title. Under Section IV, Paragraph 4a(1), add: The provisions in this section allowing apprentices to work at Tess than the predetermined rate when they are registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, or with the Bureau of Apprenticeship and Training, does not preclude a requirement for the Contractor to pay apprentices the full applicable predetermined rate in the event a State Apprenticeship Agency, recognized by the Bureau, has not approved, or withdraws approval, of an apprenticeship program. Under Section IV, Paragraph 4c is deleted. Under Section IV, Paragraph 6 is revised by deleting "helpers" and "helper". Under Section IV, Paragraph 7 is revised by deleting "helpers". Under Section V, the applicability statement is supplemented with the following: (Applicable to all ARRA funded construction contracts and related subcontracts regardless of location, including projects on local roads or rural minor collectors, and Transportation Enhancement projects outside the highway right-of-way.) Under Section V, Paragraph 2a is revised by deleting "helpers". Amendment to Form. FHWA 1273 Revised March 26, 2009 2 Under Section V, Paragraph 2b, the first sentence is revised to read: •"The payroll records shall contain the name and an individually identifying number (e.g., the .last four digits of the employees social security number) for each such employee; his or her correct classification; hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalent thereof the types described in Section 1(b)(2)(B) of the Davis Bacon Act); daily and weekly number of hours worked; deductions made; and actual wages paid. Payrolls shall not include the full social security number and home address of covered workers. Contractors and subcontractors shall maintain the full social security number and home address of each covered worker and shall provide them to the SHA upon request." Under Section V, Paragraph 2d(2) is revised by deleting "helper". Section VI, Records Of Material, Supplies, And Labor, is deleted Amendment to,Form.FHWA 1273 Revised March 26, 2009 3 rrta f a's,4,an 045.tyaaarter/04,1dalf,,, ebris Contractin A . 0"rirgrikeigNAPMAZ .top5,0,4A,,T,,Alehtwixrer wtz U14 ance Debris removal and monitoring Contracts must.meet rules for Federal grants, as .provided for in Ti.ti.e 44 Code of Federal Regulations (CFR) §13.36, Procurement in order to be -eligible for reimb:ursernent under the Public Assistance Program. This -fact sheet assists Public Assistance applicants with meeting procurement -requirements established -in 44 CFR Part 1:3,-as well as other Public Assistance 'Program eligibility requirements,. when procuring debris.remoyal and monitoring contracts. Public Assistance applicants should comply with their own procurement procedures in accordance with applicable State and local laws and regulations, provided that they conform to. applicable Federal laws and standards identified in Fail 1.1 "?.4.04,2A',-*P'.4.11.4-WoOrNittAfei,4,„ reit To be eligible for Federal funding, applicants must comply with federal procurement- standards as • outlined in 44 CFR, §13.36, Procurement. Essential elements of the procurement process for debris .removal and monitoring contracts,include: competition; clear and definitive scope of work; qualified bidders (documented .by licenses, financial records, proof. of insurance, And bonding, as applicable); a cost analysis to deinonstrate costreasonableness; compliance with.all relevant local, State, and Federal requirements, laws and policies; and, clear documentation of the processfrationale followed in making: procurement decisions. Federal regulations require applicants for Public Assistance grantsto take the necessary steps. to ensure there are opportunities to award contracts to minority, -Women-owned, and Labor Surplus Area businesses and firms whenever possible. This includes contracts with local