Loading...
HomeMy WebLinkAboutExhibitCity of Miami, Florida F<FP 702383 PROFESSIONAL SERVICES AGREEMENT Wyand Bebvcco The City of Miami, Florida And CONTRACTOR This Professional Services Agreement ("Agreement") is entered into this day of . 2020 by and between the City nfMiami, amunicipal corporation ofthe State of Florida, whose address is444 &VK 2»«Avenue . 101h F|oor, Miami, Florida 33130 ("Chv^), and. a .qualified todobusiness inthe State ofFlorida whose principal address is . hereinafter referred to as the ("Contractor"). RECITALS: VVHEREAG, the City VfMiami issued Request for Proposal No. 702383on. 2019 (the ^RFP^ attached hereto. incorporated hereby, and made a part of as Exhibit A) for the provision of Emergency Debris and Disaster Recovery Services, ("Services" as more fully set forth in the scope of work "Scope" attached hereto as Exhibit B) for the City of Miami and Contractor's proposal ("Proposal", attached hereto, incorporated hereby, and made part ofhereof as Exhibit C), in response thereto, has been selected as the most qualified proposal for the)provinionofthe Services. VVHEFlEAG. the Evaluation/Selection Committee appointed by the City Manager determined that the Proposal submitted by the Contractor was responsive to the RFP requirements, and recommended that the City Manager negotiate with the Contractor; and WHEREAS, the City wishes to engage the Services of Contractor, and Contractor wishes toperform the Services for the City; and WHEREAS, the City and the Contractor desire to enter into this Agreement under the terms and conditions set forth herein. City of Miami, Florida RFP 702383 NOW, THEREFORE, in consideration of the mutual covenants and promises herein contained, Contractor and the City agree anfollows: TERMS: 1. RECITALS AND INCORPORATIONS; DEFINITIONS: The recitals are true and correct and are hereby incorporated into and made a part of this Agreement. The Chv's FlFP is hereby incorporated into and made o pert of this Agreement and attached hereto as Exhibit "A". The Services and Scope of Work are hereby incorporated into and made a part of this Agreement and attached an Exhibit ^B^ The Contractor's Response and Pricing Proposal dated, . 2019. in response to RFP 702383. ishereby incorporated into and made a part of this Agreement on attached Exhibit ^C" The Contractor's Insurance Certificate is hereby incorporated into and made a part of this Agreement as attached Exhibit "D". The order ofprecedence whenever there is any conflicting or inconsistent language between documents is as follows in descending order of priority: (1) FEMA Public Assistance Program and Policy and Guide (PAPPG) FP 104-009-2. as amended from time to time (2) Professional Services Agreement (^P8A^), inclusive of any amendments which may be authorized by the City and executed by the parties, if any; (8) Addenda/Addendum to the RFP; (4) RFP; and (5) Contractor's response and phoa proposal dated . 2019. acknowledging scope of services and pricing component of services and, response to the Request for Proposals. 2. TERM: The Agreement shall become effective on the date on the first page, and shall befor the duration of eleven U 1> years: initial term of five (5) years, with an option to renew for three (3) additional two (Z) year periods. The City, acting by and through its City Manager, shall have the option to nanevv or terminate the Agreement for cnnvonience, that is, for no cause; or terminate for cause due tOadefault. 2 City of Miami, Florida RFP 702383 3. SCOPE OFSERVICES: A. Contractor agrees to provide the Services as specifically described, and under the special terms and conditions set forth in Exhibits "4^ and ^B^ hoedo, which by this reference is incorporated into and made a part of this Agreement. B� Contractor represents tnthe City that: (i) it possesses all qualifications, |ioenaea, certifioates, authorizations, registrationn, and expertise required for the performance of the Gervices, including but not limited to full qualification to do business in Florida; (ii) it is not delinquent in the payment of any sums due the City, any City agency or instrumentality, , including payment ofaccounts, debbs, pemnits, fees. occupational |inonses, oto, nor in the performance of any obligations or payment of any monies tothe City; (iii) all personnel assigned to perform the Services are and shall be, at all times during the term hereof, fully qualified and trained to perform the tasks assigned to each; (iv) the Services will be performed in the manner described in Exhibit "A^; and (v) each person executing this Agreement on behalf of Contractor has been duly authorized tosoexecute the same and fully bind Contractor asaparty \othis Agreement. C. Contractor shall at all times provide fully qua|ified, competent and physically capable employees to perform the Services under this Agreement. Contractor shall possess and maintain any required |ioenses, permits and certifications to perform the Gon/ioen under this Agreement. City may require Contractor to remove any employee the City deems cardens, inoonnpetent, inaubordinate, or otherwise objectionable and whose continued services under this Agreement isnot inthe best interest ofthe City. 4. COMPENSATION: A. The amount of compensation payable by the City to the Contractor will be based upon the rates quoted in Exhibit^C^ heretn, which by this reference is incorporated into and made e part of this Agreement. Compensation may not exceed the rates quoted in Exhibit "C" Any compensation exceeding such rates shall not be authorized and will be deemed gratuitous work, City of Miami, Florida RFP 702383 B. Payment shall be made in arrears based upon work per -formed hothe satisfaction of the City within thirty (30) days after receipt of Contractor's invoice for Services performed, which shall be accompanied by sufficient supporting documentation and contain Sufficient detail, to allow a proper audit of expenditures, should the City require one to be performed. Invoices shall be sufficiently detailed so as to comply with the "Florida Prompt Payment Act''. §218.70� ' 21878. Florida Statutes, and other applicable laws. No advance or future payments shall be made at any C. Contractor agrees and understands that (U any and all subcontractors providing Services related tothis Agreement shall be paid through Contractor and not paid directly by the Qty. and (ii) any and all liabilities regarding payment to or use ofSubcontractors for any of the Services related to this Agreement shall be borne solely by Contractor. D. Prices shall remain firm and fixed for the term of the Contrent, including any renewal or extension periods unless Customer Price Index ("CPI") adjustment clause is requested and accepted pursuant hothe Solicitation. 5. OWNERSHIP CJFDOCUMENTS: Contractor understands and agrees that any information, data, doounnent, report orany other material whatsoever which is given by the City to Contractor, its ennp|oyeeo, or any subcontraotor, or which is otherwise obtained or prepared by Contractor solely and exclusively for the City pursuant to or under the terms of this AQreennent, in and shall at all times remain the property of the City. Contractor agrees not to use any such information, data. Uocunnent, report or material for any other purpose whatsoever without the written consent of the City K8aneger, which may be withheld or conditioned by the City Manager in his/her sole discretion. Contractor in permitted to make and to maintain duplicate copies of the fi|es, neoordn, documents, etc. if Contractor determines copies of such records are necessary subsequent to the termination of this Agreement hovvever, in no way shall the confidentiality as permitted by applicable |av/n be breached. The City shall maintain and retain ownership of any and all data and documents which 4 City of Miami, Florida RFP 702383 result upon the completion of the work and Services under this Agreement as per the terms of this Section 5. 6. AUDIT AND INSPECTION RIGHTS AND RECORDS RETENTION: A. Contractor agrees to provide access to the City or to any of its duly authorized n*pnaaentativas, to any booka, documento, papens, and records ofContractor which are directly pertinent to this Agreement, for the purpose of audit, examination, excerpts, and transcripts. The City may, at reasonable times, and for a period of ten (10) years following the date of final payment by the City to Contractor under this Agreement, audit and innpect, orcause to be audited and inspeoted, those books, doouments, popena, and records ofContractor which are related to Contractor's performance under this Agreement. Contractor agrees tomaintain any and all such books, dncuments, papers, and records at its principal place of business for o period of ten (1O) years after final payment ismade under this Agreement and all other pending matters are closed. Contractor's failure to adhere to, or refusal to comply with, this condition shall nsou|t in the immediate cancellation ofthis Agreement by the City. The audit provisions set forth 18-102 of the Code of the City of Miami, Florida as same may be amended or supplemented, from time to time, are applicable tothis Agreement. B. The City may, at reasonable times during the term hereof. inspect the Contractor's facilities and perform such tests, as the City deems reasonably necessary, todetermine whether the goods or services required to be provided by Contractor under this Agreement conform to the terms hereof. Contractor shall make available \othe City all reasonable facilities and assistance to facilitate the performance of tests or inspections by City representatives. . The inspection provisions set forth 18-1O1 ofthe Code ofthe City ofMiami, Florida assame may beamended or supp|ennonted, from time totime, are applicable tVthis Agreement. All audits, tests and inspections shall be subject to, and made in accordance with, the provisions ofSections 1O-1OO. 18-1O1.and 18-1O2Vfthe Code ofthe City nfMiami, Florida, which apply to this A8nsoment, as same may be amended or supplemented, from time to time. � City of Miami, Florida RFP 702383 7. AWARD {JFAGREEMENT: Contractor represents and warrants to the City that it has not employed or retained any person orcompany employed by the City to solicit orsecure this Agreement and that ithas not offered to pay, paid, or agreed to pay any person any fee, oommisnion, percentoge, brokerage fee, or gift of any kind contingent upon or in connection with, the award of this Agreement. R. PUBLIC RECORDS: A. Contractor understands that the public shall have access, at all reasonable times, to all documents and information pertaining to City Aoremmentn, subject to the provisions of Chapter 119. Florida 8tatuteo, and agrees to mUuw access by the City and the public to all documents subject todisclosure under applicable laws. Contractor's failure orrefusal tncomply with the provisions of this section shall result in the immediate cancellation of this Agreement by the City. B. Contractor shall additionally comply with Section 119.0701. Florida Statutes, including without limitation: U> keep and maintain public records that ordinarily and necessarily would be required by the City to per -form this service; Cl\ provide the public with access to public records onthe same terms and conditions aathe City would atthe cost provided byChapter 11S. Florida 5tatutes, or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from disclosure are not disclosed except as authorized by law; (4) meet all requirements for retaining public records and trannfer, at no oost, to the City all public records in its possession upon termination ofthis Agreement and destroy any duplicate public records that are exempt or confidential and exempt from disclosure requirements; and, (5)provide all electronically stored public records that Must be provided to the City in aformat compatible with the City's information technology systems. Notwithstanding the fonagoing. Contractor shall be permitted to retain any public records that make up part ofits work product solely as required for archival purpnses, as required by |avv, or to evidence compliance with the terms of the Agreement. 6 City of Miami, Florida RFP 702383 C. Should Contractor determine to dispute any public access provision required by Florida Statutes, then Contractor shall do so at its own expense and at no cost to the City. If the Contractor has questions regarding the application of Chapter 119, Florida Statutes, to the Contractor's duty to provide public records relating to the contract' contact the Custodian of Public Records at (305) 416-1800, via email at PublicRecords(a-),miamiqov.com, or regular mail at City of Miami Office of the City A1±ornoy, 444 SW 2"u Avenue' Sm Floor, [Nionni' FL 33130. The Consultant may also contact the records custodian at the City of Miami department who is administering this contract. W. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Contractor understands that agreements with local governments are subject to certain laws and regulations, including laws pertaining to public reconjn, conflict of intonant, ethics, funding, lobbying, record keeping, etc. City and Contractor agree tocomply with and observe all such applicable federal, state and local |amm, ru|eo, naBu|ations, codes and ordinanmaa, as they may beamended from time totime. Contractor further agrees to include in all of Contractor's agreements with subcontractors for any Services related to this Agreement this provision requiring subcontractors to comply with and observe all applicable federal, state, and local laws rules, regulations, codes and ordinances, oathey may beamended from time totime. 10. INDEMNIFICATION: Contractor 8hoU indemnify, hold and save h8nnle3S, and defend (@t its own o0Gt and expense) the City, its offioera, mgents, directors, departnnento, and/or emp|oyees, from all liabilities, damages, |ooaes, judgements, and costs, induding, but not limited to, reasonable attorney'e fees, to the extent caused by performance of this Agreement by the Contractor, the Contractor's compliance and/or noncompliance with the provisions of this Agreement, and all laws and regulations pertaining to the Contractor's services which are applicable to the Contractor, the neg|iSence, recNessneon, negligent act or onniusimn, or intentional wrongful misconduct of 7 City of Miami, Florida RFP 702383 Contractor and persons employed or utilized by Contractor in the performance of this Contract. Contractor shall further, hold the Citv, its officials and emp|oyees, indernnifv, save and hold harmless for, and defend (at its own cost), the City its officials and/or employees against any civil aotions, adminiatnative, regu|atory, statutory or similar claims, i Iurieo or damages arising or resulting from the permitted Work, even if itisalleged that the City, its officials, and/or employees were negligent. In the event that any action, cause of action, daim, demand or proceeding (collectively "Claim(s)") is brought against the City by reason of any such Claim(s), the Contractor shaU, upon written notice from the Chx, resist and defend such action or proceeding by oounse| reasonably satisfactory tothe City Attorney . The Contractor expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Contractor shall in no way limit the responsibility to indemnify, hold, keep and save harmless and defend the City or its officers, emp|oyees, aQents, and instrumentalities as herein provided. The indemnification provided above shall obligate the Contractor to defend, at its own mxpenoe, to and through trial, nnediation, arbitraUon, administnative, regu|atory, appeUate, supplemental or bankruptcy pnnoeedings, or to provide for such defense, at the Chv'n option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City. whether per -formed by the Cnntnactor, or persons or entities employed orutilized bvContractor. These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws ofthe State ofFlorida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as they may be applicable, and asthey may be amended. Contractor shall require all sub -Contractor agreements to include a provision that each sub -Contractor will indennnifv, hold harmless and defend the City in substantially the same language as this Section. The Contractor agrees and recognizes that the City shall not be held liable or responsible for any dainno which may result from any actions or omissions of the 8 City ofMiami, Florida RFP7O2383 Contractor in which the City participated either through review or concurrence of the Contractor's actions. In navievvin0, approving or rejecting any submissions by the Contractor or other acts of the Contractor. the City, in no vvay, assumes or shares any responsibility or liability of the Contractor orsub-Contractor under this Contract. Ten dollars ($10) of the payments made by the City constitute separate, diotinot, and independent consideration for the granting of this |ndemnifiomtion, the receipt and sufficiency of which isvoluntarily and knowingly acknowledged bythe Contractor. 11. DEFAULT: If Contractor fails to comply materially with any term or condition of this Agreement, or fails to perform in any material way any of its obligations hereunder, and fails to cure such failure after reasonable notice from the City .setting forth the thirty (3O)time period tocure . then Contractor shall beindefault. Contractor understands and agrees that termination of this Agreement under this section shall not release Contractor from any obligation accruing prior to the effective date of termination. Should Contractor be unable or unwilling to commence to perform the Services within the time provided or contemplated herein, then, in addition to the foreOoing. Contractor shall be liable to the City for all expenses incurred by the City in preparation and negotiation of this Aoreement, as well as all costs and expenses incurred bythe City inthe re -procurement ofthe Services, including consequential and incidental damages. 13. RESOLUTION DFAGREEMENT DISPUTES: Contractor understands and agrees that all disputes between Contractor and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted to the City Manager for his/her resolution, prior to Contractor being entitled to seek judicial relief in connection therewith. |nthe event that the amount ofcompensation hereunder exceeds Twenty - Five ThouoaOd Dollars and No/Cente($25'UOO)' the City Manager's decision shall be approved or disapproved by the City Commission. Contractor shall not be entitled to seek judicial na|iof unless: (i) it has first received City Manager's written decision, approved by the City Commission 9 City of Miami, Florida RFP 702383 if the amount of compensation hereunder exceeds Twenty -Five Thousand Dollars and No/Cents ($25.000). or (ii) a period of sixty (OO) days has expined, after submitting to the City Manager a detailed statement ofthe dispute, accompanied bvall supporting documentation (one hundred twenty (120) days if City Manager's decision is subject to City Commission approval); or (iii) City has waived compliance with the procedure set forth in this section by written instruments, signed bythe City Manager. |nnoevent may the amount ofcompensation under this Section exceed the total compensation set forth inSection 4A\\ofthis Agreement. 13. TERMINATION; OBLIGATIONS UPON TERMINATION: A. The City, acting by and through its City ManaQer, shall have the right to terminate this Agreement, in its sole discretion, for convenience and without penalty or any stated cause . at any time, by giving written notice to Contractor at least thirty (30) calendar days prior to the effective date of such termination. In such event, the City oheU pay to Contractor compensation for Services rendered and approved expenses incurred prior to the effective date of termination. In no event shall the City be liable to Contractor for any additional compensation and expenses incurred, other than that provided herein, and in no event shall the City be liable for any consequential or incidental dannages. The Contractor shall have no recourse or remedy against the City for a termination under this subsection except for payment of fees due prior to the effective date oftermination. B. The City, by and acting through its City Manager, shall have the right to terminate this Agreennent, in its sole disoredon, and without pena|ty, upon the occurrence of an event of material breach hereunder, and failure to cure the same within thirty (30) days after written notice of default. In such event. the City shall not be obligated to pay any amounts to Contractor for Services rendered by Contractor after the date of termination, but the parties shall remain responsible for any payments that have become due and owing as of the effective date of termination. In no event shall the City be liable to Contractor for any additional compensation and 10 City ofMiami, Florida RFP7O2383 expenses incurred, other than that provided herein, and in no event shall the City be liable for any dinsct, indirect. consequential orincidental damages. 14. INSURANCE: A. Contractor shaU, at all times during the term hereof, maintain such insurance coverage(o) as may be required by the City. The insurance coverage(s) required as of the Effective Date of this Agreement are attached hereto as Exhibit ^D^ and incorporated herein by this reference. The City's RFP number and title of the RFP must appear on each certificate of insurance. The Contractor shall add the City of Miami as an additional insured to its oonnnnercie| general |iabi|ity, and auto liability po|inies, and as a named certificate holder on all policies. Contractor shall correct any insurance certificates as requested by the City's Director ofRisk Management. All such insunanoe, including nanewe|s, shall be subject to the approval of the City for adequacy of protection and evidence of such coverage(s) and shall be furnished to the City Rink Management Director on Certificates of Insurance indicating such insurance to be in force and effect and any cancelled or non -renewed policy will be replaced with no coverage gap and a current Certificate of Insurance will be provided. Completed Certificates of Insurance shall be filed with the City prior to the performance of Services hereunder, provided, hVvvever, that Contractor shall at any time upon request file duplicate copies of the Certificate of Insurance with the City. B. If, in the judgment of the Chx, prevailing conditions warrant the provision by Contractor of additional liability insurance coverage or coverage which is different in kind, the City Risk Management Director reserves the right to require the provision by Contractor ofan amount of coverage different from the amounts or kind previously required and shall afford written notice of such change in requirements thirty (30) days prior to the date on which the requirements shall take effect. Should the Contractor fail or refuse to satisfy the requirement of changed coverage within thirty (30) days following the City's written notice, this Agreement shall be considered terminated on the date that the required change in policy coverage would otherwise take effect. I City of Miami, Florida RFP 702383 C. Contractor understands and agrees that any and all liabilities regarding the use of any of Contractor's employees or any of Contractor's sub -Contractors for Services related to this Agreement shall be borne nn|e|y by Contractor throughout the term of this Agreement and that this provision shall survive the termination of this Agreement. Contractor further understands and agrees that insurance for each employee of Contractor and each sub -Contractor providing Services related to this Agreement shall be maintained in good standing and approved by the City's Director of Risk Management throughout the duration of this Agreement. D. Contractor shall be responsible for assuring that the insurance certificates required under this Agreement remain in full force and effect for the duration of this Agreornent, including any extensions hereof. If insurance certificates are scheduled to expire during the term of this Agreement and any extension hereof, Contractor shall be responsible for submitting new or renewed insurance certificates tothe Qh/'s Director ofRisk Management as soon as coverages are bound with the insurers, In the event that expired certificates are not rep|acod, with new or renewed certificates which cover the term of this Agreement and any extension thereof: (i) the City shall suspend this Agreement until such time as the new or renewed certificate(s) are received in acceptable form by the City's Director ofRisk Management; Or (ii) the City may, at its sole discretion, terminate the Agreement for Cause and seek re -procurement damages from Contractor in mz Iunotion with the violation of the terms and conditions of this Agreement. E. Compliance with the foregoing requirements shall not relieve Contractor ofits liabilities and obligations under this Agreement. 15. NONDISCRIMINATION: Contractor represents to the City that Contractor does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with Contractor's performance under this Agreement on account ofrace, on|o,, sex, re|igion, age, handicap, marital 12 City of Miami, Florida RFP 702383 status ornational origin. Contractor further covenants that no otherwise qualified individual shall, solely by reason of his/her nace, co|or, nex, re|igion, age, handioap, marital status or national origin, be excluded from participation in, bedenied services, orbesubject todiscrimination under any provision of this Agreement. 16. ASSIGNMENT: The Contractor's services are considered unique and specialized. This Agreement shall not be aosiQnmd, so|d, tnansferred, p|edged, orotherwise conveyed by Contractor, in whole or in part. and Contractor shall not assign any part of its operations which are related to the performance of this Agreement, without the prior written consent of the City Manager, which may be withheld or conditioned, in the City'n sole discretion through the City Manager. 