organizations, firms, and individuals that support response and recovery activities in a declared major disaster or emergency area. Applicants' legal representatives should review their procurement process and any contract to be awarded to ensure they are in compliance with all Federal, State, and local requirements. Procurement policies must include procedures to handle pretests and disputes related to contracts awarded. FEMA will, when requested by applicants, assist in the review of debris removal contracts. However, such a review does not constitute approval. Pinteh'..t 'fitx tre-WC"' tWt-Uidi4AVOtt';1,441'Air,,:r.44,,Afrga`k,A€4,A4,,Z1.0r:0144,45, WarttreiaetiM7'lgrorWIMAPAIZMI-0- „,„„Aroff,,%rx,if-wl•WW,5,,1751.1VMextaktifro30.11 DEBRIS CONTRACTING GUIDANCE In order to ensure that debris removal and monitoring contracting costs are eligible, applicants should: O Use competitive bidding procedures to meet procurement requirements for Federal grants, as established in 44 CFR § 13.36, Procurement. 0 Only use abbreviated emergency ,procurement. procedures that include an expedited .'competitive bid process if time. does not allow for more stringent procedures and if they are allowed underStateor local laws, codes, or ordinances. O Provide a clear and definitive scope.of Work in the request for proposals/bids.. 0 Require bi.dders.to provide copies of references, licenses, financial records, and. proof of insurance and bonding. O Ensure that debris rernoval or monitoring contract costs are reasonable and necessary as defined and required by OMB Circular A-87 and 44 CFR Part 13. Competitively bid contracts that comply with Federal, State, and local procurement regulations and procedures will establish reasonable costs for the work. O Complete and document a cost analysis to demonstrate price reasonableness on any contract or contract modification where adequate price competition is lacking, as detailed in 44 CFR § 13.36(f. See Attachment 1, Debris Removal Contract Cost Analysis, for guidance on completing a cost analysis. "twAtm:;0<9.754ge'r .10,21,Ailkai'Mr4fte.40.76r Pursuant to 44 CFR § 13.36, Procurement, Public Assistance applicants must complete a cost analysis for any contract OT contract modification where price competition is lacking. Failure to complete a cost analysis may jeopardize FEMA Public Assistance grant funding. Applicants are encouraged to complete a cost analysis using the attached Debris Removal Contract Cost Analysis. Applicants are also encouraged to file documentation supporting the cost analysis with all associated contract documents. Upon request, FEMA will provide guidance as necessary in the cost analysis process. Such a review does not constitute approval when determining the eligibility of costs for reimbursement under FEMA's Public Assistance Program. f,,V''''.4-3tXtglinfrtigqi-Mqqy " ,Applicanis are encouraged to pre -qualify debris rernoval contractors prior to an eVentand Solicitbid -••• •: • prices.frorn this list of -contractors once an event has occurredto ensure competitive bidding .and obtain reasonable market prices at the time of work performed. Ttie7sOlicitation for.pre-qualifying contractors- E• /”.714, 4M:466-0:326R740:44441-1,,,v-ingilglvMMAVIE-P-13.041.,M4*-itI5Vic ;74%.,,tio4,;,.:164:1*Aftio,44.441A111101`air4rflto,„, $41:04L-,%%04fio tArvival, DEBRIS CONTRACTING GUIDANCE should adequately define in the proposed scope of work all potential debris types, anticipated haul distances, and size of events for which a contract may be -activated. :13,;ft, fr.. frogilif ,w,o-e-4:164,4-4-rteveitimtentviz, '-v,,f*e:ptltvfgfgr`''v-*W1W,e'XTAfazVa in1/441tee,,,,e24,4,,,,?,V4,'04,ate",mert; All debris removal contracts must contain the: following provisions: 'All payment provisions must 'be based on unit prices (volurne or -weight). fl Pa.yments based on time and material costs arelimited to work performed during the first 70 hours of actual work. following a disaster event. Note: FEMA will typically only reimburse applicants for a time and materials contract for eligible debris clearance during the first 70 hours following a declared disaster. After 70 hours of work, the applicant should have sufficient information on the scope of work necessary to complete debris collection and disposal; and a basis for estimating a reasonable cost for the contract work to effectively solicit a lump sum or unit price contract. For some types of debris work time and materials contracts may be the most cost-effective and best suited to the type of work. Applicants should work closely withthe State and FEMA when awarding such contracts to ensure eligibility requirements are met. 0 Payment will be made only for debris that FEMA determines eligible. (This is an optional provision to protect the applicant.) .. 0 .Contractors must su.bmitinvoicesregularly.and.for no more.than.-30-day periods. • A "Termination for Convenience clause allowing contract tetrnination at any time for anyteason. O A time limit on the.period.of performance lorthe work to be done. O A subcontract plan including a clear description of thepercentageof the work the contractor may subcontract out and a list of subcontractors the contractor plans to use. O A requirement that the contractor use mechanical equipment to load and reasonably compact debris into the trucks and trailers. o A requirement that the contractor provide a safe working environment. 0.A requirement that all contract amendments and modifications -will be in writing. - iWaqPV'itfibtiektiutiaefiMit6o ... gr,450,1111.aligizmi ;#10.1exrtmonttz444 .47-,;v4gf>73,0,05 ,eittlie‘A 0 A requirement that contractors must obtain adequate payment and performance bonds and insurance coverage. C.IXemt0 ff "V'RPN'N'V'":('74vtfrqgrgqKfilifn:Pa'''" 4415,744164P,', te,S' 4hr 41,,F,AP's-rovAiwayri:eamp Applicants must monitor all debris removal operations. Applicants must document all eligible •debris removal expenses as a condition of receiving Public Assistance funding. Applicants may use contractors to monitor their debris removal operations. In addition to the guidance provided above, applicants should consider the following when procuring debris monitoring.contracts: 0 Debris monitoring contracts must be competitively procured as required by 44.CFR. § 13.36, Procurement. O Debris monitors should not be employed by or affiliated with the debris removal contractor. 0 Debris monitoring contracts are typically time and materials contracts and must contain a not -to - exceed clause, pursuant to 44 C.I'R § 13.36, Procurement. .0 The contract should includez requitement that the contractor provide a safe Working environment, including properly constructed mo.nitorin.g towers. O Use of a load ticket system to record with specificity (e.g., street address, GPS coordinates) where debris is collected and the amount picked up, hauled, reduced, and disposed of. O Debris monitors should be trained and possess skills adequate to fulfill the duties of the job. Labor rates should be commensurate with the skill level required by the job function. Professional engineers and qualifications are not required to perform monitoring duties. 0 The contractor should .demonstrate that its staff is familiar with FEMA debris removal eligibility criteria. O DO NOT: Award a debris removal or debris monitoring contract on a sole -source basis. O DO NOT: Sign a contract (including one provided by a contractor) until your legal representative has thoroughly reviewed it. 0 DO NOT; 'Allow any contractor to make eligibility deteithinations; only FEMA has authority to make final eligibility determinations. Vref,46,AVVATTif.,:' ,:-4141,Nfree .);&1444,1151:101,9ce ta4R.414U54t 440.01:1c*-41 DEBRIS CONTRACTING GUIDANCE O DO NOT: Accept any contractor's claim that it is "FEMA