13 City mfMiami, Florida RFP7O2383 17. NOTICES: All notices or other Communications required under this Agreement shall be in writing and shall be given by hand -delivery mrbvregistered or certified U.S. Mail, return receipt requested, addressed to the other party at the address indicated herein or to such other address as a party may designate bynotice given onherein provided. Notice shall bedeemed given onthe day on which personally delivered; or, if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier, TO CONTRACTOR: TO THE CITY: Arthur NohegaV City Manager 4448VV2»uAvenue, 1O1hFloor Miami, FL33128-181O Annie Perez, CPPO Procurement Director 444SVV2'dAvenue, 0mFloor Miami, FL3313O-1S1O Victoria Mendez City Attorney 4448VV2»uAvenue, SmFloor Miami, FL3312O-191O Mario Nunez Solid Waste Director 129ONVV2OmStreet K8iami, FL 33142 18. MISCELLANEOUS PROVISIONS: A. This Agreement shall be construed and enforced according to the laws of the State of Florida. Venue in any proceedings between the parties shall be in Miami -Dade County, Florida. Each party shall bear its own ottornoy's fees. Each party waives any dofense, whether asserted by motion, memnrendum, or p|eading, that the aforementioned courts are an improper or inconvenient venue. K8onaover, the parties consent to the personal jurisdiction of the aforementioned courts and irrevocably waive any objections to said jurisdiction. The parties freely, 14 City of Miami, Florida RFP 702383 knowingly irrevocably waive any rights to a jury trial in any actions or proceedings between them related to this Agreement . B. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. C. Should any provision, panagraph, sentenoe, word or phrase contained in this Agreement be determined by a court ofcompetent jurisdiction to be inva|id, illegal or otherwise unenforceable under the laws of the State of Florida or the City of K8iami, such pnovision, paragnaph, sentence, word or phrase shall be deemed modified tothe extent necessary in order to conform with such |aws, or if not modifiab|e, then the same shall be deemed severab|e, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect or limitation of its use. D. Contractor shall comply with all applicable |avvs, rules and regulations in the performance of this Aonaement, including but not limited to |inensuna, registnation, and certifications required by law for professional service Contractors performing these services. E. This Agreement constitutes the sole and entire Agreement between the parties hereto. No modification or amendment hereto shall be valid unless inwriting and executed by properly authorized representatives of the parties hereto. Except as otherwise set forth in Section 2 above. the City Manager shall have the sole authority to extend, amend, or modify this Agreement on behalf of the City. All changes and/or modifications to this Agreement shall be approved in advance and in writing by the Office of the City Attorney as to legal form and oorreotness, and executed in writing by the City and the Contractor. F. Title and paragraph headings are for convenient reference and are not a part of this Agreement. G. Nothing contained in this Agreement is any vvey intended to be a waiver of the limitation placed upon the |ndemniteao' liability as set forth in Chapter 788, Florida Statutes. 15 City of Miami, Florida RFP 702383 Additionally, the |ndmmnhems do not waive sovereign immunhx, and no claim or award against the |ndemnhmoa shall include attonney/sfeex. investigative costs, pre -suit oradjusting coats, or p judgmentintereat. H. If any term or provision of this Aoroement, or combination of the same, is in violation of any applicable law or negu|ation, or is unenforceable or void for any naeaon, such term, provision or combination of same shall be modified or reformed by the court to the minimum extent necessary to accomplish the intention of the entire Agreement to the maximum extent allowable, under any legal form, without violating applicable |avv or regulation. Nohwithstanding, the remainder of the Agreement shall remain binding upon the par -ties. This Subsection shall not apply if there is a material breach of this Agreement causing cance|ation or cancellation for convenience. 19. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties herebu, their heirs. executors, legal representatives, successors, orassigns. 20. INDEPENDENT CONTRACTORS: Contractor has been procured and is being engaged to provide Services to the City as an independent contractor, and not as an agent or employee of the City. According|y, neither Contractor, nor its emp|oyeea, nor any Subcontractor hired by Contractor to provide any Services under this Agreement shall attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. Contractor further understands that Florida Workers' Compensation benefits available to employees of the City are not available to Controotor, its emp|oyees, or any subcontractor hired by Contractor to provide any Services hereunder. and Contractor agrees to provide ortorequire auboontractor(s)toprovide, as applicable, workers' compensation insurance for any employee or agent of Contractor rendering Services to the City under this Agreement. 16 City ofMiami, Florida RFP7O2383 Contractor further understands and agrees that Contractor's or Subcontractors' use or entry upon City properties shall not in any way change its or their status as an independent contractor. 21. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and the Agreement is subject to amendment or termination due to |ook of funds, reduction of funds, failure to allocate or appropriate funds, end/or change in applicable laws or nsQu|ations, upon thir-ty (30) days written notice. 22. FORCE MAJEURE: A"Force MjeunsEvent"shaUmeananactofGod.aotofgovennments|bodyornni|itary authorhv, fine, explosion, power failure, Dond, otonn, hurricane, sink ho|e, other natural disashers, epidernin, riot or civil disturbonce, vver or terrorism, oabntogo, inaurrention, b|ockode, or embargo. In the event that either party is delayed in the performance of any act or obligation pursuant to or required by the Agreement by reason of Force Mjeure Event, the time for required completion of such act or obligation shall be extended by the number of days equal to the total number of days, if any, that such party is actually delayed by such Force Mjeure Event, The party seeking delay in performance shall give notice tothe other party specifying the anticipated duration of the de|ay, and if such delay shall extend beyond the duration specified in such notioo, additional notice shall be repeated no less than monthly so long as such delay due to a Force Mjeuna Event continues. Any party seeking delay in pedbrrnenn8 due to m Force K4 jeure Event shall use its best efforts to rectify any condition causing such delay and shall cooperate with the other party to overcome any delay that has resulted. 23. CITY NOT LIABLE FOR DELAYS: Contractor hereby understands and agrees that in no event shall the City be liable for, or responsible to Contractor or any subcontrector, or to any other person, firm, or entity for or on account of, any stoppages or delay(s) in work herein provided for, or any damages whatsoever related thereto, because of any injunction or other legal or equitable proceedings 17 City of Miami, Florida RFP 702383 oronaccount ofany de|ay(s) for any cause over which the City has nocontrol. 24. USE QFNAME: Contractor understands and agrees that the City is not engaged in research for advertising, sales promotion, or other publicity purposes. Contractor is allowed, within the limited scope of normal and customary marketing and promotion of its vvorh, to use the general results of this project and the name of the City. The Contractor agrees to protect any confidential information provided by the City and will not release information of specific nature without prior written consent ofthe City Manager orthe City Commission. 25. NDCONFLICT C)FINTEREST: Pursuant to City of Miami Code Section 2'611. as amended ("City Code^), regarding conflicts of interest, Contractor hereby certifies to the City that no individual member of Contractor, no onnp|oye*, and no subcontractor under this Agreement nor any immediate family member of any of the same is also city employee or a member of any boand, commission, or agency of the City. Contractor hereby represents and warrants to the City that throughout the term of this Agreernent. Contraotor, its emp|nyees, and its subcontractors will abide by this prohibition of the City Code. Contractor additionally agrees during the term of this Agreement not to serve as a paid expert witness, affiant or otherwise furnish evidence adverse to the City in a Claim brought against the City byany third party. 26. NC]THIRD-PARTY BENEFICIARY: No persons other than the Contractor and the City (and their successors and ossigns) shall have any rights whatsoever under this Agreement. 27. SURVIVAL: All obligations (including but not limited to indemnity and obligations todefend and hold harmless) and rights of any party arising during or attributable to the period prior to expiration or earlier termination of this Agreement shall survive such expiration or earlier termination. 18 City of Miami, Florida RFP 702383 28. TRUTH-IN'NEGC)T|ATl{JNCERTIFICATION, REPRESENTATION AND WARRANTY: Contractor hereby cmrtifies, represents and warrants to the City that on the date.of Contractor's execution of this Agreement, and so long as this Agreement shall remain in full force and effect, the wage rates and other factual unit costs supporting the compensation to Contractor under this Agreement are and will continue to be acounate, comp|ete, and current. Contractor understands, agrees and acknowledges that the City shall adjust the amount of the compensation and any additions thereto to exclude any significant sums by which the City determines the contract price of compensation hereunder was increased due to inacourate, inoomp|eba, or non - Current wage rates and other factual unit costs. All such contract adjustments shall be made within one (1) year of the end of this Agreement, whether naturally expiring or earlier terminated pursuant tothe provisions hereof. 29. COUNTERPARTS: This Agreement may be executed in three or more oVuntmrports, each of which shall constitute an original, but all of which, when taken together, shall constitute one and the same Agreement. 30. MOST FAVORED NATIONS: Successful Proposer shall not treat the City of Miami ("City") worse than any other similarly -situated local government and, in this negard, grants the City a "most favored notions dauae"meaningtheCityvviUbeenth|edhznamaiveondbeQovernedbythemoatfavonab|e terms and conditions that Successful Bidder/Propoaergnants now orinthe future to m similarly situated local government, 31. ENTIRE AGREEMENT: This instrument and its attachments constitute the sole and only Agreement of the par -ties relating to the subject matter hereof and correctly set forth the hghts, dutiau, and obligations of each tothe other osofits date. Any prior Agreements, promises, negotiations, orrepresentations not expressly set forth in this Agreement are of no force or effect. 19 City of Miami, Florida RFP 702383 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by theft respective officials thereunto duly authorized, this the day and year above written. "City" CITY OF MIAMI, a municipal ATTEST: corporation By: Todd B. Hannon, City Clerk Arthur Noriega V, City Manager A I I EST: Print Name: 10 c(7,,,ellpe Title: LC (Corporate Seal) "Contractor" AshBritt, Inc. By: Print Name: Dow Knight Title: SVP (Authorized Corporate Officer) APPROVED AS TO LEGAL FORM APPROVED AS TO INSURANCE AND CORRECTNESS: REQUIREMENTS: Victoria Mendez Ann -Marie Sharpe City Attorney Director of Risk Management City of Miami, Florida RFP 702383 CORPORATE RESOLUTION (This Resolution needs to authorize the signatory to sign) WHEREAS, AshBritt, Inc. a Florida , corporation, desires to enter into an Agreement with the City of Miami for the purpose of per -forming the work described inthe contract towhich this resolution isattached; and WHEREAS, the Board of Directors at o duly held corporate meeting has considered the matter inaccordance with the bylaws ofthe corporation; N[]VV. THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that this corporation is authorized to enter into the Agreement with the City, and the President and the Secretary are hereby authorized and directed to execute the Agreement in the name of this Corporation and to execute any other document and perform any acts in connection therewith as may berequired toaccomplish its purpose. |NWITNESS WHEREOF, this 0h day of January , 2020. AshBritt, Inc. ("Contractor") An Florida (State) Corporation By: Print Name� Brittany Perkins Castillo TITLE: CEO Print Name: Dow Knight 7-� /T/�'_ (�`PPvRolf. '� Cr (sign) ��V� Z| City of Miami, Florida RFP 702383 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written, "City" CITY OF MIAMI, a municipal ATTEST: corporation By: Todd B. Hannon, City Clerk Arthur Noriega V, City Manager ATTEST: Print Name: Michelle Kentula Title contract Administrator (Corporate Seal) "Contractor" Ceres Environmental Services, Inc. By: Print Name: Ti a Laurie Title: Corporate Secretary (Authorized Corporate Officer) APPROVED AS TO LEGAL FORM APPROVED AS TO INSURANCE AND CORRECTNESS: REQUIREMENTS: Victoria Mendez City Attorney 21 Ann -Marie Sharpe Director of Risk Management City nfMiami, Florida RFP7O2383 CORPORATE RESOLUTION (This Resolution needs to authorize the signatory to sign) WHEREAS,cczea ur"�roomeocaz aerv�ces' zoc�. amiooesoLa corporodon, desires to enter into an Agreement with the City of Miami for the purpose of performing the work described in the contract huwhich this resolution is attached; and WHEREAS, the Board of Directors ateduly held corporate meeting has considered the mofterinaccordance with the bylaws mfthe corporation; NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that this corporation is authorized to enter into the Agreement with the City, and the President and the Secretary are hereby authorized and directed to execute the Agreement in the name of this Corporation and to execute any other document and perform any acts in connection therewith as may berequired to accomplish its purpose. |NWITNESS WHEREOF, this day of� Ceres Environmental Services, Inc, David McIntyre Print Name. President .2O2O. (State) Corporation Print Name : zia Laurie (sign) 2l City of Miami, Florida RFP 702383 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. "City" CITY OF MIAMI, a municipal ATTEST: corporation Todd B. Hannon, City Clerk By: Arthur Noriega V, City Manager 'Contractor" ATTEST: Crowder -Gulf Joint Venture, Inc. ,<'>) By: Print Name: V/3...6 Piept ame: John Ramsay 4/ Wesie1Jai1e Title: President Title: Contract Administrator (Authorized Corporate Officer) (Corporate Seal) APPROVED AS TO LEGAL FORM APPROVED AS TO INSURANCE AND CORRECTNESS: REQUIREMENTS: Victoria Mendez Ann -Marie Sharpe City Attorney Director of Risk Management 21 City VfMiami, Florida RFP702383 CORPORATE RESOLUTION (This Resolution needs to authorize the signatory to sign) Crowdez-Gulf Joint venture, Inc WHEREAS a , oi. corporation, desires to enter into an Agreement with the City of Miami for the purpose of performing the work described in the contract to which this resolution in attached; and WHEREAS, the Board of Directors at duly held corporate meeting has considered the matter in aoCVrd@OCe with the bylaws of the corporation; NOW, THEREFORE. BE IT RESOLVED BY THE BOARD OF DIRECTORS that this corporation is authorized to enter into the Agreement with the City. and the President and the Secretary are hereby authorized and directed to execute the Agreement in the name of this Corporation and to execute any other document and perform any acts in connection therewith as may berequired tOaccomplish its purpose, |NWITNESS WHEREOF, this 6t-h day of Jan . 2020� CrowdezCoIf Joint Venture, Inc. ("Contractor") An Flordia (State) Corporation Print Name: John Ram -say TITLE: President h Print Name' Ashley Damoav-0aile (sign) 22 City ofMiami, Florida RFP702383 IN WITNESS VVHEREDF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. "city" CITY OFK8|AMi omunicipe| ATTEST: Gorporation Todd B.Hannon^City Clerk ATTEST: PhN�/ntName� ��/ 0u/0, Title: C/Y" 'y' U^_. VJ� L' ] (Corporate Seal) Arthur 0oriega n, City Manager . Cqnfracto // /�/ '.-. _'� '/ . ~ Print Name: Title:(Authorized Corporate Officer) *— APPROVED ASTOLEGAL FORM APPROVED ASTDINSURANCE AND CORRECTNESS: REQUIREMENTS: ViohzhaK86ndez Ann'N1aheGhorpe City Attorney Director ofRisk Management City ofMiami, Florida RFP7O2383 CORPORATE RESOLUTION (This Resolution needs toauthorize the signatory hosign) WHEREAS, DRCEi-nergeiicy,�ervices,l.,I,C ., an Alnhama corporation, desires to enter into an Agreement with the City of Miami for the purpose ofperforming the work described inthe contract 1uwhich this resolution isattached; and WHEREAS, the Board of Directors otmduly held corporate meeting has considered the matter inaccordance with the bylaws ofthe corporation; N()VV. THEREFORE. BE IT RESOLVED BY THE BOARD OF DIRECTORS that this corporation is authorized to enter into the Agreement with the City` and the President and the Secretary are hereby authorized and directed to execute the Agreement in the name of this Corporation and to execute any other document and perform any acts in connection therewith as may be required to accomplish its purpose. 20 IN WITNESS WHEREOF, this 27th day of January DRCEmergency Services, LLC ("Contractor") An Alabama (State) Corporation By: Print Name: Kristy Fuen TIT E: VP. Secretary &Trcoxurez � /fl4 / (sign) Print Name: Lisa Walsh, Conti -acts Manager City of Miami, Florida RFP 702383 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by their respective officials thereunto duly authorized, this the day and year above written. "City" CITY OF MIAMI, a municipal ATTEST: corporation Todd B. Hannon, City Clerk ATTEST: Andres Castro Print Name: By: Arthur Noriega V, City Manger Title: Vice President Director of Operations /Vic'. ... ... RI: ............... Title: .... (Corporate Seal) (Authorized Corporate Officer) c<'• — 5. —...., : - . _ •:- „ 1 / / I/ jnabnalcoo loo\ ; APPROVED AS TO LEGAL FORM APPROVED AS TO INSURANCE AND CORRECTNESS: REQUIREMENTS: \00011111////,, Victoria Mendez Ann -Marie Sharpe City Attorney Director of Risk Management 21 City of Miami, Florida RFP 702383 CORPORATE RESOLUTION (This Resolution needs to authorize the signatory to sign) DQJEnterphses Inc.Alabama desires to enter into an Agreement with the City of Miami for the purpose of performing the work described inthe contract tnwhich this resolution isattached; and WHEREAS, the Board of Directors at duly held corporate meeting has considered the matter inaccordance with the bylaws ofthe corporation; NC)VV. THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that this corporation is authorized to enter into the Agreement with the Cih/, and the President and the Secretary are hereby authorized and directed to execute the Agreement in the name of this Corporation and to execute any other document and perform any acts in connection therewith as may berequired toaccomplish its purpose, |NWITNESS WHEREOF, this Rth D8JEnharphaea. Inc. m~�~"~ '"� An ""'""~~---> />' (State) Corporation ,ke ris rp By - /s' n\ Ry opPORJ� ` �� _^^.___���sonSendere Sanders day of January .2U2O. (^Conrootor) ' ~ ~ - - � ��. ^�]�son�enoere rrin�Namo, � ~ ` ~.~^ ��� ' ' ` ' - . ' /a bmr«�`^�� Vice President TITLE: ­._ ` Print Name: Andres Castro 22 City of Miami, Florida RFP 702383 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by theft respective officials thereunto duly authorized, this the day and year above written. "City" CITY OF MIAMI, a municipal ATTEST: corporation Todd B, Hannon, City Clerk ATTEST: Print Name: --1--"ey--ek ri Title: L.crv\A-,ra.c.,.\-- (Corporate Seal) Seal) By: Arthur Noriega V, City Manager "Contractor" F(el; By: Print Name: Title: r (Authorized Corporate Officer) APPROVED AS TO LEGAL FORM APPROVED AS TO INSURANCE AND CORRECTNESS: REQUIREMENTS: Victoria Mendez Ann -Marie Sharpe City Attorney Director of Risk Management 20 City ofMiami, Florida RFP 702383 CORPORATE RESOLUTION (This Resolution needs to authorize the signatory to sign) WHEREAS, -�t�,`- i�'��'��+/��� /- [� , a cVrpornUon, desires to enter into an Agreement with the City of Miami for the purpose of per -forming the work described in the contract to which this resolution is attached; and WHEREAS, the Board of Directors eta duly held Cn[ponst8 meeting has considered the matter inaccordance with the bylaws Ofthe corporation; N[}VV. THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that this corporation is authorized to enter into the Agreement with the Cih/. and the President and the Secretary are hereby authorized and directed to execute the Agreement in the D8n18 of this Corporation and to execute any other document and perform any acts in connection therewith as may berequired toaccomplish its purpose, IN WITNESS WHEREOF, this day 0f 2020. ("Contractor") An -T��l�` ^�~ (State) Corporation By: (sign) Print Name: TITLE: Print Name: -- / 21 City of Miami, Florida RFP 702383 EXHIBIT RFP702383 22 City of Miami, Florida EXHIBIT SCOPE [)FSERVICES 23 RFP7O23O3 City of Miami, Florida RFP 702383 EXHIBIT C PROPOSAL AND COMPENSATION 24 City of Miami, Florida RFP 702383 EXHIBIT INSURANCE REQUIREMENTS Commercial General Liability (Primary & Non -Contributory) A. Limits of Liability Bodily Injury ondPrnncrtyDamogcLiuhiliiy Each Occurrence $1,000,000 General Aggregate Limit $2,000,000 Personal and 4dv,Injury $1,000,000 B. Endorsements Required City ofMiami listed as additional insured Coniiu'geot8LContractual Liability Premises and Operations Liability Primary Insurance Clause Endorsement 11. Business Automobile Liability /\� Limits of Liability Bodily Injury undPropedyDannogeLiubi|dv Combined Single Limit Onoed/5ohcdolcdAutns |ur|udinafliccd, Borrowed or Non -Owned Autos Any One Accident $1,000,000 B. Endorsements Required City nfMiami listed usonadditional insured Oi Worker's Compensation Limits of Liability Statutory -State of Florida Waiver ofSubrogation Employer's Liability A. Limits of Liability $l,0V0,000for bodily injury caused bvonuccidont,each accident $l,000,000for bodily i juryouusudbvdiseusc,cocbeonp|oycc $1,000,000 for bodily i *ury caused by disease., policy limit 25 City of Miami, Florida RFP 702383 IV. Umbrella Liability (Excess Follow Form) A. Limits of Liability Each Occurrence Limit Aggregate Limit V. Pollution Liability (If Applicable) $1,000,000 $1 ,000,000 A. Limits of Liability Each Occurrence $1,000,000 Aggregate Limit $1,000,000 City of Miami listed as named 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 Successful Proposer(s). 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: 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. Alt policies and/or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. 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 RFP NUMBER AND/OR TITLE OF RFP MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the Successful Proposer(s) 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 Successful Proposer(s) 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: (4) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the Request for Proposals. 26 City of Miami, Florida RFP 702383 (5) The City may, at its sole discretion, terminate this contract for cause and seek re - procurement damages from the Successful Proposer(s) in conjunction with the General and Special Terms and Conditions of the RFP. The Successful Proposer(s) 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 Successful Proposer(s). 