certified." FEMA does not certify, credential, or recornniend debris contractors. a DO NOT: Award a contract to develop and manage debris management sites, unless the debris sites are part of your approved debris management.plan or you. contact the State or FEMA for technical assistance• concerning the need for such an operation. Temporary Debris Storage and Reduction sites are not always necessary. CI DO NOT: Allow separate line item payment .for stumps 24 inches and smaller in diameter; you should treat these stumps as normal debris. O DO NOT: "Piggyback" or utilize a contract awarded by another entity. "Piggybacking" may be legal under applicable state law; however, the use of such a contract may jeopardize FEMA funding because these contracts de not meet requirements for competition established in 44 CFR § 13.36. If an applicant requests reimbursement for costs it incurred from a piggyback contract, FEMA will determine the reasonable cost for the performance of eligible work. O DO NOT: Award pre-disaster/stand-by contracts with mobilization costs or unit costs that are significantly higher than what they would be if the contract were awarded post -disaster. Such contracts should have variable mobilization costs depending upon the size of the debris work that may be encountered. O DO NOT: Allow for markups due to errors in volume calculations. O DO NOT: Allow for miscellaneous items, or for contract contingencies of any kind, including "unknowns." See Attachment 2, Debris. Operations Contract Bid Sheet, for additional guidance on d.ebri.S.contracts. W2-1:110 DeborahTngran Date Acting Assistant Katninistrator Recovery Directorate Attachinents (2) • a a ,01`ft 'AZ,V44r5fir ri 44,4, 4,c'elhav-i,coef-4,0 in414,04 44".:,41 4,0,40.44a ATTACHMENT 1: Debris Removal Contract Cost Analysis This guidance is intended to assist .Public, Assistance applicantsin complying with the requirements of 44 CFR Part 13.36, Procurement,.for debris operation contracts or con -tract modifications where adequate price competition is lacking. t44,04 414 44444/ 4410 pnligsrArg,rfr '414 4.4444;0444444:,',,&,444441444400;4044144, 44404 , 041.4,4,4444,44,44,,V44,4 Vg;, 7547Z-VP 4,444;g444544m4 :44.4,4Mi. • 4:00 -re, y#04orgris- Applicants should complete a cost analysis when one of the following conditions applies: The appliCanthas not received two or more priced bids from responsible after soliciting a number of sources; Services can only be provided by a single source; • The awarding agency authorizes•noncompetitive proposals; • The public -exigency or:emergency for the requirement -will not permit a delay -resulting from competitive solicitation; or • The procurement is:a contractmodification or change.order. „owe 44,4,,,fgp 11 „ ;44444e:4444-.4t .444444,44.4n4,1444,44f, 141C440 Pliwg011,4v.";41' In order to conduct a cost analysis, applicants should request (IA documentatiOn from their debris contractors. This documentation should contain a detailed breakdown of costs for each item Of work activity and information on how the contractor arrived at its costs, including, but not litnited to: • Number of labor hours, • Labor rates, • Materials (types, quantities, and costs), Equipment hours, o Equipment rates, or • Unit costs Applicants are encouraged to verify the mathematical accuracy of the cost documentation by recalculating the contractor's cost figures. Applicants should also review the proposed contract s swipe 546,bilifA" iriWOmViiiiStiVaigvgAlgviviiklrifiritY413447,4z41444ila:terillir,447:606Q 01RilaegAtai iwasftwAyam.pasims, .5,11f,:%firsow.4.4e. 44411444nranOk6;1 otiztUibtite, ATTACHMENT 1: Debris Removal Contract Cost Analysis of work for cost reasonableness to ensure that the proposed scope doesnot fall under an existing contract. Applicants should ensure that the contract does not use prohibitive contracting methods per 44 CFR § 113604), including: 1.. Cost plus a percentage of cost - this .is a con.tract.that provides a specified. percentage profit over and above the actual costs of construction; and 2: Percentage of construction cost. MO. ."7444(f."1 -qtAf Asowfigri‘oe oe„. ,,,,w4wW4W441.4,4144-...raw&wwwwwwW" &4e4o4 Applicants may determine the reasonableness of labor rates.by: 1. Comparing .the proposed labor category rates with the labor rates in another contract that was competitively bid; 2. Matching rates for each labor category to an acceptable source (e.g. RS Means); 3. 'Verifying that the classification of each worker and skill level proposed in the contract are reasonable and necessary for the scope of work. For example, a contractor should not propose using an experienced supervisor rate or worker with professional qualifications for work that can be done by a low skilled laborer (e.g., using a professional engineer for debris monitoring). in this case, the supervisor labor classification is unreasonable and should be adjusted to the appropriate labor classification that is.more commensurate with the type of work being performed; and 4. Verifying that the proposed number of labor hours are reasonable for the scope of work. .:4V/1$017. ,444544,wwitiom49407°°' ,Pee,04,4r .4-44.14&WW, 44,4.40004,0 Applicants may determine the reasonableness of equipment rates by: 1. Comparing the proposed equipment rates with the equipment rates in another contract that was competitively bid (if a change order, compared rates to the original contract); 2. Comparing the proposed equipment rates to FEMA's Schedule of Equipment Rates, available at vvww.fema.gov; 3. Matching equipment rates for each piece of equipment to an acceptable source (e.g., EquipmentWatch); 4. Verifying that the type of equipment proposed is reasonable anti necessarr for the, scope of worlc; 5. Verifying that the number of units (normally hours)pf,Nuipmentusagenecessary to,complete the work is reasonable considering the specific: scope of work; and 6. Verifying that there are no conti.act provisions ,for the following items with regard to the ifidla'7v*tilieos,itaiietbigiiiAtci-TAo:zti44t'Nff+*EitiraPP*4c,g*ZtKIV45PWd4a'q5P3;, ATTACHMENT 1: Debris Removal Contract Cost Analysis proposed equipment costs: • Mobilization costs Standby costs Applicants may determine the reasonableness of unit rates by; 1. Verifyi:ng that the unit of measurernent (i.e. cubic yard, weight, each, etc.) is appropriate for the scope of work (if the contractor quoted a unit rate price); and 2. Comparing the proposed unit rates with similar rates in another contract that was competitively bid (if a change order, comparing rates to the original contract). Applicants should review the materials and supplies included in the contract proposal and ensure that all costs are reasonable. In some circumstances, a contractor will include debris volume estimates in support of its proposed costs. Contractors develop these estimates using aerial and ground assessments, forecasting and estimating models (e.g., USAGE hurricane debris models and photographs), side scan sonar and other methodologies. Applicants should rec)uest hard copies of volume estimates and all supporting documentation m order to determine if the methodology- that the contract& used to estimate debris was an acceptable an.nd reasonable methodology. Applicants should also verify• that the volume estiinates are reasonable and accurate. Applicants are required by 44 CFR Part 13.36(f)(1) to perform a price analysis in all other instances (i.e., for. competitively bid contracts when price competition is adequate), to determine the reasonableness of the proposed contract price. Price analyses may incorporate an evaluation of: historic documentation • for similar work; average costs for similar Work in the area, piiblabhed unit costs.froin the natronal'cost estimating databases; and FEMA.cost