27 City of Miami, Florida RFP 702383 EXHIBIT E CORPORATE RESOLUTION AND EVIDENCE OF QUALIFICATION TO DO BUSINESS IN FLORIDA (To be provided upon document execution) 28 EXHIBIT A Request for Proposals (RFP) Procurement Department Miami Riverside Center 444 SW 2" Avenue, 6th Floor Miami, Florida 33130 Web Site Address: www.miamigov.com/procurement RFPNumber: Title: Issue Date/Time: RFPClosing Date/Time: Pre-Bid/Pre-Proposal Conference: Pre-Bid/Pre-Proposal Date/Time: Pre-Bid/Pre-Proposal Location: Deadline for Request for Clarification: Contracting Officer: Hard Copy Submittal Location: Contracting Officer E-Mail Address: Contracting Officer Facsimile: 702383,3 Request for Proposals for Emergency Debris and Disaster Recovery Services 17-APR-2019 04/29/2019 4; 15:00:00 Voluntary Wednesday, March 20, 2019 at 10:00 AM Miami Riverside Center ("MRC") Building, 444 SW 2nd Avenue, 6th Floor, South Conference Room, Miami, Florida 33130 Wednesday, March 27, 2019 at 2:00 PM Falcon, Eduardo City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US efalcon@miamigov.com 305-400-5390 Page 1 of 75 Exhibit A f Request for Proposals (RFP) Procurement Department Miami Riverside Center 444 SW 2'd Avenue, 6th Floor Miami, Florida 33130 Web Site Address: wvvw snia goy .com/procurement RFPNumber: Title: Issue Date/Time: RFPClosing Date/Time: Pre-Bid/Pre-Proposal Conference: Pre-Bid/Pre-Proposal Date/Time: Pre-Bid/Pre-Proposal Location: Deadline for Request for Clarification: Contracting Officer: Hard Copy Submittal Location: Contracting Officer E-Mail Address: Contracting Officer Facsimile: 702383,3 Request for Proposals for Emergency Debris and Disaster Recovery Services 17-APR-2019 04/29/2019 15:00:00 Voluntary Wednesday, March 20, 2019 at 10:00 AM Miami Riverside Center ("MRC") Building, 444 SW 2nd Avenue, 6th Floor, South Conference Room, Miami, Florida 33130 Wednesday, March 27, 2019 at 2:00 PM Falcon, Eduardo City of Miami - City Clerk 3500 Pan American Drive Miami FL 33133 US efalcon@miamigov.com 305-400-5390 Page 1 of 75 Exhibit A 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 errors 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: PROPOSER NAME' ADDRESS. PHONE: FAX. EMAIL: CELL(Optional)• SIGNED BY. TITLE: DATE. FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM SHALL DISQUALIFY THIS RESPONSE. Page 2 of 75 Exhibit A Certifications Legal Name of Firm: Federal Employer lderitiflcation Number ("FEIN; EIN") Entity Type: Partnership, Sole Proprietorship, Corporation, etc. Year Established: Office Location: City of MiamiMiami-Dade County, or Other Business Tax Receipt/Occupational License Number: Business Tax Receipt/Occupational License Issuing Agency: Business Tax Receipt/Occupational License Expiration Date: Will Subcontractor(s) be used? (Yes or No) 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). If no subcontractor(s) will be utilized, please insert N/A.: Please list and acknowledge all addendum/addenda received. List the addendum/addenda number and date of receipt (i.e. Addendum No. 1, 2/19/19). If no addendum/addenda was/were issued, please insert N/A. Proposer has reviewed the attached Sample Professional Services Agreement ("Agreement"). Does Proposer acknowledge that the attached Agreement is an example of the standard Agreement used in conjunction of these services, and Proposer will be required to execute an Agreement in substantially the attached form, In addition, Proposer shall acknowledge that certain clauses (including #2 Term, #6 Audit and Inspection Rights and Records Retention, #8 Public Records, #9 Compliance with Federal, Page 3 of 75 Exhibit A State and Local Laws, #10 Indemnification, #13 Termination; Obligation Upon Termination, #15 Nondiscrimination, and # 23 City Not Liable for Delays)are non-negotiable. Yes / No Page 4 of 75 Exhibit A Line: 1 Description: Proposers are not required to enter a unit price on this line. Proposers shall submit their proposed prices on Attachment E, Compensation Schedule, located under the Header/Notes and Attachments Section of this solicitation, in the Oracle/iSupplier Sourcing System. Category: 99030-00 Unit of Measure: Dollar Unit Price: $ Number of Units: 1 Total: $ Page 5 of 75 Exhibit A Table of Contents Request for Proposals (RFP) 702383,3 Terms and Conditions 8 1. General Conditions 8 1.1. GENERAL TERMS AND CONDITIONS 8 2. Special Conditions 28 2.1. PURPOSE 78 2.2. LOCAL PREFERENCE 28 2.3. LIVING WAGE REQUIREMENTS FOR SERVICE CONTRACTS AND CITY EMPLOYEES 28 2.4. PRE -PROPOSAL CONFERENCE 28 2.5. DEADLINE FOR RECEIPT OF REQUEST FOR ADDITIONAL INFORMATION/CLARIFICATION 78 2.6. TERM OF CONTRACT 28 2.7. CONDITIONS FOR RENEWAL 79 2.8. MINIMUM QUALIFICATION REQUIREMENTS 79 2.9. DEBRIS CLEARING ASSIGNMENT 29 2.10. EXECUTION OF AN AGREEMENT 30 2.11. BACKGROUND CHECKS 30 2.12. NON -APPROPRIATION OF FUNDS 30 2.13. REFERENCES 30 2.14. PERFORMANCE AND PAYMENT BOND 31 2.15. CHANGES/ALTERATIONS 31 2.16. INSURANCE REQUIREMENTS 32 2.17. FIXED AND FIRM CONTRACT 35 2.18. CONSUMER PRICE INDEX ("CPI") ADJUSTMENT .............. ........................ . 35 2.19. RETAINAGE 35 2.20. DUMPING/TIPPING FEES 35 2,21. INVOICE SCHEDULE 36 2.22. COMPENSATION SCHEDULE 36 2.23. LIQUIDATED DAMAGES 36 2.24. FAILURE TO PERFORM 37 2.25. SUBCONTRACTOR(S) OF WORK SHALL BE IDENTIFIED 38 2.26. SUBCONTRACTOR'S AND SUBCONTRACTOR'S ACTS AND OMISSIONS .......... ............... 38 2.27. WORK ASSIGNMENTS, CITY'S RIGHT TO ADD ADDITIONAL CONTRACTOR(S), OR HAVE CONTRACTOR(S) ADD ADDITIONAL SUBCONTRACTOR(S) ........ ..... ........... 2.28. SUCCESSFUL PROPOSER'S EMPLOYEES AND ITS SUBCONTRACTOR'S EMPLOYEES ARE THE RESPONSIBILITY OF PROPOSER(S) AND NOT EMPLOYEES OR AGENTS OF CITY 38 2.29. PROJECT MANAGER 39 2,30. OPERATIONS MANAGER 39 2.31. USE OF PREMISES 39 2.32. SAFETY MEASURES 39 2.33. PUBLIC CONVENIENCE AND SAFETY 39 2.34. DAMAGES TO PUBLIC/PRIVATE PROPERTY 40 2.35. EQUITABLE ADJUSTMENT 40 2.36. COMPLIANCE WITH FEDERAL STANDARDS 40 Page 6 of 75 Exhibit A Request for Proposals (RFP) 702383,3 2.37. FEDERALLY FUNDED PROJECTS CONTRACT PROVISIONS 40 2.38. RECORDS 40 2.39. TRUTH IN NEGOTIATION CERTIFICATE 40 2.40. ADDITIONS/DELETIONS OF SERVICES 41 2.41. COMPLIANCE WITH THE COPELAND "ANTI-KICKBACK"ACT 41 2.42. COMPLIANCE WITH THE CONTRACT WORK HOURS & SAFETY STANDARDS ACT .. 41 2.43. EQUAL EMPLOYMENT OPPORTUNITY 42 2.44. CLEAN AIR ACT 43 2.45. FEDERAL WATER POLLUTION CONTROL ACT 43 2.46. NO OBLIGATION BY FEDERAL GOVERNMENT 43 2.47. PROGRAM FRAUD & FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS43 2.48. BYRD ANTI -LOBBYING AMENDMENT, 31 U.S.C. § 1352 (AS AMENDED) 43 2.49. PROCUREMENT OF RECOVERED MATERIALS 44 2.50. DEBARMENT OF HOMELAND SECURITY ("DIIS"), SEAL, LOGO, AND FLAGS 44 2.51, COMPLIANCE WITII FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS 44 2.52. ACCESS TO RECORDS 44 2.53. SUSPENSION AND DEBARMENT (IN ADDITION TO GENERAL TERMS AND CONDITIONS, SECTION 1.25) 45 2.54. PRIMARY CLIENT (FIRST PRIORITY) SCHEDULE CONFLICT DUE TO VARIOUS AREAS IMPACTED 45 2.55. EVALUATION/SELECTION PROCESS AND CONTRACT AWARD 45 2.56. TERMINATION 46 3. Specifications 48 3.1. SPECIFICATIONS/SCOPE OF WORK 48 4. Submission Requirements 69 4.1. SUBMISSION REQUIREMENTS 69 5. Evaluation Criteria 75 5.1. EVALUATION CRITERIA 75 Page 7 of 75 Exhibit A Request for Proposals (RFT) 702383,3 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/eqt Tient/servi -es with an estimated aggregate cost of S25,000.00 or more. Definition: A formal solicitation is defined as issuance of an Invitation for Bids, Request for Proposals ("RFT"), Request for Qualifications ("RFQ"), or Request for Letters of Interest ("RFLI") 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 WILL NOT BE CONSIDERED. 1.6. ASSIGNMENT - The Contractor's services are specialized and unique in nature. 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, in whole or in part, without City of Miami's prior written consent. 1.7. ATTORNEY'S FEES - In connection with any litigation, mediation and arbitration proceedings arising out of this Contract, each party shall bear their own attorney's fees through and including administrative trial, 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 representatives, to any books, documents, papers, and records of Contractor which are directly pertinent to this formal solicitation, for the purpose of audit, Page 8 of 75 Exhibit A Request for Proposals (RFP) 702383,3 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 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. The Audit and Inspection provisions set forth in Sections 18-100 to 18-102 of the City Code are deemed as being incorporated by reference herein as supplemental terms, 1.9. AVAILABILITY OF CONTRACT STATE-WIDE - Any Govermnental, 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 he 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 BidderfProposer 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. Page 9 of 75 Exhibit A Request for Proposals (RFP) 702383,3 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 Ci.ty'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. L11. 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 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 returned 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 manttfacnirers, 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. Page 10 of 75 Exhibit A Request for Proposals (RFP) 702383,3 1.18. COLLUSION —Bidder/Proposer, by submitting a 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 Department 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 WITI-I 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 other compensation methods, and training selection. 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. Environment 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 Chapter 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. City of Miami Financial Policies and Anti -Deficiency Act , City Code , Chapter 18, Article IX. N. State and local laws and regulations regarding the licensing of psychologists and social service counselors, as applicable. 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 he applicable only to Contracts for the provision of goods and services and public works or improvements for amounts greater than S200,000. The Cone of Silence prohibits any communication regarding RFPs, RFQs, RFLI or IFBs (bids) between, among others: Page 11 of 75 Exhibit A Request for Proposals (R.FP) 702383,3 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 tnatters 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, .R.FQ, RFLI or FEB (bid) documents (See Section 2.2, of the Special Conditions), or communications in connection with the collection of industry comments or the perforrnance of market research regarding a particular RFP, 'RFC?, 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 (clerksmiamigov.com), 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 shall subject 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. 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 tnist, or perform his/her/it's 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 Page 12 of 75 Exhibit A Request for Proposals (RFP) 702383,3 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. (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 terrns 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 Page 13 of 75 Exhibit A Request for Proposals (RFT) 702383,3 the violation remains noncompliant, (8) Found in violation of a zoning ordinance or any other c ty 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 debannent 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 furnish 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 terms 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 tirne 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 assignment 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. 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 he deducted from any monies due or which may become due on Page 14 of 75 Exhibit A this Contract, Request for Proposals (RFP) 702383,3 1.28. DETERIMINATION 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. A. Responsible Bidder shall mean a bidder/proposer who has submitted a bid/proposal and who has the capability, as determined under the City Procurement Ordinance, in all respects to fully perform the contract requirements, and the integrity and reliability of which give reasonable assurance of good faith and performance. 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 offthe 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 (ifany) should he 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 instnictions, 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 .R.FLI.s, 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 Page 15 of 75 Exhibit A Request for Proposals (RFP) 702383,3 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: I) Bidder/Proposer fails to acknowledge receipt of addenda; 2) Bidder/Proposer misstates or conceals any material fact or material omission 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 debt or 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 wili 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 teims "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 o 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 REP, RFQ, or RFLI to be considered non -responsive; and, if exceptions are taken to the terrns 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 Page 16 of 75 Exhibit A Request for Proposals (RFP) 702383,3 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..FI.RM 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. 138. 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 subcon.tractor(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 Florida Minimum Wage Law will not impact its prices throughout the terra 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..39. 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. In any action or proceeding each party shall bear their own respective attorney's fees. 1.40. 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. 1.41. HEALTH INSURANCE PORTABILITY AND ACCOUNTABILITY ACT (HIPPA) - Any person or entity that performs or assists the City of Miarni with a function or activity involving the use or disclosure of "individually identifiable health information (IIHI) and/or Protected Health Infonnation (PHI) shall comply with the Health Insurance Portability and Accountability Act (FHPAA) 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/PIlI will be held confidential; E. Making Protected Health Information (PHI) available to the customer; Page 17 of 75 Exhibit A Request for Proposals (RFP) 702383,3 F. Making PHI available to the customer for review and amendment; and incorporating any amendments requested by the customer; G. Making PI -II 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. 1.42 INDEMNIFICATION - Contractor shall indemnify, hold/save harmless and defend at its own costs and expense 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, bold 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. These indemnifications shall survive the tern] 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 Contractor, or persons employed or utilized by Contractor. This indemnity will survive the cancellation or expiration of the Contract. 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. 1.43. FORMATION 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. 1.44. 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 Page 18 of 75 Exhibit A Request for Proposals (RFP) 702383,3 amended or supplemented from time to time. 1.45. INSPECTION OF RESPONSE - Responses received by the City pursuant to a Formal Solicitation will not be made available until such time as the City provides notice of a decision or intended decision or within 30 days after hid closing, whichever is earlier. Bid/Proposal results will he 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. 1.46. 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. 1.47. 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). 1.48. LOCAL PREFERENCE A. City Code Section 18-85, states, "when a responsive, responsible non -local bidder submits the lowest bid price, and the hid submitted by one or more responsive, responsible local bidders who maintain a local office, as defined in Section 18-73, is within fifteen percent (15%) of the price submitted by the non -local bidder, then that non -local bidder and each of the aforementioned responsive, responsible local bidders shall have the opportunity to submit a best and final bid equal to or lower than the amount of the low bid previously submitted by the non -local bidder. Contract award shall be made to the lowest responsive, responsible bidder submitting the lowest hest and final bid. In the case of a tie in the best and final bid between a local bidder and a non -local bidder, contract award. shall be made to the local bidder." B. City Code Section 18-86, states, "the RFP, R.FLI or RFQ, as applicable, may, in the exercise of the reasonable professional discretion of the City Manager, director of the using agency, and the Chief Procurement Officer, include a five (5%) percent evaluation criterion in favor of proposers who maintain a local office, as defined in Section 18-73. In such cases, this five (5%) percent evaluation criterion in favor of proposers who maintain a local office will be specifically defined in the RFP, RFLI or RFQ, as applicable; otherwise, it will not apply. 1.49. 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. Page 19 of 75 Exhibit A Request for Proposals (R.FP) 702383,3 1.50. MODIFICATIONS OR CHANGES IN PURCHASE ORDERS AND CONTRACTS - No contract or understanding to modify this Formal Solicitation arid 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. 1.51. 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. 1.52. 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. 1.53. NONDISCREMINATION —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 this formal solicitation. Furthermore, Bidder/Proposer agrees that no otherwise qualified individual shall 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 he 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 stanis or national origin. All persons having appropriate qualifications shall be afforded equal opportunity for employment. 1.54. 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. 1.55. OCCUPATIONAL LICENSE - Any person, firm, corporation orjoint venture, with a business location in the City of Nliami 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 Page 20 of 75 Exhibit A Request for Proposals (RFP) 702383,3 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. 1.56. ONE PROPOSAL - Only one (1) Response from an individual, firm, partnership, corporation or joint venture will be considered in response to this Formal Solicitation, 1..57. 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. 1.58. 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 permitted by law. 1.59. PERFORMANCE/PAYMENT BOND —A Contractor may be required to furnish a Performance/Payment Bond as part of the requirements of this Contract, in an amount equal to one hundred percent (100%) of the contract price. 1.60. 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, where 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. Bidder/Proposer shall include in the response all taxes, insurance, social security, workmen's 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 del very 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 Page 21 of 75 Exhibit A Request for Proposals (REP) 702383,3 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, 1.61. PRICE AIVUSTMENTS — 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. 1.62. 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. 1.63. 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 gift of any kind contingent upon or in connection with, the award of this Contract. 1.64. 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 ofinvoice 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. 1.65. 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 loss, the Contractor shall be responsible for replacement value of the property at the current market value, less depreciation of the property, if any. 1.66. 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..67. 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 Page 22 of 75 Exhibit A Request for Proposals (RFP) 702383,3 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 entityin 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. 1.68. 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 shall additionally comply with the provisions of Section 119.0701, Florida Statutes, entitled "Contracts; public records". 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. 1.69. 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. 1.70. QUALITY OF WORK/SERVICES - The workiservices 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. 1.71. REMEDIES PRIOR TO AWARD (Sec. 18-106) - If prior to Contract award it is determined that a formal 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. 1.72. 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 S25,000, 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 immediately provided to the protesting party, along with a notice of such party'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, 1.73. 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 S25,000. Protests thereon shall be governed by the Administrative Policies and Procedures of Purchasing. 1.Protest of Solicitation. i. Any prospective proposer who perceives itselfaggrieved in connection with the solicitation of a Contract may Page 23 of 75 Exhibit A Request for Proposals (RFP) 702383,3 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 Corner, 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 ofAward 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 fommla 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 Commission within 30 days after he/she receives the protest. In cases involving more than Page 24 of 75 Exhibit A Request for Proposals (RFP) 702383,3 S25,000, 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 to seek judicial relief without first having followed the procedure set forth in this section (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 S5000.00, 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. 1.74. 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. 1.75. 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. 1.76. 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. 1.77. 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 concerning 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, Department 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. Page 25 of 75 Exhibit A Request for Proposals (RFP) 702383,3 1.78. 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 REEL 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: 1-95 SOUTH UNTIL IT TURNS INTO US I. US I SOUTH TO 27 TH AVE., TURN LEFT, 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, FROM THE SOUTII: US1 NORTI I TO 27 TH 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 vi1l 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 wili 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, 1.79. 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. 1.80. 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 Page 26 of 75 Exhibit A Request for Proposals (RFP) 702383,3 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 ‘vill be in the best interest of the City to terminate the contract for its own convenience; C. Funds are not available to cover the cost ofthe goods and/or services. The City's obligation is contingent upon the availability of appropriate funds. 1.81. 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. 1.82. 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..83. 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. 1.84.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 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 attorney's fees incurred by the City by reason of any legal action challenging your claim. 1.85. 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. 1.86. 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..87. 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 27 of 75 Exhibit A 2. Special Conditions 2.1. PURPOSE Request for Proposals (RFP) 702383,3 The purpose of this Solicitation is to establish a contract, for Emergency Debris Removal and Disposal Services, as specified herein, from a source(s), fully compliant with the terms, conditions and stipulations of the solicitation. 2.2. LOCAL PREFERENCE Local Preference as defined in Section 1.48 is not applicable to this solicitation. 2.3. LIVING WAGE REQUIREMENTS FOR SERVICE CONTRACTS AND CITY EMPLOYEES Living Wage Requirements for Service Contracts and City Employees as defined in Ordinance No. 12787 is not applicable to this Solicitation. 2.4. PRE -PROPOSAL CONFERENCE A Voluntary Pre -Proposal Conference ("Conference"), which will occur on Wednesday, March 20, 2019 at 10:00 AM, at Miami Riverside Center ("MRC") Building, 444 SW 2nd Avenue, 6th Floor, South Conference Room, Miami, Florida 33130. A discussion of the requirements of the solicitation will occur at that time. Each potential Proposer is required, prior to submitting a Proposal, to acquaint itself thoroughly with any and all conditions and/or requirements that may in any manner affect the work to be performed. No allowances will be made because of lack of knowledge of these conditions,The purpose of the Conference is to allow potential Proposers an opportunity to present questions to staff and obtain clarification of the requirements of the solicitation documents. All questions and answers affecting the scope of work/specifications of the RFP will be included in an Addendum that will be distributed through the online iSupplier system. The Conference will convene promptly at the above stated time, place, and date. 2.5. 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 Procurement Department, Attn: Eduardo Falcon; fax: (305) 400-5390 or email: efalconmiamigov.com, and a copy filed with the Office of the City Clerk, pursuant to Section 1.20. Cone of Silence. The solicitation title and number shall be referenced on all correspondence. All questions must be received no later than Wednesday, March 27, 2019 at 2:00 PM. All responses to questions will be sent to all prospective bidders/proposers in the form of an addendum. NO QUESTIONS WILL BE RECEIVED VERBALLY OR AFTER SAID DEADLINE. 2.6. TERM OF CONTRACT (1) The term of the Contract(s) shall be for five (5) years with an option to renew for three (3) additional two (2) year periods. (2) The City, at its sole discretion, will have the option to extend or terminate the Contract. Continuation of the contract beyond the initial period is a City prerogative; not a right of the Proposer. This Page 28 of 75 Exhibit A Request for Proposals (RFP) 702383,3 prerogative will be exercised only when such continuation is clearly in the best interest of the City. 2.7. CONDITIONS FOR RENEWAL Each renewal of this contract is subject to the following,: (1) Continued satisfactory performance compliance with the specifications, terms and conditions established herein. (2) Availability of funds 2.8. MINIMUM QUALIFICATION REQUIREMENTS Proposals will be considered only from firms that have been regularly engaged in the business of providing, Emergency Debris Removal. and Disposal Services as described in this solicitation for the past five (5) years with the same Federal Employer Identification Number ("FEIN"). a) Proposer shall include with their proposal, a minimum of the three (3) most recently completed Annual Financial Reports. The City would prefer the past three (3) years of audited financial statements (preferred), or the U.S, Securities and Exchange Commission ("SEC") 'Form 10K for the past three (3) years. Additionally, a Dun & Bradstreet number and a current Dun & Bradstreet Comprehensive Report must be submitted with your response. Failure to submit the above documents as requested may deem your proposal non -responsive; b) Proposer shall provide a detailed list, of all owned trucks and equipment in its possession to service the City vith Emergency Debris Removal and Disposal Services at the time of submittal. Proposer shall provide at a minimum, the type of tmck or equipment, make, model, license plate number, State registered in, truck or equipment vehicle identification number ("VIN") with pictures of all trucks and equipment, and copies of ownership, purchase, or leasing documentation for each. Failure to demonstrate an adequate number of trucks and equipment. to service this contract and to submit required detailed list of trucks and equipment with proof of ownership, purchase, or leasing documents may render your response non -responsive or Proposer non -responsible; c) Proposer 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; and d) Proposer shall have no record of judgments or pending lawsuits against the City and/or bankruptcy, and not have any conflicts of interest that have not been waived by the City Commission.. 