codes, equipment rates, aid engineering and design service . cu.ryes. ,Upon request, FFMA will assist appl:icants..tn the aeview of these contracts and praVid . guidanc as necessary. NSW% ,,41,10,74,*(4,1 0F4Alv 0::+elP:KtriPrAVOSV4I'AFIPWOO ^"I'41'''Ilt40#1"eiet444.1*20 -A4 Public Assistance applicants :may use the following debris operations bid sheet as a template when issuing requests for proposals and soliciting contract bids for debris removal work. Use of a standard bid sheet will help Public Assistance applicants to compare and analyze bids, resulting in a more effective procurement process. The bid sheet serves only as a guide for soliciting requests for debris removal servicesi_use of the bid sheet is not a requirement for Public Assistance funding. Please refer to the Debris Operations Contracting and Cost ,Analysis (Attachment 1) for guidance on complying with procurement requirements established in 44 CFR Part 13, Procurement. "Xn%r,,,,,Y,r,SC,Preatr"igpraFrA4rit&TACI,'WPOS.,,,-A)X,' wroAkfteiwg.44;424 Pe;t-mg0,7aVr;:ft,f4r5.,;04.71.VA,L1.,00,..1,r; ,,,14•09't The debris operations bid sheet is presented on the next three pages. The remainder of this section is intentionally left blank. ,405.5,STRA, , 4,3710,-"pe 4. • 1 ','444,9, l*d;07,30vvi, ATTACHMENT 2: Debris Operations Contract Bid Sheet SAMPLE10401.5"; J. is,-,a,,,,,,4•1,:-.-,,,,.:::,-,ti, 4,-04,1,144i' 1". .',14, heet -.,,,.:,„ ' '''.- ..m• / "I'' 1 ' " .., to,4, A,, , , — 0.0""-" Anfi'lh.ttt SAMPLE Category • SAMPLE Field Name and DesCriptien SAMPLE Unit Cost per Unit Estimated Total Urnts TotI ::..",r"'• ';',..: ,' : : :a-, :. ',!'.:p:,,.,'".:.'. •:::',:.], s.1',-, 'i.E,:., ''.:,.-:', :'...,,:',":::,":,::, ••::,‘;,, ,?.',";,:.•.:':','::':.:-;i:::':.:':,,,,iy,,,.:-.:, ;• '':•::::,;.,.,,i,-;-:-:•;..-..'-',...1.;•4 '.?:'-.= :',-,":'=' -:,, '.',!- .:•:. ,... i,•.;-:, „' f iiii , ,i ::.:.,,,,, ::i.....:" -7" ::' - •,:';',"':' '';'. -:,:,,':- ;•;,.,.!,:.'::;„Z'i :''',.t.',.,' ',,`.'..:.‘,:iii.:',..-: ••••:,,,, ,:l.:!,::.,:', '-.!•.; '';'. '...T.: ::" ::,',1,::', : ::'' '•• ' ",t1 ' :. ' '''' ' : l '„,,:','',": E. •,•:"... •-,"::',:: , 0-15 Miles Veg from Right of Way (ROW) to Debris Meriagement Site (omp) Vegetative collect and remove, for a haul distance up CY ' '>' Alt ,6999 lf •- , '''' Fe 16-30 Miles Veg tam ROW to CMS VegetatiVe collect and removal for a had distance up hem -en 18 and 30 miles CY -,:.-, 99999 31-60 Miles Veg from ROW to DMS Vnaetat've collect and removal for a haul distance -, t between 31 :and 80 miles C Y ,,,=ti,,,,,,, ..,, . ,,,,,,,,r, :4,01,0 v -1:41. ,,tz 0 60+ Miles Veg from ROW to DMS V etative collect and remove for a haul distance greater than 60 rndeS . 999999 :". Single Pace Veg from ROW to DMS A single price vegetative collect and removal for any haul distance CY "", '-':" 99999 A;•••4ll:: i , ' "0: r, Grinding Grinding/chipping vegetative debris Air Curtain Burning. Air Curtain Bumirig Vegetative deb,is Open Burning :Open aiming vegetative debris Compacting Compacting vegetative debris Debris Management Site Management Preparation, management, and segregating at debris management site 0-15 Miles C&D from ROW to DMS C&D collect and removal for a haul distance up to 15 mdes 16-30 Miles C&D from ROW to DMS C&D collect and removal for a halal distance betmen 16 and 30 miles 31-60 Miles C&D from ROW to DMS C&D collect and removal fore haul distance beMeen 31 and 68 mites 60+ Miles C&D from ROW to DMS C&D collect and removal for a haul distance greater than 80 miles Single Price C&D from ROW to.DMS . . A single price C&D collect and removal for any haul . distance-. THIS SAMPLI StIELT IS INTENDED FOR NFORMATIONAL PURPOSES.ONLY. SLIMED NOT BE SUBMITIED TQ FEMA. jaAa,Biii;;N fit'-akeebi:sa'siVti 'il"%i0fe:145,1r/V.,41iNfija4V•14 ,;0054'W.AziPt ;4..,,w,vtivoyorfAwRMIXIONAIMMOSOAntanin° Vieatfi:ANIA, ,ftg.