2.9. DEBRIS CLEARING ASSIGNMENT The City intends to award this solicitation for Emergency Debris Removal to five (5) Successful Proposer(s) to perform work throughout the City, and one (1) Successful Proposer for the removal of debris from all City owned parks. Included as Attachment G is a map of six (6) zones identified by the City for Proposers to review the unique features of each zone. Additionally, Proposers shall complete Attachment H, Debris Zone Assignment, to request their preference of zones in order of preference from 1 through 6. Pursuant to Section 2.55, The Evaluation Page 29 of 75 Exhibit A Request for Proposals (RFP) 702383,3 Selection Committee will assign a Zone to each Successful Proposer based on the highest ranking on a primary/secondary basis. Should there be less than six (6) Successful Proposers, the City reserves the right to modify the Zones as depicted in. Attachment G. The Primary assignments will he as follows, the highest ranked Successful Proposer will have their choice of Zone, .followed by the second highest ranked Successful Proposer, and so forth. For the Secondary assignments the process will be the same, with the exception that the secondary vendor shall be a different vendor from the Primary. The City intends to award one Successful Proposer to each of the Zones, however, to ensure that services are being provided, the City may select two (2) different Successful Proposers to each Zone, a Primary and Secondary. The Secondary Successful Proposer for a Zone will only he activated if the Primary Successful Proposer is not able to perform the services. 2.1.0. EXECUTION OF AN AGREEMENT The Successful Proposer(s) evaluated and ranked in accordance with the requirements of this Solicitation, shall be awarded an opportunity to negotiate a Professional Services Agreement ("Agreement") with the City. The City reserves the right to execute or not execute, as applicable an Agreement with the Successful Proposer(s) in substantially the same .form as the draft Agreement included as part of this solicitation as Attachment A. Such Agreement will be furnished by the City, will contain certain terms as are in the City's best interest, and vi11 be subject to approval as to legal form by the City Attorney. 2.11. BACKGROUND CHECKS The Successful Proposer(s) shall be required to comply with the background screening specifications as listed in the Jessica Lunsford Act, Florida Statue § 1012-32. The law requires that before contract personnel are permitted access on grounds when children are present, or if they will have direct contact with children, or have access to or control of school funds, they must have completed Level Two (2) screening requirements. Prior to commencement of the project, the Successful Proposer(s) shall provide Level Two (2) background screening results for all employees completing the work on park grounds. 2.12. 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 the Successful Proposer(s) 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 project(s) will be awarded to any firm(s). 2.13. REFERENCES Proposers shall submit a minimum of three (3) reference letters with their proposal package. These letters should be Page 30 of 75 Exhibit A Request for Proposals (RFP) 702383,3 from clients similar in scope and complexity to the City of Miami. At a minimum, the letters should include full contact information with at least two (2) contact persons, with phone numbers, addresses, and entails. Other information required is the nature of the emergency, (e.g., hurricane, storm, major or critical event) with overall cost paid to Proposer for services rendered. 2.14. PERFORMANCE AND PAYMENT BOND To ensure faithful performance, the Proposer shall provide to the City a Bid Bond in the sum of S500,000.00. Upon execution of an Agreement the Bid Bonds will be returned to all Proposers and the Successful Proposer(s) will provide to the City a Performance Bond in the amount of S3,000,000.00 to be maintained for the duration of the Agreement. The Successful Proposer(s)'s Performance Bond shall be due upon signing of the Agreement by the Successful Proposer(s). (a) In the event the Successful Proposer(s) is notified by the City to commence disaster debris removal services in the form of a written Notice to Proceed ("NTP") or Purchase Order ("PO"), and the estimate of work is greater than S3,000,000.00 the Proposer shall provide a Performance Bond to equal the full value of the estimated work to the City within seven (7) calendar days. If the Performance Bond for the full value of the PO or written Notice to Proceed is not received within seven (7) calendar days, the Proposer shall forfeit their original S3,000,000.00 Performance Bond. (h) The Performance Bond based on the PO or written NTP shall be in an amount at least equal to the estimated price of the work in the PO or written NTP as determined by the City and in such form and with such securities that are acceptable to the City. The City may require the Successful Proposer(s) to furnish other bonds, in such form and with such sureties as it may require. If the PO or NTP is increased by a change order, the Successful Proposer(s) shall be responsible to ensure that the Performance Bond has been amended accordingly and a copy of the amendment shall be provided to the City's Project Manager or designee. The maximum amount of all Performance Bond(s) shall not exceed S10,000,000.00 per Successful Proposer(s). (c) Performance Bonds must be maintained until all of the assigned work has been completed and approved by the City in writing. Upon the successful completion of all assigned work, the Performance Bonds in excess of the baseline S3,000,000.00 shall be released by the City. (d) If the Surety on any bond furnished by the Successful Proposer(s) is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Florida or it ceases to meet the requirements imposed by the City, the Successful Proposer(s) shall within five (5) calendar days substitute another bond and surety, both of whicl shall be acceptable to the City. (e) If the Proposer cannot obtain another bond and surety within (5) calendar days, the City will accept and the Successful Proposer(s) shall provide an irrevocable letter of credit drawn on a Miami -Dade County, Florida bank until the bond and surety can be obtained. 2.15. CHANGES/ALTERATIONS Page 31 of 75 Exhibit A Request for Proposals (REP) 702383,3 Proposer may change or withdraw a Proposal at any time prior to Proposal submission deadline; however, no oral modifications will be allowed. 'Written modifications shall not be allowed following the proposal deadline. 2.16. INSURANCE REQUIREMENTS INDEMNIFICATION Successful Proposer(s) shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City, its officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Successful Proposer(s) and persons employed or utilized by Successful 'Proposer(s) in the performance of this Contract. Successful Proposer(s) shall further, hold the City, its officials and employees, indemnify, save and hold harmless for, and defend (at its own cost), the City its officials and/or 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. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Successful Proposer(s) shall, upon written notice.from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Successful Proposer(s) expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Successful Proposer(s) 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 the Successful Proposer(s) to defend, at its own expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceeding, or to provide for such defense, at the City's option, any and all claims of liability and all suits and actions of every name and description which may be brought against the City, whether performed by the Successful Proposer(s), or persons employed or utilized by Successful Proposer(s). These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted underthe laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Stanites, as applicable and as amended. Successful Proposer(s) shall require all sub -Successful. Proposer(s) agreements to include a provision. that each sub -Successful Proposer(s) will indemnify the City in substantially the same language as this Section. The Successful Proposer(s) 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 Successful Proposer(s) in which the City participated either through review or concurrence of the Successful Proposer(s)'s actions. In reviewing, approving or rejecting any submissions by the Successful Proposer(s) or other acts of the Successful Proposer(s), the City, in no way, assumes or shares any responsibility or liability of the Successful Proposer(s) or sub -Successful Proposer(s) under this Contract. Ten dollars (S1.0) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this indemnification, the receipt and sufficiency of which is voluntarily and knowingly Page 32 of 75 Exhibit A Request for Proposals (RFP) 702383,3 acknowledged by the Successful Proposer(s), The Successful Proposer(s) shall furnish to the City, c/o Procurement Department, 444 SW 2nd Avenue, 6th Floor, Miami, Florida 33130; Certificate(s) of In.surance which indicate that insurance coverage has been obtained which meets the requirements outlined below: Please see Attachment B Insurance Addendum for insurance definitions, requirements, and conditions, in the Header/Attachments Section of this solicitation. 1. Commercial General Liability (Primary & Non Contributory) A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence 51,000,000 General Aggregate Limit 82,000,000 Personal and Adv. Injury S1,000,000 Products/Completed Operations S 1,000,000 B. Endorsements Required City of Miami listed as additional insured Contingent & Contractual Liability Premises and Operations Liability Primary Insurance Clause Endorsement 11, Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Owned/Scheduled Autos Including Hired, Borrowed or Non -Owned Autos Any One Accident 81,000,000 B. Endorsements Required City of Miami listed as an additional insured Page 33 of 75 Exhibit A III. Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of Subrogation Employer's Liability A. Limits of Liability S1,000,000 for bodily injury caused by an accident, each accident 81,000,000 for bodily injury caused by disease, each employee S1,000,000 for bodily injury caused by disease, policy limit IV. Umbrella Liability (Excess Follow Forrn) A. Limits of Liability Each Occurrence Lim t Aggregate Limit V, Pollution Liability (If Applicable) A. Limits of Liability Each Occurrence Aggregate Limit S I ,000,000 81,000,000 S1,000,000 81,000,000 Request for Proposals -P 702383,3 City of Miami listed 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 Successful Proposer(s). 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: 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. Certificates will indicate no modification or change in insurance shall he made without thirty (30) days written. advance notice to the certificate holder. NOTE: CITY RFP NUMBER AND/OR TITLE OF RFP MUST APPEAR ON EACH CERTIFICATE. Compliance with the foregoing requirements shall not relieve the Successful Proposer(s) of his liability and obligation under this section or under any other section of this Agreement. Page 34 of 75 Exhibit A Request for Proposals (RFP) 702383,3 --If insurance certificates are scheduled to expire during the contractual period, the Successful Proposer(s) 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: (4) Suspend the contract until such time as the new or renewed certificates are received by the City in the manner prescribed in the RFP, (5) The City may, at its sole discretion, terminate this contract for cause and seek re -procurement damages from the Successful Proposer(s) in conjunction with the General and Special Terms and Conditions ofthe R.FP. The Successful Proposer(s) 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 Successful Proposer(s). 2.17. FIXED AND FIRM CONTRACT Proposer is to provide fixed and firm prices for the services rendered throughout the term of contract as described herein. This solicitation does not contain an adjustable clause whereby Successful Proposer(s) can increase its prices unless there is a change in the CPI, pursuant to Section 2.18 of the solicitation. 2.18. CONSUMER PRICE INDEX ("CPI") ADJUSTMENT Successful Proposer(s) may request, in writing, including a justification, an adjustment of the prices submitted in the pricing schedules based on changes in the CPI for All Urban Consumers (CPI-U), U.S. City Average, Miami -Ft, Lauderdale, FL., no more than 60 days, but no less than 30 days prior to the yearly contract anniversary. If requested, the pricing schedule may be increased/decreased, if necessary based on review of the CPI criteria listed above. Any adjustments made will be for the following contract year and will not be combined with previous years that NA/ e r e not requested within the date parameters set above (i.e., rate increase requested within the date parameters above in 2021, if approved will be for year 2022 Should the Successful Proposer(s) not submit their request for any particular year, they will forgo any change in the CPI. 2.19. RETAINAGE The City will hold a l0% retainage on all Successful Proposer(s) invoices until satisfactory completion of all assigned work and resolution of any damages. 2.20. DUMPING/TIPPING FEES Payment for disposal costs (such as tipping fees) incurred by Successful Proposer(s) at a City -approved final. disposal site that meets local, state, and federal regulations for disposal will be reimbursed by City as a pass -through cost. Prior to reimbursement by the City, Successful Proposer(s) shall furnish an invoice in hard copy and electronic formats, all scale or load tickets issued by the disposal facility, and proof of Successful Proposer(s) payment to the disposal facility. Page 35 of 75 Exhibit A Request for Proposals (REP) 702383,3 2.21. INVOICE SCHEDULE The Successful Proposer(s) shall invoice the City for work completed no more frequently than every two (2) weeks. Invoices will be sent to the monitoring firm(s) for auditing purposes, once the invoices are vetted by the monitoring firm(s) the City will process the invoice(s) for payment. 2.22. COMPENSATION SCHEDULE Proposer shall provide a detailed list of all costs to provide all services as detailed in this Solicitation, The Compensation Schedule shall include full compensation for labor, equipment use, travel time, and any and all other costs to the Proposer. The City reserves the right to add or delete any service, at any time. Should the City determine the need to add an additional service for which pricing was not previously secured, the City will ask the Successful Proposer to provide reasonable cost(s) for same. Should the City determine the pricing unreasonable, the City reserves the right to negotiate cost(s) or seek another Proposer for the provision of said service(s), Failure to submit the Compensation Schedule (Refer to Attachment E in the Header / Notes and Attachments Section of this RFP) as required may disqualify Proposer from consideration. 2.23. LIQUIDATED DAMAGES Should the Successful Proposer(s) fail to complete requirements set forth in the scope of work, the City will suffer damage. The amount of damage suffered by the City is difficult, if not impossible to determine at this time, therefore the Successful Proposer(s) shall pay the City, as liquidated damages, the following: (a) The Successful Proposer(s) shall pay the City, as liquidated damages, 85,000.00 per calendar day of delay to mobilize in the City with the resources requested by the City, within seventy-two (72) hours of being issued a PO or written NTP. (b) The Successful Proposer(s) shall pay the City, as liquidated damages, 81,000.00 per load of disaster debris collected in the City that is not disposed of at a City approved DNIS or City Designated Final Disposal Site. Application of liquidated damaged does not release the Successful Proposer(s) of all liability associated with hauling and depositing material to an unauthorized location. (c) The Successful Proposer(s) shall pay the City, as liquidated damages, S100.00 per incident where the Successful Proposer(s) fails to sufficiently clean collection site(s) so that no loose leaves and small debris in excess of one bushel basket remain, no debris is left on the road surface and no single piece of debris larger than six (6) inches remains on site. Application of liquidated damages does not release the Successful Proposer(s) from the responsibility of sufficiently cleaning collection site(s). (d) The Successful Proposer(s) shall pay the City, as liquidated damages, 8500,00 per incident where the Successful Proposer(s) fails to repair damages that are caused by the Successful Proposer(s) or its employees. Application of liquidated damages does not release the Successful Proposer(s) from the responsibility of resolving, repairing or paying for damages. Page 36 of 75 Exhibit A Request for Proposals (RFP) 702383,3 (e) if Successful Proposer(s) personnel, including their subcontractors, are documented collecting debris from areas that are not listed in a PO or written NTP (ie., private property, vacant lots, land clearing debris), then liquidated damages shall be assessed at S1,000.00 per incident. An incident shall entail each individual property as identified by a property identification number. (t) If Successful Proposer(s) personnel, including its subcontractors, leave their assigned area prior to completion of the work specified in the 'PO or written NTP, "cheny pick" debris within their assigned area or collect debris from outside of their assigned area, then liquidated damages shall be assessed at S1,000.00 per occurrence. In the event of • leaving an assigned area prior to completion of work specified in the PO or written NTP, the liquidated damage shall be assessed at S5,000.00 per day until \ o rk has resumed in the assigned area. (g) At each vegetative debris management site, if.' grinding is selected as a volume reduction alternative, the Successful Proposer(s) shall be required to grind a minimum of 200-300 cubic yards per hour per grinder during operating hours. The Successful Proposer(s) and City may agree, in writing to a different rate if needed. The new established rate shall then be the performance standard for a specific PO or written NTP. The minimum rate shall be achieved no later than the third calendar day after receipt of the mobilization PO or written NTP. Liquidated damages shall be assessed at S10,000,00 per calendar day for any day in which the minimum processing rate is not met, unless non-compliance is due to insufficient debris amounts being delivered to the site. (h) All work, including site restoration of debris management sites, prior to close-out shall be completed within thirty (30) calendar days after receiving written notice from the City that the last load of debris has been delivered, unless the City initiates additions or deletions to the agreement by POs or written NTP. Subsequent changes in completion times shall be equitably negotiated by both parties pursuant to applicable state and federal laws. Liquidated damages shall be assessed at S2,000.00 per calendar day for any time over the maximum allowable time established. (i) All work for the collection of debris from public roads, right-of-ways and other areas as directed by the City in POs or written NTP shall be completed on or before the recorded completion date. Liquidated damages shall be assessed at S5,000.00 per calendar day for any day in which the recorded completion date has not been achieved to the satisfaction of the City. (j) Failure of the Successful Proposer(s) to meet the required specifications listed in a PO or written NTP or meet any deadline specified herein or listed in a PO or written NTP shall result in liquidated damages as specified in each PO or written NTP. The amounts specified above are mutually agreed upon as reasonable and proper amount of damage the City should suffer by failure of the Successful Proposer(s) to complete requirements set forth in the scope of work. The Successful Proposer(s) will not be held liable for delays caused by the monitoring firm. 2.24. FAILURE TO PERFORM Should it not be possible to reach the Successful Proposer(s) or Successful Proposer(s)'s point of contact and/or Page 37 of 75 Exhibit A Request for Proposals (REP) 702383,3 should remedial action not be taken ‘vithin forty-eight (48) hours of any failure to perform according to specifications, the City reserves the right to declare Successful Proposer(s) in default of the Contract or make appropriate reductions in the contract payment. 2.25. SUBCONTRACTOR(S) OF WORK SHALL BE IDENTIFIED As part of its Solicitation, the Proposer is required to identify any and all subcontractor(s) s that they anticipate using in the performance of the proposed contract, their capabilities, experience, and the portion of the work to be done by the subcontractons). Nothing contained in these specifications shall be construed as establishing any contractual relationship between any subcontractor(s) and the City. 2.26. SUBCONTRACTOR'S AND SUBCONTRACTOR'S ACTS AND OMISSIONS The Successful Proposer(s) shall be fully responsible to the City for the acts and omissions of its' subcontractors and persons directly or indirectly employed by them, as the Successful Proposer(s) is for the acts and omissions of person employed by it. The Successful Proposer(s) shall allow appropriate requirements to be assigned to all its' subcontractors relative to the services described herein and the City shall exercise all rights reserved to enforce it. 2.27. WORK ASSIGNMENTS, CITY'S RIGHT T() ADD ADDITIONAL CONTRACTOR(S), OR IlAVE CONTRACTOR(S) ADD ADDITIONAL SUBCONTRACTOR(S) There are no implied or express guarantee that all Successful Proposer(s) under this contract will receive work assignments during any given catastrophic event such as tornadoes, hurricanes, severe storms or any other public emergency. Elowever, the City reserves the right to assign work to multiple Successful Proposer(s) at any given time, add Proposer(s) who were not part of the initial award to the contract or instruct Successful Proposer(s) to hire subcontractor(s), that may or may not be part of this contract, to expedite the clean-up efforts of debris to restore normalcy and order to the lives of City residents, businesses, and the general public in an expeditious manner. 2.28. SUCCESSFUL PROPOSER'S EMPLOYEES AND ITS SUBCONTRACTOR'S EMPLOYEES ARE THE RESPONSIBILITY OF PROPOSER(S) AND NOT EMPLOYEES OR AGENTS OF CITY All employees of the Successful Proposer(s) and Subcontractor's, if applicable, shall be considered to be, at all times, employees of the Successful Proposer(s) and subcontractor(s) under its sole direction and not employees or agents of the City. The Successful Proposer(s) arid Subcontractor(s) shall provide competent and physically capable employees. The City may require the Successful Proposer(s) 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 services required herein shall be performed by the Successful Proposer(s), and all personnel engaged in performing the services shall be hilly qualified to perform such services. All personnel of the Successful Proposer(s) 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. Page 38 of 75 Exhibit A Request for Proposals (RFP) 702383,3 All applicable taxes, fringe benefits, and training for all personnel for the performance under the contract shall be the sole responsibility of the Successful Proposer(s) and Subcontractor. 2.29. PROJECT MANAGER Upon award, Successful Propose* shall report and work directly with Mario Nunez, Director of Solid Waste, or designee, who shall be designated as the Project Manager for the City. 2.30. OPERATIONS MANAGER The Successful Proposer(s) at all times shall either be personally present at the worksite or have an Operations Manager at the worksite designated by the Successful Proposer(s) in written notice to the City prior to the beginning of work. Such notification shall include pertinent data such as business address(s), business phone number(s), cell phone(s), email(s) etc., where said Operations Manager may be contacted at any time of the day or night. The Operations Manager shall have full authority to act for the Successful Proposer(s) in all cases, and to carry out any instructions relative to the work that may be given by the City. 2.31. USE OF PREMISES The Successful Proposer(s) shall confine their equipment, apparatus, the storage of materials, and the operation of their workmen to the limits indicated by law, ordinances, permits, or direction of the Project Manager or designee, and shall not unreasonably encumber the premises with their materials. The Successful Proposer shall take all measures necessary to protect their own materials. 2.32. SAFETY .MEASURES Successful Proposer(s) 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 warning against hazards created by their operation and work in progress must be posted. All employees of Successful Proposer(s) shall he expected to wear safety glasses or goggles, appropriate clothing, and hearing protection when and wherever applicable. The Successful Proposer(s) shall use only equipment that is fully operational and in safe operating order. Successful Proposer(s) 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. 2.33. PUBLIC CONVENIENCE AND SAFETY The Successful. Proposer(s) shall conduct their work so as to interfere as little as possible with private businesses or the public community, Successful Proposer(s) shall, at their 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 shall be liable for all damages occasioned in any way by his actions or neglect or that of their agents or employees. The Successful Proposer(s) shall meet the following noise abatement performance standards for all construction equipment: Page 39 of 75 Exhibit A Request for Proposals (RFP) 702333,3 Between the hours of 8:00 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 8:00 A.M., but if required, the noise level shall not exceed 65 dBA.. 2.34. DAMAGES TO PUBLIC/PRIVATE PROPERTY The Successful Proposer(s) shall caiTy 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 Successful Proposer(s), at their 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). 2.35. EQUITABLE ADJUSTMENT The Procurement Department may, in its sole discretion, make an equitable adjustment in the contract ter -ins 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: (I) the volatility is due to circumstances beyond the Successful Proposer'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 Proposer that continued performance of the contract would results in a substantial loss. Successful Proposer might have to supply documentation to justify any requested percentage increase in cost to the City of Miami. 2.36. COMPLIANCE WITH FEDERAL STANDARDS All services performed under this solicitation shall be in accordance with all governmental standards, to include, but not limited to, those issued by the Occupational Safety and Health Administration ("OSHA"), the National Institute for Occupational Safety and Health ("NIOSH"), National Forest Products Association ("NEPA"), Department of Environmental Resources Management ("DERM"), and Federal Emergency Management Agency ("FEMA"). 2.37. FEDERALLY FUNDED PROJECTS CONTRACT PROVISIONS Contract provisions as outlined on the attached EV/HA-1273 Form, as required by the U.S. Department of Transportation, Federal Highway Administration for all emergency relief, federally funded projects are incorporated herein, and made a part of the Special Conditions of this solicitation. 2.38. RECORDS During the contract period, and for at least ten (10) subsequent years thereafter, Successful Proposer(s)shall provide City access to all files and records maintained on the City's behalf. 2.39. TRUTH IN NEGOTIATION ' :RTIFICATE Page 40 of 75 Exhibit A Request for Proposals (RFP) 702383,3 Execution of the resulting Agreement by the Successful Proposer(s) shall act as the execution of the truth -in -negotiation certificate stating that wage rates and other factual unit costs supporting the compensation of the resulting Agreement are accurate, complete, and current at the time of contracting. The original contract price and any additions thereto shall be adjusted to exclude any significant sums by which City determines the contract price was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such contract adjustments shall be made within one (1) year following the end of the Agreement. 2.40. ADDITIONS/DELETIONS OF SERVICES Although this Solicitation identifies specific Services to be provided, it is hereby agreed and understood that additional services or Successful Proposer(s) may be added/deleted to/from this contract at the sole discretion of the City. When an additional service to the contract is required, the Successful Proposer(s) under this contract shall be invited to submit proposals for these new services. If these proposals are comparable with the industry for similar services, they will be added to the contract if it's in the best interest of the City, and an Amendment and a separate purchase order will be issued by the City. Should the City have a need to add additional Proposer(s) due to a vacancy in the Zones, these additions will be done through a competitive process using the evaluation RFP criteria established in this Solicitation. The addition of new Proposer(s) will be based upon the need determined by the City. 2.41. COMPLIANCE WITH THE COPELAND "ANTI -KICKBACK" ACT 1. The Successful Proposer(s) shall comply with 18 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. 2. The Successful Proposer(s) or subcontractor shall insert in any subcontracts the clause above and any additional clauses as required by FEMA that may be appropriate, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The Successful Proposer(s) shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. 3. A breach of the contract clauses above may be grounds for terrnination of the contract, and for debarment as a Successful Proposer(s) and subcontractor as provided in 29 C.F.R. § 5.12. 2.42. COMPLIANCE WITH THE CONTRACT WORK HOURS & SAFETY STANDARDS ACT 1. Overtime Requirements: No Successful Proposer(s) or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any work week in which he or she is employed on such work to work in excess of forty (40) hours in such work week unless such laborer or mechanic receives compensation. at a rate not less than one and one half time the basic rate of pay for all hours worked in excess of forty (40) hours in such work week. 2. Violation; liability for unpaid wages; liquidated damages: In the event of any violation of the clause set forth in paragraph (1) of this section, the Successful Proposer(s) and any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, Successful Proposer(s) and subcontractor shall be liable to the United States (in case of the work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of SIO for each calendar day on which such individual was required or permitted to work in. excess of the standard work week of forty (40) hours without payment of the overtime wages required by the clause Page 41 of 75 Exhibit A Request for Proposals (RFP) 702383,3 set forth in paragraph (1) of this section. 3. Withholding for .unpaid wages and liquidated damages: The City of Miami shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Successful Proposer(s) or subcontractor under any such contract or any other Federal contract with the same Successful Proposer(s), or any other federally -assisted contract subject to the Contract Work Ifours and Safety Standards Act, which is held by the Successful Proposens), such sums as may be determined to be necessary to satisfy any liabilities of such Successful Proposer(s) or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. 4. The Successful Proposer(s) or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontract. The Successful Proposer(s) shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraph (I) through (4) of this section. 2.43. EQUAL EMPLOYMENT OPPORTUNITY During the performance of this contract, the Successful Proposer(s) shall: 1. Not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Successful Proposer(s) shall take affirmative action to ensure that applicants are employed, and the employees are treated fairly during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following; 'Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Successful Proposer(s) agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2. In all solicitations or advertisements for employees placed by or on behalf of the Successful Proposer(s), state that all qualified applicants shall receive considerations for employment without regard to race, color, religion, sex, or national origin. 3. Send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representative of the Successful Proposer(s)'s commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4. Comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5. Furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and shall permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 6. In the event of the Successful Proposer(s)'s noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Successful Proposer(s) may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. 7. Include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) Page 42 of 75 Exhibit A Request fo Proposals (RFP) 702383,3 through (7) in every subcontract or purchase order unless exempted by rules, regulations, or order of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions shall be binding upon each subcontractor or vendor. The Successful Proposer(s) shall take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a Successful Proposer(s) becomes involved in, or is threatened with, litigation. with a subcontractor or vendor as a result of such direction by the administering agency the Successful Proposer(s) may request the 'United States to enter into such litigation to protect the interests of the United States. 2.44. CLEAN AIR ACT 1. The Successful Proposer(s) agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C. § 7401 et seq. 2. The Successful Proposer(s) agrees to report each violation to the City of Miami and understands and agrees that the City of Miami will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The Successful Proposer(s) agrees to include these requirements in each subcontract exceeding S150,000,00 financed in whole or in part with Federal assistance provided by FEMA. 2.45. FEDERAL WATER POLLUTION CONTROL ACT 1. The Successful Proposer(s) agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C.1251 et seq. 2. The Successful Proposer(s) agrees to report each violation to the City of Miami and understands and agrees that the City of Miarni will, in turn, report each violation as required to assure notification to the Federal Emergency Management Agency, and the appropriate Environmental Protection Agency Regional Office. 3. The Successful Proposer(s) agrees to include these requirements in each subcontract exceeding 5150,00000 financed in whole or in part with Federal assistance provided by FEMA. 2.46. NO OBLIGATION BY FEDERAL GOVERNMENT The Federal Government is not a party to this contract and is not subject to any obligation or liabilities to the non -Federal entity, Successful Proposer(s), or any other party pertaining to any matter resulting from the contract. 2.47. PROGRAM FRAUD & FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS The Successful Proposer(s) acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the Successful Proposer(s)'s actions pertaining to this contract. 2.48. BYRD ANTI -LOBBYING AMENDMENT, 31 U.S.C. § 1352 (AS AMENDED) Proposers who bid for an award of S100,000.00 or more shall file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for Page 43 of 75 Exhibit A Request for Proposals (R.FP) 702383,3 influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer, or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or any other award covered by 3.1 U.S.C. § .1352. Each tier shall also disclose any lobbying with non -Federal. funds that take place in connection with obtaining any Federal award, Such disclosures are forwarded form tier to tier up to the recipient. Please refer to the Header/Attachment Section of this solicitation for the "Certification Regarding Lobbying" Attachment D. It is MANDATORY for the Proposers to return this .form signed along with their proposal. 2.49. PROCUREMENT OF RECOVERED MATERIALS 1. In the performance of this contract, the Successful Proposer(s) shall make maximum use of products containing recovered materials that are EPA -designated items unless the product cannot be acquired; a. Competitively within a timeframe providing for compliance with the contract performance schedule; b. Meeting contract performance requirements; or c. At a reasonable price. 2. Information. about this requirement, along with the list of EPA -designate items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.govismmicomprehensive-procurement-guideline-cR.Y,-program. 2.50. DEPARNIENT OF HOMELAND SECURITY ("DHS"), SEAL, LOGO, AND FLAGS The Successful Proposer(s) shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DIIS agency officials without specific FEMA pre -approval. 2.51. COMPLIANCE WITH FEDERAL LAW, REGULATIONS, AND EXECUTIVE ORDERS This is an acknowledgement that FEMA financial assistance will be used to fund this contract only. The Successful Proposer(s) will comply with all applicable federal laws, regulations, executive orders, FEMA policies, procedures, and directives. 2.52. ACCESS TO RECORDS 1, The Successful Proposer(s) agrees to provide the City, FEMA Administrator, Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Successful Proposer(s) which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. 2. The Successful Proposer(s) agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 3. The Successful Proposer(s) agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. Page 44 of 75 Exhibit A Request for Proposals (RFP) 702383,3 2.53. SUSPENSION AND DEBARMENT (IN ADDITION TO GENERAL TERMS AND CONDITIONS, SECTION 1.25) I. This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such, the Successful Proposer(s) is required to verify that none of the Successful Proposer(s), its principals (defined. at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). 2. The Successful Proposer(s) must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. 3. This certification is a material representation of fact relied upon by City. If it is later determined that the Successful Proposer(s) did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the State of Florida, and the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. 4. The Successful Proposer(s)agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Successful Proposer(s) further agrees to include a provision requiring such compliance in its lower tier covered. transactions. 2.54. PRIMARY CLIENT (FIRST PRIORITY) SCHEDULE CONFLICT DUE TO VARIOUS AREAS IMPACTED The Successful Proposer(s) agree upon award of this contract that the City shall be its primary client and shall be serviced first during a schedule conflict arising between this Contract and any other Contract Successful Proposer(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. 2.55. EVALUATION/SELECTION PROCESS AND CONTRACT AWARD The procedure for response evaluation, selection and award is as follows: (I) Solicitation issued; (2) Receipt of responses; (3) Opening and listing of all responses received; (4) Procurement staff will review each submission for compliance with the submission requirements of the solicitation, including verifying that each submission includes all documents required; (5) An Evaluation Committee ("Committee'), appointed by the City Manager, comprised of appropriate City Staff and members of the community, as deemed necessary, with the appropriate technical expertise and/or knowledge, shall meet to evaluate each response in accordance with the requirements of this solicitation and based upon the evaluation criteria as specified herein; (6) The Committee reserves the right, in its sole discretion, to request Proposers to make oral presentations before the Committee as part of the evaluation process. The presentation may be scheduled at the convenience of the Committee and shall be recorded; (7) The Committee reserves the right to rank the proposals and shall make its recommendation to the City Manager requesting the authorization to negotiate. No Proposer(s) shall have any rights against the City arising from such Page 45 of 75 Exhibit A Request for Proposals (RFP) 702383,3 negotiations thereof; (8) The City Manager reserves the right to reject the Committee's recommendation to negotiate, and instruct the Committee to re-evaluate and make another recommendation, or reject all proposals. No Proposer(s) shall have any rights against the City arising from such termination thereof; (9) If the City Manager accepts the Committee's recommendation to negotiate, Procurement will negotiate a final. contract with the Successful Proposer, and submit a recommendation to award a contract (s) to the City Manager; (10) The City Manager shall then submit their award recommendation and negotiated contract (s) to the City Commission for approval. Written notice shall be provided to all Proposers. (I I) lithe City Manager accepts the award recommendation, the City Manager's recommendation for award of contract will be posted on the City of Miami Procurement Department website, in the Supplier Corner, 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 Proposer must contact the Contracting Officer for that solicitation to obtain the suppliers names. (12) After reviewing the City Manager's recommendation, the City Commission may: I. Approve the City Manager's award recommendation and negotiated contract(s); 2. Reject all proposals; 3. Reject all proposals and instruct the City Manager to reissue a solicitation; or 4. Reject all proposals and instruct the City Manager to enter into competitive negotiations with at least three individuals or firms possessing the ability to perform such services and obtain information from said individuals or fimis relating to experience, qualifications and the proposed cost or fee for said services, and make a recommendation. to the City Commission. The decision of the City Commission shall be final. Written notice ofthe award shall be given to the Successful Proposer. 2.56. TERMINATION A. FOR DEFAULT If Successful Proposer(s) defaults in its performance under this Contract and does not cure the default within thirty (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 Successful Proposer(s) 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 Successful Proposer(s) was not in default or (2) the Successful Proposer(s) failure to perform is without his or his subcontractor's control, fault or negligence, the termination will be deemed to be a termination for the convenience of the City of Miami, B. FOR CONVENIENCE The City Manager may terminate this Contract, in whole or in part, upon thirty (30) days prior written notice when it Page 46 of 75 Exhibit A Request for Proposals (REP) 702383,3 is in the best interest 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 Successful Proposer(s) 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 terniination. Page 47 of 75 Exhibit A 3. Specifications 3.1. SPECIFICATIONS/SCOPE OF WORK Request for Proposals (RFP) 702383,3 BACKGROUND: FEMA encourages municipalities to identify disaster debris clearance and removal service providers prior to an emergency. That being said, the City of Miami ("City") is seeking proposals from qualified firms to provide services related to the collection, reduction, recycling, hazardous waste management, demolition, processing, hauling, and final disposition of disaster -related debris. The intent of this Solicitation is to award six (6) contracts for services within City limits, including one or more Successful Proposer(s)s to service City Parks. If multiple firms are selected there will be a clear delineation of assigned areas of work. 3.2 TERMS AND DEFINITIONS: Definitions of key terms used in this RFP are provided below Approved Final Disposal Site: A final disposal site approved in writing by the City's Project Manager or designee. Authorized Representative: City employees and/or contracted individuals designated as the City's Project Manager or designee. Cleanup Crew: A group of individuals or an individual employed by Successful Proposer(s) to collect debris. Construction and Demolition ("C&D") Debris: Federal Emergency Management Agency ("FEMA") Publication 104-009-2, Public Assistance Program and Policy Guide, defines eligible C&D debris as damaged components of buildings and structures, such as lumber and wood, gypsum wallboard, glass, metal, roofing material, tile, carpeting and other floor coverings, window coverings, pipe, concrete, asphalt, equipment, furnishings, and fixtures. (Note: This definition of C&D debris is for disaster recovery purposes and is not the same definition commonly used in other solid waste documents.) Current eligibility criteria include the following: 1. Debris must be located within a designated area and be removed from an eligible applicant's improved property or right-of-way ("ROW"); 2. Debris removal must be the legal responsibility of the applicant; and 3. Debris must be a result of a major disaster. Debris: Items and materials broken, destroyed, or displaced by a natural or human -caused federally declared disaster. Examples of debris include but are not limited to trees, C&D debris, and personal property. Debris Management Site ("DMS"): A location to temporarily store, reduce, segregate, and/or process debris before it is hauled to a final disposal site. May also be referred to as a temporary debris management site ("TDMS") or temporary debris storage and reduction site (''TDSRS") or temporary debris staging and processing facility ("TDSPF"). Page 48 of 75 Exhibit A Request for Proposals (RFP) 702383,3 Project Manager: The City will designate a Project Manager or designee, who will provide oversight for all phases of debris removal operations. Debris Removal: Picking up debris and taking it to a DMS, composting facility, recycling facility, permitted landfill, or other reuse or end -use facility. Demolition: The act or process of reducing a structure, as defined by the State of Florida or local code, to a collapsed state. It contrasts with deconstniction, which is the taking down of a building while carefully preserving valuable elements for reuse. Description of Designated Area: The designated area for debris removal is bounded by City limits and includes all public RO\Vs, easements, parks, and debris staging areas within the areas of the City. Disaster -Specific Guidance ("DSG"): A policy statement issued in response to a specific post -event situation or need in a state or region. Each DSG is issued a number and is generally referred to by its numerical identification, Eligible: Qualifying for and meeting the most current stipulated requirements (at the time the written NTP is issued and executed by the City to the Successful Proposer(s)) of the FEMA. Public Assistance Grant Program, FEMA Publication 104-009-2 (additional information below), and all current FEMA fact sheets, guidance documents, and DSGs. Eligible also includes meeting any changes in definition, rules, or requirements regarding debris removal reimbursement as stipulated by FEMA during the course of a debris removal project. Endangered Species Act: Section 7 of the Endangered Species Act, 16 U.S.C. § 1536(61)(2), requires all federal agencies to consult with the National Marine Fisheries Service ("NMFS") for marine and anadromous species, or the U.S. Fish and Wildlife Service ("F\VS") for fresh -water and wildlife, if they are proposing an action that may affect listed species or their designated habitat. "Action" is defined broadly to include funding, permitting, and other regulatory actions, (See 50 C.F.R. § 402.02.) Each federal agency is to ensure that any action they authorize, fund, or carry out is not likely to jeopardize the continued existence of a listed species or result in the destruction or adverse modification of a designated critical habitat. This is done through consultation. If such species may be present, the local government must conduct a biological assessment ("BA") to analyze the potential effects of the project on listed species and critical habitat to establish and justify an effect determination (assistance and coordination may be availablefrom the State of Florida, especially with transportation projects). The federal agency reviews the BA and, if it concludes that the project may adversely affect a listed species or its habitat, it prepares a biological opinion. The biological opinion may recommend reasonable and prudent alternatives to the proposed action to avoid jeopardizing or adversely modifying the habitat. FEMA Publication 104-009-2 Public Assistance Program and Policy Guide: This publication is specifically dedicated to the rules, regulations, and policies associated with public assistance programs and the debris removal process. Familiarity with this publication and any revisions can help a local government limit the amount of non -reimbursable expenses. The Public Assistance Program and Policy Guide provides the framework for the debris removal process authorized by the Stafford Act, including the following: 1. Eliminating immediate threats to lives, public health, and safety. Page 49 of 75 Exhibit A Request for Proposals (REP) 702383,3 2. Eliminating immediate threats of significant damage to improved public or private property. 3. Ensuring the economic recovery of the affected community to the benefit of the community at large. Grinding: Reduction of disaster -related vegetative debris through mechanical means into small pieces to be used as mulch or fuel. Grinding may also be referred to as chipping or mulching. Hazardous Hanging Limbs: A limb that poses significant threat to the public. The current eligibility requirements for hazardous hangers according to FEMA Publication 104-009-2 are: 1. The limbs or branches extend over the public ROW; 2. The broken limbs or branches measure two inches or larger in diameter at the point ofbreakage and 3. The limbs or branches are still hanging in a tree and threatening a public use area, e.g. trails, sidewalks, golf cart path. Hazardous Leaning Tree: A tree is considered hazardous if its condition was caused by the disaster; it is an immediate threat to lives, public health and safety, or improved property; it has a diameter of six (6) inches or greater measured 4.5 feet above ground level; and one or more of the following criteria are met (according to FEMA Publication 104-009-2): 1. The tree has a split trunk, 2. The tree has a broken canopy. 3. The tree is leaning at an angle greater than thirty (30) degrees. Hazardous Stump: A stump is defined as hazardous and eligible for reimbursement if all of the following criteria are met. The current eligibility requirements for hazardous hangers according to FEMA Publication 104-009-2 are: 1. The stump has fifty (50) percent or more of the root ball exposed. 2. The stump is 2 feet or larger in diameter when measured 2 feet from the ground. 