**,44.vx:440:104Vt4 c,ff,w;;;;104:40.11K ATTACHMENT 2: DEBRIS OPERATIONS CONTRACT BID SHEET ,...! , ..,...:; •.-...!s",, ..J,... : ... ... ,, ••• ,;,....:-:: • .. Fi0a I , Di Spoaa I i.." , :...,, ;:. ••••:::.. •., • .: , , :.': ' ..: • ':.:'':•••'..,:', ,:..• .. . . 0-16MileS- from DMS to.Final Disposal Transport processed debris from DMS to final disposal 0-15 Wes CY ,...,IV, ,,.. ,; • t 0.1, . 16-30 Miles from OMS to Final Disposal Transport processed debris from DMS to final disposal 16-30 Miles CY iL9SJI ¢A, i'l ." 4 ,' $ ` r.... -4- ,•;,, 31-60 Miles from DMS to -Final DisptiSal Transport processed debris from.DMS to final disposal 31-60 Miles CY .„.,, A''';- ":„ ';', Ari ', — ' .. .'i , ' ` l'' 4 :. •.,,, ' ,- , 4 4,-. 161,- :.. 60+ Miles fron-i.DMS to Final Disposal. Transport processed debris from DMS to final disposal + Mil 60es CY ef/.. /,pc',999.9 rf. le .t.,. Single Noe from DMS to Final Di al A:single price transport of procested debris from DMS to tinal.disposai CY y iv. , ' ' PJjJ, rr , • iltit,-+ A Tipping Fees (Vegetatbe) Fee includes negotiated contract price or pass through amount for vegetative CY t .F , :....,.., 'i '' '//'. l' •f::,,:1, r : ':., ,i; 4°i'',1Plifi 004' ' - , ''' ifott, A • i Tipping Fees (Mix) Fee inCludes:negotiated contract price or paSs through amount for Mix •‘-' '''' ';',.. A' Cali '14011.0 ''''": -IIJII 'lipping Fees (C&D) Fee includes negotiated contract price or pass through CY ' 4°. ,'''., • v,4:, er.4"'''' ,'"' Hazardous tree removal for a 6-12 inch trunk diameter Hazardous Trees 13%247 Hazardous tree removal for a 13-24 inGt1 trunk diameter Hazardous Trees '25%2/6" Hazardous tree removal fora 25-361rich trunk diameter Hazardous Trees 37"-48" Hazardous tree remove/ for a 37-48 inch trunk diameter Hazardous Trees 49' Hazardous tree.removal for a 49+ inch trunk diameter Trees with Hazardous Limbs >27 Hazardous hanging limb removal Hazardous Sumps >2.4-36" i-latertious stump removal fore 24-36 inch stump diameter Hazardous Sumps >37448." Hazardous stump removal 37-48 inch slump diameter Hazardous Sumps >49"+ Hazardous stump removal 49+ inch stump diameter. Stump.Fill Dirt Fill air( for stump holes after iwnovai Stump Stump 511-11111171 • THIS SAMPLE BID SIIEET IS INTENDED. FOR INFORMATIONAL PURPOSES ONLY. iT SHOUIA) NOT BE SUBMITTED TO FEMA. grWie41' Waltg4WWWWWWWWWWWWWW _A )1W-: ATTACHMENT 2: DEBRIS OPERATIONS CONTRACT BID SHEET atervray Debris Rentoeel Debris Removal from canals, rivers, creels, streams, CY end Pitches Sand Collection and Screening Pick up, screen, and return debris laden sand/mudidirL'roch Vehicle Remove l Removal of eligible vehicle Vessel Removal (Land) Removal of eligible vessel Vessel Removal {Marine) Remova! of eligible vessel from. inaterwoy Carcass .Removal Removal of debris that will decompose (animals and .PoOnd organic fleshy matter) ROW White Goods Removal Pick up and haul of write goods to disposal site Freon Management Unit Ffe r management and recycling Demolition of Prrvate Structure Electronic Waste -Removal of electronic debris that contain Hazardous materials, such as cathode ray tubes. includes computers monitors and teievisior,s. Sltt Reraot Putrescent Remoal Removal of debris that vdtl decompose or rot (animals and organic fleshy matter) Sloweste Removal of Haste.capable of causing infection to humans (animal Haste, human blood, pathological varste). Household Hazardous Waste (HHW) HHW/ removal and disposal Pound es9999 Re, re on Beach/Lake Restoration Berm/Beach Construction CYpa4e Y r a�a ; Canal Shoreline RestorationIS °w.� Mun'Lei ng Debris Management Site Debris Monitors Hour 99g� Debris Collection Site:Deans Monitors {Field Monitors) Hour �994989 Sr. rechnician.Field Supervisor Hour Clerical Steil Hour �rn9999 999g" �a ss • s f Clerical SupervisorHour Ottttt��� TN1s.SAM1'1:1 131D SHEET IS INTE.NI)ED FOR INFORMA TIONAh PURPOSES ONLti."'I',i' SHOVLD NOT RE SUBN11 11"E-» 1'O FE;MA.