3. The stump is located on a public ROW. 4. The stump poses an immediate threat to public health and safety. Loose stumps (not attached to the ground) and stumps under two feet in diameter measured 2 feet from the ground and meeting the criteria 2.18.1 (a) (c) and (d) above will be removed as ROW Vegetative Debris as outlined in Section 3.5. Historic Preservation: In certain instances, debris operations may occur in designated areas (for example, DMS locations or private property) that are subject to historical preservation rules and regulations. Household Hazardous Waste ("HHW"):The Resource Conservation and Recovery Act ("RCRA") defines hazardous waste as materials that are ignitable, reactive, toxic, corrosive, or meet other listed criteria. Examples of eligible HI-1W include items such as paints, cleaners, pesticides, etc. The eligibility criteria for HHW are as follows: 1. HEIW must be located within a designated area and be removed from an eligible appl.icant's improved property or ROW. 2. ITHW removal must be the legal responsibility of the applicant. 3. HHW must be a result of a major disaster. The collection of commercial disaster -related hazardous waste is generally not eligible for reimbursement. Commercial hazardous waste will only be collected by Successful Proposer(s) with written authorization by City's Project Manager or designee. Hazardous waste must be disposed of in accordance with all rules and regulations of Page 50 of 75 Exhibit A local, state, and federal regulatory agencies. Request for Proposals (RFP) 702383,3 Monitor: Person that observes day-to-day operations of debris removal crews and provides documentation of contract line items as well as QA/QC of documentation completed in the field. FEMA sets forth guidelines for eligibility. Eligibility determinations are not complete until they are reviewed by QA/QC staff prior to the approval of invoices. Monitor and Successful Proposer(s) shall work together to ensure eligible work is being performed meeting the City's expectations and contractual requirements and complying with all applicable federal, state, and local regulations. May also be referred to as a field inspector. Personal Protective Equipment (PPE): Equipment worn to nhininuze exposure to a variety of hazards. Recycling: The recovery or use of wastes as a raw material for making products of the same or different nature as the original product. Refrigerant: Ozone -depleting compound that must be removed from white goods or other refrigerant -containing items prior to recycling or disposal. Right -of -Entry (ROE): As used by FEMA, the document by which a property owner confers to the City or its Successful Proposer(s) or the U.S. Army Corps of Engineers the right to enter onto private property for a specific purpose without committing trespass. Right -of -Way (ROW): The portions of land over which facilities such as highways, railroads, or power lines are built. It includes land on both sides of the facility up to the private property line. Scale/Weigh Station: A scale used to weigh trucks as they enter and leave a landfill. The difference in weight determines the tonnage dumped and a tipping fee is charged accordingly. It also may be used to determine the quantity of debris picked up and hauled. Tipping Fee: A fee charged by landfills or other waste management facilities based on the weight or volume of debris dumped. May also be referred to as a disposal fee. Used Electronics: End -of -life electronics (typically televisions, computers, and related components) that have been damaged by the disaster. May also be referred to as e-waste. Vegetative Debris: Damaged and disturbed trees, tree limbs, bushes, shrubs, brush, untreated lumber, and wood products. Remains of standing trees that are clearly damaged beyond salvage. White Goods: As outlined in FEMA Publication 1.04-009-2, eligible white goods are defined as discarded household appliances such as refrigerators, freezers, air conditioners, heat pumps, ovens, ranges, washing machines, dryers, and water heaters. White goods can contain ozone -depleting refrigerants, mercury, or compressor oils that Page 51 of 75 Exhibit A Request for Proposals (RFP) 702383,3 the federal Clean Air Act prohibits from being released into the atmosphere. The Clean Air Act specifies that only qualified technicians can extract refrigerants from white goods before they can be recycled. The eligibility criteria for white goods are as follows: 1. White goods must be located within a designated area and be removed from an eligible applicant's improved property or ROW. 2. White goods removal must be the legal responsibility of the applicant. 3. White goods must be a result of a major disaster. 3.3 SERVICES TO BE PROVIDED: Successful Proposer(s) shall: 1. Have the capacity to manage a major workforce with multiple Subcontractors and to cover the expenses of a major disaster recovery effort prior to being paid by City. The Successful Proposer(s) is responsible for all payments to Subcontractors according to the terms of their contract whether or not their invoice has been paid by the City. Established management teams must be in place. Have the resources to provide the equipment and personnel necessary to cover a major disaster recovery effort. Upon activation by the City, the Successful Proposer(s) shall have the capability to have equipment and operators on site within 72 hours to respond to the incident. 3. Load, transport, reduce, and properly dispose of all disaster -generated debris once City issues a written NTP or PO to Successful Proposer(s), unless otherwise directed in writing by the City's Project Manager or designee. The City reserves the right to utilize one (I.) or more Successful Proposer(s) to remove debris efficiently. The City also reserves the right to utilize different Successful Proposer(s) for various elements including, but not limited to, emergency road clearance, right of way debris removal, and DMS management 4. The City, acting through its Project Manager or designee, reserves the right to revise the productivity rates listed below downward, before and/or after less severe event. Load and transport debris according to the production rate schedule belo\v. • Up to fifty thousand (50,000) cubic yards ten (10) calendar days from written NTP or PO. • Up to one hundred fifty thousand (150,000) cubic yards fifteen (15) calendar days from written NTP or PO. • Up to two hundred fifty thousand (250,000) cubic yards thirty (30) calendar days from written NTP or PO. • Up to five hundred thousand (500,000) cubic yards sixty (60) calendar days from written NTP or PO. • Greater than five hundred thousand (500,000) cubic yards after sixty (60) calendar days, one hundred fifty thousand (150,000) cubic yards every fifteen (15) calendar days thereafter. Payment for disposal costs (such as tipping fees) incurred by Successful Proposer(s) at a City -approved final disposal site that meets local, state, and federal regulations for disposal will be reimbursed by City as a pass -through. cost. Prior to reimbursement by the City, Successful Proposer(s) shall furnish an invoice in hard copy and electronic formats, all scale or load tickets issued by the disposal facility, and proof of Successful Proposer(s) payment to the disposal facility, 5. Remove debris from municipal roadways at the direction of the City's Project Manager or designee. The City may also authorize the Successful Proposer(s) to remove debris from Non -City roadways or other areas as directed in writing by the City's Project Manager or designee. All debris identified by City's Project Manager or designee Page 52 of 75 Exhibit A Request for Proposals (RFP) 702383,3 shall be removed. 6. Make up to two (2) complete passes through the City's limits, removing all debris along each ROW. The City's Project Manager or designee may or may not require the Successful Proposer(s) to perform a third (3rd) pass. Partial removal of debris piles is strictly prohibited. 7. Not move from one designated area to another designated area without prior approval from the City's Project Manager or designee. Any eligible debris (such as .fallen trees) that extends onto the ROW from private property shall be cut at the point where it enters the ROW, and the part of the debris that lies within the ROW shall be removed. 8. Not enter onto private property during the performance of this contract unless specifically authorized in writing by the City's Project Manager or designee. 9. Deliver debris to DMS and final disposal sites that have been permitted to receive disaster debris and will. adhere to all local, state, and federal regulations. Debris shall. be reasonably compacted into the hauling vehicle. No limbs or branches shall be allowed to protrude more than six (6) inches beyond the sides of the truck bed. Any debris extending above the top of the truck bed shall be secured in place to prevent it from falling off, Measures must be taken to prevent debris from blowing out of the hauling vehicle during transport to the disposal site. All debris will be mechanically loaded. Hauling vehicles that are hand -loaded or that require mechanical assistance for dumping will not be permitted to dump at DMS(s), unless approved in advance by City's Project Manager or designee. Loose leaves and small debris in excess of one (1) bushel basket shall be removed within the designated area. No debris shall be left on the road surface, No single piece of debris larger than six (6) inches in any dimension shall be left on site. Hand crews and rakes will be required. 10. Provide an on -site project manager to the City's Project Manager or designee. The project manager shall provide the City's Project Manager or designee with a telephone number at which the project manager can be reached throughout the project. The project manager will he expected to have daily meetings with City representatives. Daily meeting topics may include, but are not be limited to, volume of debris collected, completion. progress, local coordination, and damage repairs. City's Project Manager or designee may adjust the frequency of meetings. Successful Proposer(s) project manager must be available 24 hours -a -day, or as required by the City's Project Manager or designee. The City does not warrant or guarantee the availability or use of any final disposal sites. 11. Coordinate directly with owners of all final disposal sites. All final disposal sites must he approved in writing by City's Project Manager or designee. 12. Remain legally responsible for the handling, reduction, and final haul -out and disposal of all reduced and unreduced debris from DMS sites. Payment for disposal costs (such as tipping fees) incurred by the Successful Proposer(s) at permitted disposal facilities, or other City -approved sites that meet local, state, and federal regulations for disposal, will be made at the cost incurred by the Successful Proposer(s). The Successful Proposer(s) shall furnish a copy of the invoice received by the disposal facility, all scale or load tickets issued .by the disposal facility, and proof of Successful Proposer(s) payment to the disposal facility. H. 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. 14, Be capable of assembling, directing, and managing a workforce that can be fully operational in debris management operations in a maximum of seventy-two (72) hours or sootier, depending on the extent of the disaster. Operations must begin within seventy-two (72) hours of notification by the City's Project Manager or designee. Depending on the category of the event, the City's Project Manager or designee may request immediate mobilization. Debris management activities reimbursed through federal disaster programs may occur in areas protected by the Endangered Species Act. For any project that requires a federal permit or receives federal .funding is subject to Page 53 of 75 Exhibit A Request for Proposals (RFP) 702383,3 Section 7 (see Section 2.13 Endangered Species Act). Successful Proposer(s)and City will comply with the findings of the Section 7 Endangered Species Act consultation, if applicable. 3.4 EMERGENCY ROAD CLEARANCE: Work shall be inclusive of all labor, equipment, fuel, and miscellaneous costs necessary to clear and remove debris from City roadways and waterways to make them passable immediately following a declared disaster. All roadways designated by the City shall be clear and passable within a reasonable amount of time as overseen by the City. What constitutes a reasonable period for emergency push operations will be defined by the City at the time of a written NTP or PO. This may include roadways in municipalities within the City. Roadways will be cleared as directed by the City's Project. Manager or designee. The Successful Proposer(s) shall assist the City and its representatives in ensuring proper documentation of emergency road clearance activities by documenting the type of equipment and/or labor utilized (that is, certification), starting and ending times, and zones/areas cleared. Services performed under this contract element will be compensated using a mutually agreed upon Hourly Labor and Equipment Price Schedule (Schedule 1). 3.5 ROW VEGETATIVE DEBRIS REMOVAL: Workshall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary to pick up and transport eligible disaster -related vegetative debris from the City ROW to a City -approved DMS or approved final disposal site in accordance with all federal, state, and local regulations. The City may elect not to open a DMS and may direct the Successful Proposer(s) to haul directly to a final disposal site. Vegetative debris in the City ROW is defined as debris resulting from a hurricane or other natural or human -caused disaster, which has been or will be placed along public ROWs, easements, City parks, alleys, City debris staging areas, and other areas as designated by the City. For the purposes of this contract, eligible vegetative debris that is piled in immediate proximity to the actual legal street ROW and that is accessible from the ROW line with loading equipment (that is, not behind a fence or other physical obstacle) will be deemed to be on the ROW, and is to be removed. Successful Proposer(s) shall: I. Remove vegetative debris as directed by the City's Project Manager or designee. 2. Remove all eligible debris from each location before proceeding to the next location, unless otherwise directed by City's Project Manager or desig.n.ee. 3. Provide traffic control as conditions require or as directed by the City's Project Manager or designee. 4. Only enter onto private property for the removal of eligible vegetative debris when directed by the City's Project Manager or designee. City will provide specific ROE legal and operational procedures. 3.6 ROW C&D DEBRIS REMOVAL: Page 54 of 75 Exhibit A Request for Proposals (RFP) 702383,3 Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary to pick up and transport eligible C&D debris from the City ROW to a City -approved DMS or final disposal site in accordance with all federal, state, and local regulations. C&D debris in the City ROW is defined as disaster -generated debris that has been or will be placed along public ROW, easements, City parks, alleys, and City debris staging areas. For the purposes of this contract, Eligible C&D debris that is piled in immediate proximity to the ROW and that is accessible from the ROW line with loading equipment (that is, not behind a fence or other physical obstacle) will be deemed to be on the ROW, and is to be removed. Successful Proposer(s) shall: 1. Remove C&D debris from the ROW as directed by the City's Project Manager or designee. 2. Proceed immediately to a City -approved DMS or final disposal site as specified by the City's Project Manager or designee, once the debris removal vehicle has been issued a load ticket from the City's Project Manager or designee The debris removal vehicle will not collect additional debris once a load ticket has been issued. 3. Remove all eligible debris from each location before proceeding to the next location, unless otherwise directed by the City's Project Manager or designee. 4. Provide traffic control as conditions require or as directed by the City's Project Manager or designee. 5. Only enter onto private property for the removal of eligible C&D debris when directed by the City's Project Manager or designee. City will provide specific ROE legal and operational procedures. 6. Monitor C&D debris for collection, complete haul, and delivery at the approved DMS or final disposal sites. City's Project Manager or designee will obtain the original copy of the disposal or scale ticket showing the inbound and outbound collection vehicle weights. 3.7 DEMOLITION, REMOVAL, TRANSPORT, AND DISPOSAL OF NON-RACM STRUCTURES: Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary to decommission, demolish, and dispose of eligible non -regulated asbestos -containing material ("non-RACM") structures on private property within the jurisdictional limits of die City. Under this service, work will include asbestos -containing material ("ACM") testing, decommissioning, structural demolition, debris removal, and site remediation. Further, eligible debris generated from the demolition of non-RACM structures, as well as scattered C&D debris on private property, will be transported to a City -approved final disposal site in accordance with all federal, state, and local regulations. Successful Proposer(s) shall: 1. Remove and transport demolished structures and scattered C&D debris on private property aS identified by the City's Project Manager or designee. 2. Only enter onto private property when directed by the City. City will provide specific ROE legal and operational procedures. 3. Strictly adhere to all local, state, and federal regulations (such as obtaining demolitionfor the demolition, handling, and transportation of non-RACM structures. 4. Decommission and dispose of all HHW, used electronics, white goods, and scrap tires from a non-RACM structure at a properly sanctioned facility in accordance with all applicable federal, state, and local Page 55 of 75 Exhibit A Request for Proposals (RFP) 702383,3 regulations. 5. Advise the City's Project Manager or designee of any structurally unsound and unsafe stnictures for direction regarding decommissioning. 6. Only remove and transport eligible non-RACM demolished structures and eligible scattered C&D debris on private property as directed in writing by the City's Project Manager or designee. 7. Proceed immediately to a City approved final disposal site, once the debris removal vehicle has been issued a load ticket from the City's Project Manager or designee. The debris removal vehicle will not collect additional. debris once a load ticket has been issued. 8. Only Enter onto private property for the removal of eligible C&D debris when directed in writing by the City's Project Manager or designee. City will provide specific ROE legal and operational procedures for private property debris removal programs if requested. 3.8 DEMOLITION, REMOVAL, TRANSPORT, AND DISPOSAL OF RACM "RUCTURES: Work shall he inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary to decommission, demolish, and dispose of eligible RACM structures on private property within the jurisdictional limits of the City. Under this service, work will include ACM testing, decommissioning, structural. demolition, debris removal, and site rernediation. Further, eligible debris generated from the demolition of structures, as well as eligible scattered C&D debris on private property, will be transported to a City -approved final disposal site in accordance with all federal, state, and local regulations. Successful Proposer(s) sh.all: I. Adhere to all local, state, and federal regulatory requirements as obtaining, demolition permits, burrito wrapping of debris, etc.) for the demolition, handling, and transportation of RACM structures. Decommission and dispose of all ITHW, e-waste, white goods, and scrap tires from an RACM. structure at a properly sanctioned facility in accordance with all applicable local, state, and federal regulations. 3. Identify any stnicturally unsound and unsafe structures and presented to the City's Project Manager or designee for direction regarding decommissioning. 4. Remove and transport eligible RACM demolished structures and eligible scattered C&D debris on private property as directed in writing by the City's Project Manager or designee. 5. Proceed immediately to a City approved final disposal site that accepts RACM debris, once the debris removal. vehicle has been issued a load ticket from the City's Project Manager or designee. The debris removal vehicle shall not collect additional debris once a load ticket has been issued. 6. Only Enter onto private property for the removal of eligible RACM, and C&D debris when directed in writing by the City's Project Manager or designee. City will provide specific ROE legal and operational procedures for private property debris removal programs if requested. 3.9 .DMS MANAGEMENT AND OPERATIONS: Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary to manage and operate DMS(s) for the acceptance, management, segregation, staging, and reduction of Page 56 of 75 Exhibit A Request for Proposals (RFP) 702383,3 disaster debris. Reduction methods must be approved by the City's Project Manager or designee prior to commencement of reduction activities. DMS layouts and ingress and egress plans must be approved by the City's Project .Manager or designee. City may provide Successful Proposer(s) with potential DMS(s). Successful Proposer(s) will be responsible for documenting the condition of the sites prior to their use as DMS(s), and for returning the DMS(s) to their original condition, abiding by all local, state, and federal environmental regulatory requirements. If City DMS locations are identified, the Successful Proposer(s) will be provided with the address, Global. Positioning System ("GPS") coordinates, and estimated acreage of each DMS. Based on the severity of the disaster, the City may require Successful Proposer(s) to locate additional sites to be used for debris management. If private sites are identified to be leased, the Successful Proposer(s) with written approval from the City's Project Manager or designee, may be tasked with executing the lease and shall bill these costs to the City as a pass -through. The Successful Proposer(s) shall: 1.. Conduct pre -condition baseline underground water and soil sampling and testing of DMS as well as comparable closeout sampling and testing. 2. Comply with all local, state, and federal safety and environmental standards for DMS(s) operations and remediation. Reduction, handling, disposal, and remediation operations shall be approved in writing by the City's Project Manager or designee. The City reserves the right to inspect the sites, verify quantities, and review operations at any time. 3. Manage DMS location including helping to obtain necessary local, state, and federal permits or approval and operate in accordance with all rules and regulations of local, state, and federal regulatory agencies, which may include but are not limited to the U.S. Environmental Protection Agency ("EPA"), Florida Department of Environmental Protection ("DEP"), Florida Division of Historical Resources, or other state and county agencies Successful Proposer(s) shall also be responsible for all costs associated with third -party groundwater and soil testing. 4. Clearly segregate and manage independently debris types (i.e., C&D, vegetative, white goods, and other scope of service items), program. (ROW collection, private property debris removal, etc.), as outlined in Section 3.2 Definitions, Description of Designated Area. 5. Be responsible for maintaining the DMS(s) approach and interior road(s) for all weather conditions for the entire period of debris hauling, including provision of crushed concrete for any roads that require stabilization for ingress and egress. 6. Be responsible for all associated costs necessary to provide DMS(s) traffic control e.g., traffic cones and staff with traffic flags). 7. Be responsible for all associated costs necessary to provide DMS(s) dust control and erosion control e.g., an operational. water truck, silt fencing, and other best management practices). 8. Be responsible for providing twenty-four (24)-hour security at DMS(s). 9. Only permit Successful Proposer(s) vehicles and others specifically authorized by the City's Project Manager or designee on DMS locations. 10. Be responsible for all associated costs necessary to provide DMS(s) utilities (e.g., water, lighting, and portable toilets, etc.). 11. Be responsible for all associated costs necessary to provide DMS(s) fire protection (e.g., an operational water truck, sufficient and equipped for fire protection, fire breaks, and a site foreman). 12. Be responsible for all associated costs necessary to provide qualified personnel, as well as lined containers or containment areas, for the segregation of visible HHW/contaminants that may be mixed with disaster Page 57 of 75 Exhibit A Request for Proposals (RFP) 702383,3 debris, The cost associated with qualified personnel and lined containers/contamment areas for HHW/contaminant segregation is reflected in this scope of work. The City will be responsible for disposing of HHW/contaminantmaterial segregated and stored in lined containers at the DMS(s) 13. Provide tower(s) from which the City's Project Manager or designee can make volumetric load calls. The tower provided by the Successful Proposer(s) will meet required minimum specifications, detailed in Section 3.23 Debris Site Tower Specifications. 14. Be responsible for operating the DMS(s) in accordance with OSHA, EPA, and DEP guidelines. 15. Restore the DMS(s) to original condition upon completion of haul out activities at their own expense, abide by all local, state, and federal environmental regulatory requirements, and obtain a written release from the City's Project Manager or designee. Site remediation will include, but is not limited to, ensuring all debris, mulch, and other residual material is adequately removed, original site grade and other physical features including sodding are returned to original condition. Site remediation will also include returning all utilized sites to their original condition as verified through soil and groundwater samples. Site remediation will abide by all state and federal environmental regulatory requirements and is subject to final approval by the City' Project Manager or designee, and DEP. Site remediation will not include restoring fencing, concession stands, lighting, and other permanent structures that may have been demolished at the City's direction for DMS(s) operations. 3.10 DMS MANAGEMENT AND REDUCTION BY GRINDING: Work shall be inclusive of all labor, equipment, fuel, and miscellaneous costs necessary to reduce disaster debris by grinding. Reduction methods are at the discretion of the City's Project Manager or designee. Grinding must be approved by the City's Project Manager or designee prior to commencement of reduction activities. All unreduced disaster debris must be staged separately from reduced debris at the DMS(s). Successful Proposer shall: I. Begin grinding activities within seven (7) days of the opening of the DMS. The collection of debris shall be conducted with adequate equipment available to process the type of debris entering the site. The Successful Proposer must prevent stockpiling of excess debris at the DMS 2. Obtain written approval from the City's Project Manager or designee to reduce C&D debris. If approved for reduction by the City's Project Manager or designee, C&D debris shall be reduced via grinding or by compaction in order for the City to compensate the Successful Proposer(s) for reduction. Incineration, and mauling of C&D are not acceptable methods of C&D reduction. Compaction is acceptable for C&D only. 3.11 DMS MANAGEMENT AND REDUCTION BY INCINERATION: Work shall be inclusive of all labor, equipment, fuel, and miscellaneous costs necessary to reduce disaster debris by incineration. Reduction methods (controlled open-air incineration and air curtain burning) are at the discretion of the City. Incineration must be approved by the City's Project Manager or designee prior to commencement of reduction activities. All unreduced disaster debris must be staged separately from reduced debris at the DMS(s). 3.12 HAUL -OUT OF REDUCED DEBRIS FROM DMS TO DISPOSAL SITE: Page 58 of 75 Exhibit A Request for Proposals (RFP) 702383,3 Work shall be inclusive of all labor, equipment, fuel, traffic control costs, and associated costs necessary to load and transport reduced eligible material (such as ash, compacted C&D, or mulch) from a City -approved DMS(s) to a City -approved final disposal site in accordance with all local, state, and federal regulations. All unreduced disaster debris must be transported to a final disposal site separately from reduced debris. Successful Proposer(s) shall: I. Provide the name and address of each disposal site to be used along with the name and the telephone number of a responsible party for each site, prior to commencing the work, 2. Not use any disposal site without the written consent of the City's Project Manager or designee. All costs and fees associated with the disposal of debris shall be reviewed for reasonableness by the City's Project Manager or designee prior to issuing any such authorization. 3. Initiate and manage the execution of a written three -party agreement between the disposal site owner/operator, Successful Proposer(s), and City for permission to post a City inspector at the site for verification of each. load disposed. 4. Provide a sufficient number of debris site towers and/or certified scales meeting City specifications to provide for the efficient delivery of waste streams without excessive wait times. The City's Project Manager or designee shall decide what constitutes an excessive wait time. To the extent that the City determines that additionai towers and/or scales are required, additional towers shall be operational within forty-eight (48) hours of the City's request and certified scales shall be operational within five (5) business days of the City's Project Manager or designee request. 5. Issue a written summary for each disposal site of the quantity, type, and origin of waste delivered upon completion of disposal operations. 6. Not receive any payment from the City for haul -out or load tickets related to reduced or unreduced debris transported and disposed of at a final disposal site that was not approved by City. 3.13 REMOVAL OF HAZARDOUS LEANING TREES AND HANGING LIMBS: Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary to remove all eligible hazardous leaning trees six (6) inches or greater in diameter, measured four and a half (4.5) feet from the base ofthe tree, and eligible hazardous hanging limbs two (2) inches or greater in diameter at the point of the break in the City ROW. Further, debris generated from the removal of eligible hazardous leaning trees and eligible hazardous hanging limbs two (2) inches or greater in diameter at the point of the break in the City ROW will be placed in the safest possible location on the City ROW and subsequently removed in accordance with Section 3.5 of this RFP. Eligible hazardous leaning trees less than six (6) inches in diameter, measured four and a half (4.5) feet from the base of the tree, will be flush cut, loaded, and removed in accordance with Section 3.5 of this REP. The City will not compensate the Successful Proposer(s) for cutting leaning trees less than six (6) inches in diameter on a unit rate basis. The collection of all eligible hazardous leaning trees and eligible hazardous hanging limbs shall be performed on the same day as the cut work. If there is insufficient room for safe placement along the City ROW, then the Successful Proposer(s) shall load the resulting debris as eligible hazardous leaning trees or eligible hazardous hanging limbs as they are removed. Eligible hazardous leaning trees will be identified by the City's Project Manager or designee for removal.. Removal and transportation of hazardous leaning trees six (6) inches or greater in diameter on the City ROW or private property will be identified by the City's Project Manager or designee. All disaster -specific eligibility guidelines Page 59 of 75 Exhibit A Request for Proposals (RFP) 702383,3 regarding size and diameter of hazardous leaning trees will be communicated to the Successful Proposer(s) in writing by the City's Project Manager or designee. For hazardous leaning trees to be removed and eligible for reimbursement, the tree must satisfy a minimum of one (1) of the following requirements: 1. The tree has a broken canopy. 2. The tree has a split trunk. 3. The tree has fallen or been uprooted within a public use area. 4. The tree is leaning at an angle greater than thirty (30) degrees. Eligible hazardous hanging limbs will be identified by the City's Project Manager or designee for removal. Removal and placement of eligible hazardous hanging limbs two (2) inches or greater in diameter at the point of the break and on the City ROW or private property will be identified by the City's Project Manager or designee. All disaster -specific eligibility guidelines regarding size and diameter of limbs will be communicated to the Successful Proposer(s) in writing by the City's Project Manager or designee. For hazardous hanging limbs to be removed and eligible for payment, the limb must satisfy all of the following requirements: 1. The limb is two (2) inches or greater in diameter at the point of the break. 2. The limb is still hanging in a tree and threatening a public use area. 3. The limb is located on improved public property. 3.1.4 Removal. of Hazardous Stumps: Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll. costs, and other associated costs necessary to remove all hazardous uprooted stumps two (2) feet or greater in diameter, measured two (2) feet from the base of the tree, in the City ROW. Any voids not backfilled immediately following hazardous stump removal shall have measures taken in order to protect public health and safety. Further, debris generated from the removal of eligible hazardous uprooted stumps in the City ROW will be placed in the safest possible location on the ROW and subsequently removed in accordance with Section 3.5 of this RFP. Stumps measured two (2) feet from the base of the tree and less than two (2) feet in diameter will be considered normal vegetative debris and will be removed in accordance with Section 3.5 of this RFP, City will not compensate Successful Proposer(s) for removing hazardous stumps less than two (2) feet in diameter on a unit rate basis and instead will be considered normal vegetative debris. The diameter ofstumps less than two (2) feet will be converted into a cubic yardage volume based on the published FEMA Stump Conversion Table (see Attachment 1, FEMA. Stump Conversion Table) and will be removed under the terms and conditions of Section 3.5 of this RFP. Eligible hazardous stumps will be identified by the City's Project Manager or designee for removal. Removal and transportation of hazardous uprooted stumps in the City ROW and private property will be performed as identified by the City's Project Manager or designee. All disaster -specific eligibility guidelines regarding size and diameter of hazardous stumps will be communicated to Successful Proposer(s) in writing by the City's Project Manager or designee. For hazardous stumps to he removed and eligible for reimbursement, the stump must satisfy the following requirements: o Over fifty (50) percent of the tree crown is damaged or broken and heartwood is exposed. o Fifty (50) percent or more of the root ball is exposed. o The stump is on City ROW and poses an immediate threat to public health, safety, or welfare. I. Sumps that are not attached to the ground will be considered normal vegetative debris and will be subject to removal under the terms and conditions of Section 3.5. Stumps with less than fifty (50) percent of the Page 60 of 75 Exhibit A Request for Proposals (RFP) 702383,3 root ball exposed shall be flush cut to the ground. The stump portion of the tree will not be removed but the residual debris (that is, tree tnin.k) will be removed under the terms and conditions of Section 3.5. The cubic yard volume of the unattached stump will be based on the diameter conversion using the published FEMA Stump Conversion Table (see Attachment 1, FEMA Stump Conversion Table). 2. The City's Project Manager or designee will measure and certify all stumps before removal. 3. Stumps shall only be collected after the City's Project Manager or designee and the Successful Proposer(s) document and perform the following: o Location — Determine that the uprooted stump is located on improved public property or a public ROW. Record and document the location using photography, map depiction, and specific descriptive notations. o Size — Measure and record the diameter of the stump to be removed at the appropriate location. o Marking — Eligible stumps will be marked and uniquely numbered with green paint. Ineligible stumps will be marked with red paint. o Stump Worksheet Fiazardous Stump Worksheet provided by the monitoring firm(s) will be completed in full for each stump to capture the following information: (1) names and signatures of parties present; (2) physical location (street address, road cross streets, etc.); (3) stump number; (4) size of the stamp; and (5) date of stump removal, 4. The unit stump price shall include (but not be limited to) stump extraction, stump cavity filling with compacted soils and installation of seed and/or sod, stump 'hauling, and stump reduction. 3.15 ROW WHITE GOODS DEBRIS REMOVAL: Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary for the collection of white goods from the ROW, removal of refrigerants, transportation to a City -approved DM.S, decontamination, and transportation to the City's approved final disposal site. Successful Proposer(s) shall: 1. Ensure white goods containing refrigerants have such refrigerants removed by the Successful Proposer(s)'s qualified technicians prior to mechanical loading. White goods can be collected without first having refrigerants removed if the white goods are manually placed into a hauling vehicle with lifting equipment so that the elements containing refrigerants are not damaged, 2. Remove, transport, and dispose of white goods including obtaining all necessary local, state, and federal handling permits, and operating in accordance with all local, state, and federal regulatory agencies. Note: There are no disposal fees for residential white goods. 3.16 USED ELECTRONICS: Work shall be inclusive of all labor, equipment, Mel, traffic control costs, toll costs, and other associated costs necessary for the removal, transportation, and proper disposal of eligible used electronics from the ROW to the City -approved final disposal site. Eligible used electronics includes but is not limited to, disaster -damaged televisions, computers, computer monitors, and microwaves in areas identified and approved by the City's Project Manager or designee. Successful Proposer(s) shall recycle or dispose of all eligible used electronics in accordance Page 61 of 75 Exhibit A Request for Proposals (RFP) 702383,3 ith all ocal, state, and federal regulations. 3.17 HOUSEHOLD HAZARDOUS WASTE REMOVAL, TRANSPORT, AND DISPOSAL Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary for the removal, transportation, and disposal ofHUV. Successful Proposer(s) shall: 1. Remove, transport, and dispose of HIM including obtaining all necessary local, state, and federal handling permits, and shall operate in accordance with all local, state, and federal regulations, 2. Provide collection vehicles which shall be capable of transporting HI-1W materials from the ROW to approved final disposal sites. All hazardous waste collection personnel shall wear Level D PPE and have a means of communication (e.g., cell phone or radio) for safety arid operational purposes. Successful Proposer`(s) personnel shall observe all applicable safety requirements for the handling ofHHW in accordance with applicable regulations. All HHW shall be examined prior to collection to ensure it is free of other more serious contaminants, including polychlorinated biphenyls ("PCB"). Such serious and non -qualifying non-HHW waste shall be noted and scheduled for separate recovery by the City or Successful Proposer(s) as directed by the City's Project Manager or designee. Debris identified as HHW shall be collected and placed in poly bags for temporary storage during transport to the approved final disposal site. 3. As instructed by the City's Project Manager or designee, remove HHW from DMS to approved final disposal site. 3.18 ABANDONED VESSEL AND VEHICLE REMOVAL: Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary for the removal and haul -out of eligible vessels and vehicles in areas identified and approved by the City's Project Manager or designee. The removed eligible vehicles will be hauled to a City -approved staging area and subsequently disposed of by the appropriate regulatory agency. The removal, transportation, and disposal required for abandoned vessel and vehicle removal includes obtaining all necessary local, state, and federal handling permits and operating in accordance with all local, state, and federal regulations. 3.19 ANIMAL CARCASS REMOVAL AND DISPOSAL: Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary for the removal, transportation, and lawful disposal of dead animal carcasses in areas identified and approved by the City's Project Manager or designee to an approved final. disposal site. The carcasses will be hauled to a City -approved staging area and subsequently disposed of by the appropriate regulatory agency. Successful Proposer(s) shall: 1. Coordinate activities with the appropriate local animal control agency; and 2. Remove, transport, and dispose of animal carcasses including obtaining all necessary local, state, and Page 62 of 75 Exhibit A Request for Proposals (RFP) 702383,3 federal handling permits and shall operate in accordance with all local, state, and federal regulations. 3.20 OTHER DEBRIS REMOVAL WORK: Neither the Successful Proposer(s) nor any Subcontractor shall solicit work from private citizens or others to he performed in the designated work areas during the term of this Agreement. City reserves the right to require Successful Proposer(s) to dismiss or remove from the project, any workers as the City sees necessary. Any debris removal vehicles dismissed from the project shall have their issued placard removed and destroyed (for additional information refer to Section 3.29 Documentation and Measurement). 3.21 USE OF LOCAL RESOURCES: Successful Proposer(s) will be able to use their own Subcontractor resources .to meet the obligations of the Contract. FEMA encourages using local resources. The City will establish the extent to which Successful Proposer(s) shall use local resources. It is expected that the Successful Proposer(s) shall source at least thirty (30) percent of Subcontractors and resources from within the disaster area, including, but not limited to, procuring supplies and equipment, awarding subcontracts, and employing workmen at the City's discretion (when available). Successful Proposer(s) shall provide a list of Subcontractors which they anticipate utilizing with proposal submission. 3.22 WORKING HOURS: Working hours of this Contract shall only be during daylight hours, Monday through Sunday, or as otherwise instructed by the City's Project Manager or designee. No work outside of these hours shall be allowed unless approved in writing by the City's Project Manager or designee. Successful Proposer(s) shall: I. Conduct debris removal operations that generate noise levels above that normally associated with routine traffic flow during daylight hours only; 2. 'Perform work seven (7) days per .week, with adjustments to work hours, as local conditions niay dictate, in coordination with the City's Project Manager or designee; and 3. Be capable of conducting volumetric reduction operations at DMS locations on a twenty-four-(24)-hour, seven-(7)-day-a-week basis, unless otherwise directed by the City's Project Manager or designee 3.23 DEBRIS SITE TOWER SPECIFICATIONS: Successful Proposer(s) shall provide as many towers as designated by the City's Project Manager or designee at each disposal site for the use of City representatives during their inspection of dumping operations. If ingress and egress of the DMS(s) is of significant distance that the City's Project Manager or designee are unable to verify the entering and exiting trucks, Successful Proposer(s) may be required to provide a second tower. Page 63 of 75 Exhibit A Request for Proposals (RFP) 702383,3 The inspection platform of the tower shall be constructed at a minimum height of ten (10) feet from surrounding grade to finish floor level, have a minimum eight (8) feet by eight (8) feet of usable floor area, be covered by a roof with two (2) feet overhangs on all sides, and be provided with appropriate railings and a stairway. The platform shall be enclosed, starting from platform floor level and extending up four (4) feet on all four (4) sides. The expense incurred by the Successful Proposer(s) for the construction of towers is an overhead expense, and considered part of the Successful Proposer(s) compensation under the terms and conditions of Successful Proposer(s) Compensation Schedule. 1. Successful Proposer(s) shall provide a minimum of one (I) portable toilet at each DMS for the use of City's Project Manager or designee during their inspection of operations. The toilet shall be provided prior to start of any operations and will be kept in a sanitary condition by the Successful Proposer(s) throughout operations. The expense incurred by the Successful Proposer(s) for the operation of portable toilets is an overhead expense considered part of the Successful Proposer(s)'s compensation under the teens and conditions of Successful Proposer(s) Compensation Schedule. 2. Care shall be taken to place tower at a sufficient distance away from any reduction/dumping operations. if necessary, operations may he temporarily suspended by City personnel due to unsuitable conditions at the tower. 3.24 EQUIPMENT: 1, All tnicks and other equipment shall comply with all applicable local, state, and federal regulations. Any truck used to haul debris shall be capable of rapidly unloading without the assistance of other equipment, and shall be equipped with a tailgate that will effectively contain the debris during transport and permit the tnick to be filled to capacity. 2. Sideboards or other extensions to the bed are allowable provided they meet all applicable regulations, cover the front and both sides, and are constructed to withstand severe operating conditions. Sideboards are to be constructed of two (2)-inch by six (6)-inch boards or greater and shall not extend more than two (2) feet above the metal bedsides. Trucks or equipment certified with sideboards shall maintain such sideboards and keep them in good working condition. To ensure compliance, equipment will be inspected by the City's Project Manager or designee prior to its use by Successful Proposer(s). 3. Trucks or equipment designated for use under this Contract shall not be used for any other work during the working hours of this Contract, Successful Proposer(s) shall not solicit work from private citizens or others to be performed in the designated area during the period of this Contract. Under no circumstances shall Successful Proposer(s) mix debris hauled for others with debris hauled under this Contract, 4. Debris shall be reasonably compacted into the hauling vehicle. Any debris extending above the top of the bed shall be secured in place to prevent it from falling off. Measures shall be taken to prevent debris from blowing out of the hauling vehicle during transport to an approved DMS or an approved final disposal site. 5. Equipment used under this Contract shall be nibber tired and sized properly to fit loading conditions. Excessively large equipment (100 cubic yards and up) and non-nibber tired equipment shall be approved for use on the road by the City's Project Manager or designee. 6. Hand -loaded vehicles are prohibited unless pre -authorized in writing by the City's Project Manager or designee following the event, All hand -loaded vehicles will receive an automatic fifty (50) percent deduction for lack of compaction. 7. Successful Proposer(s) shall supply a list of all equipment owned by the Successful Proposer(s) with their Page 64 of 75 Exhibit A proposal submittal. 3.25 TRAFFIC CONTROL: Successful Proposer(s) shall: Request for Proposals (RFP) 702383,3 1. Mitigate the effects of their operations on local traffic to the fullest extent practical. The Successful Proposer(s) is responsible for establishing and maintaining appropriate traffic controls in all work areas, including DMS(s) and debris collection sites. "?. Provide, erect, and maintain all necessary barricades, suitable and sufficient lights, danger signals, signs, and other traffic control devices at all Successful Proposer(s) work areas to ensure the safety of vehicular and pedestrian traffic. 3. Provide qualified flag personnel where necessary to direct the traffic and shall take all necessary precautions to protect the designated area and the safety of the public. 4. Comply with all applicable local, state, and federal regulations governing personnel, equipment, and workplace safety. Any notification of a deficiency in traffic control or other safety items shall he immediately corrected by Successful Proposer(s). No further work shall take place until the deficiency is corrected. Neither the City nor the City's Project Manager or designee shall sign any additional load or unit rate tickets until the safety item is corrected. 5. Protect highways, streets, or parts of the designated area closed to through traffic by effective barricades, and obstructions shall be illuminated during the hours from sunset to sunrise. Suitable warning signs shall be provided by the Successful Proposer(s) to properly control and direct traffic, 6, Ensure all barricades, warning signs, lights, temporary signals, other protective devices, flag persons, and si.gnali.ng devices meet the minimum requirements established in the Manual on Uniform Traffic Control Devices for Streets and Highways, Part VI, prepared by the National Joint Committee on Uniform Traffic Control Devices arid be current at the time Proposals are received. Traffic control shall conform to the State's most current roadway and traffic design standards and the Federal Highway Administration's ("EHWA") Manual on Uniform Traffic Control Devices ("MUTCD") for Streets and Highways. The foregoing requirements are to be considered as minimum and the Successful Proposer(s)'s compliance shall in no way relieve the Successful Proposer(s) of final responsibility for providing adequate traffic control devices for the protection of the public and Successful Proposer(s)'s employees throughout the designated area. 3.26 DAMAGE TO PUBLIC OR PRIVATE PROPERTY: All damages as a result of Successful Proposer(s) or Subcontractor operations (e.g., sidewalks, seating, curbs, pipes, drains, water mains, pavement, mail boxes, turf, etc.) shall be repaired or replaced by the Successful Proposer(s), at their expense, in a manner prescribed by and at the sole satisfaction of the City's Project Manager or designee. Successful Proposer(s) shall be responsible for any invoices submitted to the City (i.e., utility companies or landowners) and are determined to be the result of damage done by the Successful Proposer(s). The City reserves the right to pay any such invoices and deduct the cost from the Successful Proposer(s)'s invoice. Repairs or receipt of repairs shall be completed and submitted to the City's Project Manager or designee prior to submission of the Page 65 of 75 Exhibit A Request for Proposals (RFP) 702383,3 Successful ProposensFs invoice for completed work. If the Successful Proposer(s) fails to repair any damages, the City may have the work performed and charge the Successful Proposer(s). Successful Proposer shall: I. Restore all disturbed areas to their original condition, including re -grading, use of rye grass and permanent grass, and any other means necessary. Should Successful Proposer(s) fail to restore damages to public or private property to the satisfaction of the City, the City may withhold retainage money in an amount sufficient to make necessary repairs. 3.27 EXISTING UTILITIES: 1. Some trees and debris that are to be removed under this Agreement may be blocked or entangled with overhead power, telephone, and television cables. In this case, it shall be Successful Proposer(s)'s responsibility to coordinate directly with the utility owners to arrange for the removal of the debris without damage to the overhead and underground utility lines. 2. If the Successful Proposer(s) causes damage to existing utilities than it shall be the Successful Proposer(s) responsibility to make the necessary repairs or pay all costs incurred to repair damaged utilities, as determined by the affected utility company. 3.28 ENVIRONMENTAL PROTECTION: I. All chemicals of whatever nature used during project construction or furnished for project operations must be state and federally certified. Their use and disposal of all residues shall strictly comply with instructions. 2. Successful Proposer(s) shall, at their own expense, ensure that noise and dust pollution is minimized to comply with all local, state, and federal regulations and the approval of the City's Project Manager or designee. Successful Proposer(s) shall comply in a timely manner with all directions of the City's Project Manager or designee regarding the use of a water tnack or other approved dust abatement measures. 3. Successful Proposer(s) shall comply with all laws, rules, regulations, and ordinances regarding environmental protection. 3.29 DOCUMENTATION AND MEASUREMENT: Prior to commencement of any work, the City's Project Manager or designee shall clearly number each truck or piece of equipment hauling or loading debris with a placard. All vehicles must be certified by the City's Project Manager or designee prior to debris collection. If a vehicle is working under multiple contracts or for multiple communities, it must be re -certified by the City's Project Manager or designee each time it returns to work from other contracts or communities. Successful Proposer(s) shall give written notice of the number of assets and the location for work scheduled twenty-four (24) hours in advance to the City's Project Manager or designee. Successful Proposer shall: 1. Ensure that all Subcontractors maintain valid driver's licenses and their equipment is legally fit for travel on the road. Page 66 of 75 Exhibit A 2. Request for Proposals (RFP) 702383,3 Designate one Project Manager as the main point of contact throughout the duration of the operation. The Project Manager shall provide the City's Project Manager or designee with a telephone number at which the Project Manager can be reached. Adhere to the City's preference to use an electronic system for load tickets. An Automated Debris Management System ("ADMS") or paper load tickets will be provided by the City's Project Manager or designee for recording volumes of debris removal. If an ADMS is used a copy of the electronic ticket will be printed for the vehicle operator at the dump site. If paper tickets are to be used each load ticket shall consist of one (1) original and four (4) carbon -copy duplicates and will be distributed as follows: o Load tickets will be issued by the City's Project Manager or designee at the loading site. City will keep one (1) copy of the ticket, and give four (4) copies to the vehicle operator. Upon arrival at the dump site, the vehicle operator will give the four (4) copies to the City's Project Manager or designee at the dump site. Trucks with less than full capacities will be adjusted down by visual inspection; the City's Project Manager or designee present at the dump site will make this determination. The City's Project Manager or designee will validate, enter the estimated debris quantity, and sign the load tickets. City will keep the original copy and the three (3) remaining duplicate copies will be returned to the vehicle operator for the Successful Proposer(s)'s records. 3.30 OWNERSHIP OF DEBRIS: All debris residing in the City ROW and City -provided DMS(s) as a result of the disaster will be the property of the City until final disposal at a properly permitted disposal site. Successful Proposer(s) shall be responsible for removing debris up to the point where debris can only be described as light litter and additional collection can be facilitated only by sweeping and raking. In addition, debris stored on the ROW as the result of road clearing, City will direct residents to place debris in segregated piles along the ROW, separated according to the waste category. There may be a need to perform some curbside separation of the different waste materials. Different waste materials will be collected in separate vehicles and may require disposal at different locations, which will be approved by the City's Project Manager or designee. Any items requiring disposal at special sites shall be required to be monitored for the collection, complete haul, and delivery at the approved special site with the monitor obtaining an original copy of the disposal ticket showing inbound and outbound collection vehicle weights. 1. All bagged and bundled waste and debris smaller than two (2) inches in diameter and shorter than two (2) feet in length are outside the scope of this Contract unless specifically directed by the City's Project Manager or designee. Collection of municipal solid waste ("MSW") is outside the scope of this Contract. All debris outside the scope of the Contract handled by the Successful Proposer(s) shall become the property of the Successful Proposer(s) upon collection. 2. It is recognized that C&D debris might contain small amounts of asbestos, lead -based paints, treated wood, or similar materials. Florida DEP may issue orders for the classification and disposition of all disaster debris. Based on the mandates of DEP and other applicable state and federal reimbursement agencies, the character and disposal of waste streams will be determined. The Successful Proposer(s) and City's Project Manager or designee wilt establish a final disposal plan based on these mandates. 3.31 CITY RESPONSIBILITIES: Page 67 of 75 Exhibit A Request for Proposals (RFP) 702383,3 City responsibilities will vary depending on City needs and resources. The City, at a minimum, will be responsible for the following: 1. Coordinating collection activities with the Successful Proposer(s); 2. Completing the City service request foma; 3. Identifying suitable DMS activities; 4. Promoting debris management activities; 5. Providing educational materials; 6. Submitting post -collection DMS(s) data reports to DEP; 7. Recruiting and coordinating volunteers; 8. Coordinating with local police, fire, emergency medical services ("EMS"), and other appropriate agencies; 9. Providing emergency contact information; and 10. Issuing a written NTP or PO at the appropriate time. Page 68 of 75 Exhibit A 4. Submission. Requirements Request for Proposals (RFP) 702383,3 4.1. SUBMISSION REQUIREMENTS Proposers shall carefully follow the format and instruction outlined below, observing format requirements where indicated. Proposals should contain the information itemized below and in the order indicated. This information should be provided .for the Proposer and any sub -contractors to be utilized for the work contemplated by this Solicitation. Proposals submitted which do not include the followino items may be deemed non -responsive and may not be considered for contract award. Sealed written Proposals shall be received by the Office of the City Clerk no later than the date, time and at the location indicated on the RFP cover page, in order to be considered. Faxed documents are not acceptable. One (1) unbound or one (1) three (3) hole punched original, and eight (8) copies in digital format (on 1.1SB flash/thumb drive in .pdf file format) of the Proposer's Proposal must be timely received by the Office of the City Clerk, 3500 Pan American Drive, Miami, FL 33133 or the Proposal will be disqualified. Proposals can be hand delivered to the Office of the City Clerk, no later than the date, time, and at the location on the RFP Cover page. Untimely or misdelivered submittals will not be considered. NO EXCEPTIONS. The proposal shall be written in sufficient detail to permit the City to conduct a meaningful evaluation of the proposed services. However, overly elaborate responses are not requested or desired. The responses to this solicitation shall be presented in the following format. Failure to do so may deem your Proposal non -responsive. A. Include the signed RFP Certification Statement, B. Include in detail, evidence that clearly demonstrates Proposer meets the minimum qualification requirements, pursuant to Section 2.8, Minimum Qualification Requirements. 4.2 FORMAT OF PROPOSALS SECTION 1: COVER PAGE The Cover Page should include the Proposer's name; Contact Person for the RFP; Firm's Liaison for the Contract; Primary Office Location; Local Business Address, if applicable; Business Phone arid Fax Numbers, if applicable Email addresses; Title of RFP; RFP Number; Federal Employer Identification Number or Social Security Number. SECTION 2. TABLE OF CONTENTS The table of contents should outline, in sequential order, the major sections of the Proposal, including all other relevant documents requested for submission. All pages of the Proposal, including the enclosures, should be clearly and consecutively numbered and correspond to the table of contents. SECTION 3. COVER LETTER AND EXECUTIVE SUMMARY A signed and dated summary of not more than two (2) pages containing Proposer's overall Qualifications, Experience and Technical Qualifications, as contained in the submittal. Proposer shall include the name of the organization, business phone, email address, contact person and a summary of the work to be performed. Page 69 of 75 Exhibit A Request for Proposals (RFP) 702383,3 SECTION 4. MANDATORY SUBMITTALS The proposal document shall contain executed forms of all mandatory submittals for bond or surety, insurance, affidavits, and other required certificates or statements. SECTION 5. PROPOSER INFORMATION The .following Section of the proposal shall accurately represent the experience, qualifications and past performance of Proposer. The responses should include any and all information necessary for the City to evaluate the technical capabilities of the Proposer. A. MINIMUM OUAL FICATION REOUIREMENTS Include in detail, evidence that clearly demonstrates Proposer meets the Minimum Qualification Requirements, pursuant to Section 2.8, Minimum Qualifications Requirements B. PROPOSER'S EXPERIENCE, QUALIFICATIONS, AND PAST PERFORMANCE The following Section of the proposal shall accurately represent the experience, qualifications, and past performance of the Proposer. This response shall include any and all information for the City to evaluate the technical experience regarding large scale debris removal operations associated with tropical events, tornadoes, flooding, or other natural manmade disasters. 1. Describe the Proposer's past performance and experience that qualifies Proposer to perform these services. Specifically, describe the Proposer's experience in providing the services listed in the Scope of Work, and number of years of experience in disaster response. 2. State the number of years that the Proposer has been in existence, the current number of employees, and the primary markets served. 3. Provide in detail the degree of experience in all areas of emergency response, management and recovery, experience with FEMA/FHWA reimbursement programs, funding issues, and documentation of satisfactory or better performance on contracts of similar scope and size within the last ten (10) years. 4. Provide a detailed description of comparable contracts (similar in scope of services and size equivalence in excess of 500,000 cubic yards, to those requested herein) which the Proposer has either ongoing or completed within the past ten (10) years. The description should identify for each project: (i) client, (ii) description of work, (iii) total dollar value of the contract (these must he contracts awarded within the United States), (iv) dates covering the term of the contract, (v) client contact person and phone number, and (vi) statement of whether Proposer was the prime contractor or subcontractor. Page 70 of 75 Exhibit A Request for Proposals (RFP) 702383,3 Where possible, list and describe those projects performed for government clients or sirnilar size private entities (excluding any work performed for the City). 4. List and describe all work performed for the City and include for each project: (i) name of the City Department which administers or administered the contract, including the City contact person and phone number, (ii) description of work, total dollar value of the contract, and dates covering the term of the contract, and (in) statement of whether Proposer was the prime contractor or subcontractor. 5. Provide a comprehensive list of all owned equipment and resources offered by the Proposer (please refer to Section 2.8. of the solicitation) 6. Provide other supporting information that describe the Proposer's ability to fulfill performance requirements, 7. Describe any other experiences related to the work or services described in the Scope of Work and any other information which may be specific to the required services to be provided. 8. Provide information concerning any prior or pending litigation, either civil or criminal, involving a governmental agency or which may affect the performance of the services to be rendered herein, in which the Proposer, any of its employees, or subcontractors is or has been involved within the last five (5) years. 9. A list of existing contracts, particularly government contracts and any contracts in the State of Florida. 10. A .minimum of three (3) letters ofreferences from existing contracts and/or past clients (must include references from the successful completion of debris removal projects in excess of 500,000 cubic yards) within the past ten (10) years. 11. A minimum of three (3) letters of references from past Sub -Contractors regarding their experience with working for the Proposer specifically including information on prompt payment for services rendered. 12. Provide a conflict of interest statement indicating whether or not any principals in the Proposer's company, their spouse, or their child is employed in the City of Miami, and whether or not the company or any individuals that will be working on any contract as a result of this RFP, has a possible conflict of interest, and if so, the nantre of that conflict. 13. Provide a anti -collusion statement (Please see Attachment E in the Header/Attachments Section of this solicitation). C. KEY PERSONNEL AND SUBCONTRACTORS PERFORMING SERVICES The following Section of the proposal shall accurately represent the experience, qualifications and past performance .Page 71 of 75 Exhibit A Request for Proposals (REP) 702383,3 of Proposer's key personnel, Proposer's subcontractor. Responses should include any and all information necessary for the City to evaluate the technical capabilities of the Proposer's key employees and Proposer's subcontractors being proposed to provide the services herein, I. Describe Proposer's ability to satisfy all of the personnel required to perform the work. Indicate the Proposer's key personnel available and if the Proposer cannot currently meet the requirements, Explain how Proposer will attain the required key personnel, and maintain a dedicated project team throughout duration of project. Key personnel includes all partners, managers, seniors and other professional staff that will perform work and/or services in this project. 2. Provide an organization chart showing all key personnel, including., their titles, to be assigned to this project. This chart must clearly identify the Proposer's employees and those of the subcontractors, and shall include the functions to be performed by the key personnel. 3. Describe the experience, qualifications and other vital information, including relevant experience on previous similar projects, of the proposed project manager(s)/Point of Contact, and all key personnel, including those of subcontractors, who will be assigned to this project. 4. List the names and addresses of all first tier subcontractors, and describe the extent of work to be performed by each first tier subcontractor. Identify Proposer's prior relationship with the subcontractors in achieving the desired assigned contracted jobs. Describe the experience, qualifications and other vital information, including relevant experience on previous similar projects, of the subcontractors who will be assigned to this project. Specifically, describe experience in the type of services requested herein. 5. Provide the names and titles for Proposer and subcontractor's key personnel. Provide resumes, with current job descriptions, certifications, and licenses, and other detailed qualification information on all key personnel who will be assigned to this project. 6. Training (including FEMA courses/training) and professional experience (include all professional certifications) of proposed staff Note: Do not submit original copies of" licenses, certificates etc. After proposal submission, but prior to the award of any contract issued as a result °Phis Solicitation, the Proposer has a continuing obligation to advise the City, of any? changes, intended or otherwise, to the key personnel identified in its proposal. D. PROPOSED TECHNICAL APPROACH TO PROVIDING THE SERVICES Define what option and the services your company is proposing to the City that will best meet the criteria specified in the Scope of Services. State your project management plan, firm's interpretation of scope, and method of approach. I. Define personnel, subcontractors, and resources, available to meet the City's requirements, Page 72 of 75 Exhibit A Request for Proposals (RFP) 702383,3 2. Describe Proposer's ability and readiness to begin providing the services as requested herein, assuming an September 1, 2019 start date. Provide a projected implementation and transition schedule for services. Outline a time -line for the deliverables for this Project. 3. Provide information regarding any proposed innovative concepts that may enhance value and quality, any favorable cost containment approaches or additional or alternative ideas that may be successful if implemented by City. 4. Include Proposer's assurance that the key personnel described in its proposal shall be available to perform the services, and that the Proposer has sufficient reserve personnel to adequately perform the services, in the event of illness, accident, or other unforeseeable events of a similar nature. Describe Proposer's approach to ensure the availability of personnel. 5. Describe Proposer's specific project plan, approach to project organization and management, identifying specific key tasks, and procedures to be used in providing the services in the Scope of Work. Provide information on project implementation, including the project management philosophy, the project team, a detailed description of work to be performed, a project schedule, project tasks and duration, and a list of project risks. 6. Identity if Proposer has taken any exception to the Solicitation. If so, indicate what alternative is being offered and the cost implications of the exception(s). Exceptions shall be used if the proposal does not substantially meet the specified requirements. Failure to indicate any exceptions shall be interpreted that the Proposer fully intends to comply with all RFP requirements as written. Explanation must be made for each item for which exception is taken, giving in detail the extent of the exception, and the reason for which it is taken. The City reserves the right to give consideration or waivers for these exceptions. No exceptions shall be taken where the RFP specifically states that exceptions shall not be taken. 7. Provide any additional information that the Proposer believes will materially augment the proposal but does not fall into any of the above categories. 8. Describe in detail the mobilization and operations plan, along with construction drawings for Occupational Health and Safety Administration ("OSHA") compliant temporary inspection towers. 9. Public Information Plan, including proposal of a Public Information Representative provided by the Proposer to interface with the City's Public Information Officer ("PLO")to provide technical updates and information as needed so the PIO can report to City residents. 10. Proposer shall submit spill prevention and fire prevention plans tailored to on -site activities at the debris management site ("DMS") or facility. 1 1 . Proposer shall submit a format for a contingency plan and provide a description of notification procedures to the participants of on -site emergencies and evacuation of the participants in case of an emergency on site. Page 73 of 75 Exhibit A Request for Proposals (RFP) 702383,3 12. Proposer shall submit a comprehensive training plan and detailed training outline for each position involved in. debris removal. and DMS(s) operations. Proposers should include copies of any training manuals. 13. Proposer shall submit information regarding their standard health and safety plan. 14. Proposer shall submit a listing of all warning notifications, violations, and/or citations received from pertinent federal andlor state agencies in the past three (3) years. 15. Proposer shall submit a listing of all third -party certifications such as ISO 9000 Series, ISO 14000 Series, etc. E. FINANCIAL STABILITY 1. Provide documentation proving Proposer's financial strength and ability to provide start-up operations and reasonable working capital to handle this project. Such documentation shall include documentation as stated in Section 2.8 Subsection a, of the solicitation, and other relevant documentation. 2. Describe how the Proposer plans to use its financial resources to perform the services for the contract term.. The description should include, but not be limited to, the Proposer's allotment for startup capital, payroll, and operations. Financial soundness and capacity can also be demonstrated by its bonding and insurance capacity. Provide supporting financial data and projections as to demonstrate capacity to implement and manage the resultant contract and to anticipate operations during the term of the contract with the City. 3. Provide a summary on how previous contracts of this size were handled financially, and how multiple emergency management events occurring at the same time impacted Proposer financially. F. PROPOSER'S PROPOSED COMPENSATION SCHEDULE Provide proposed fees for services provided. Refer to detailed Compensation Schedule cited in Section 2.22 on Attachment E. Page 74 of 75 Exhibit A 5. Evaluation Criteria Request for Proposals (RFP) 702383,3 5.1. EVALUATION CRITERIA Each proposal received will be reviewed to determine if the proposal is responsive to the submission requirements outlined in this Solicitation. A responsive proposal is one which follows the requirements of this Solicitation, includes all documentation, is submitted in the format outlined in this Solicitation, is of timely submission, and has the appropriate signatures as required on each document. Failure to comply with these requirements may result in the proposal being deemed non -responsive. Proposals will be evaluated by an Evaluation/Selection Committee (Committee) which will evaluate and rank proposals on criteria listed below. The Committee will be comprised of appropriate City personnel and members of the community, as deemed necessary, with the appropriate experience and/or knowledge. The criteria are itemized with their respective weights for a maximum total of one hundred (100) points per Committee member. Technical Criteria Points Proposer's Relevant Experience, and Qualifications 25 Project Team Qualifications 20 Technical Approach 20 Financial Stability 15 Compensation Proposer's Compensation Schedule Total 20 100 (Schedule 1, included as part of Attachment E, is for informational purposes only, and will not be evaluated.) Page 75 of 75 � �� 0U��DJf ANN|EPEREZ,[PPU EM|L|OT.GONZALEZ,PHD. Procurement Directoi City Manager ADDENDUM NO. I DATE: March 18.2019 TO: ALL PROSPECTIVE PROPOSERS SUBJECT: REQUEST FOR PROPOSALS (RFP)NO.:7023D3 TITLE: EMERGENCY DEBRIS AND DISASTER RECOVERY SERVICES The following ohmnQee, addbkons, dahficedona, and/or deletions amend the RFP documents of the above captioned RFP, and shall become an integral part of the RFP and Professional Services Agreement (PSA). Words and/or figures stricken through shall be deleted. Underscored words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same onthe documents you have nnhand. This Addendum becomes apart ofthe subject solicitation. A. Attachment E has been deleted in its enbnaty, and replaced with o revised Attachment E. to incorporate the following note: "This Schedule 1 is for informational purposes only and will not be eva|uated^ B. Section 5 of the solicitation has been updated to add the following note to the end of the Evaluation Criteria Table: "(Schedule 1, included as part ofAttachment E. isfor informational purposes only, and will not beeva|uobsdl^ C. The following isaninquiry received and the corresponding response: 1 , Would the City consider requiring the Performance Bond upon contract activation? Answer: No. When disaster services are required there is typically not enough time for a bond to be established; therefore, a bond needs to in effect established at the time of contract execution. ALL OTHER TERMS AND CONDITIONS OFTHE RFPREMAIN THE SAME. Ginmarelv, Annie Perez, CPPO Director of Procurement AP:uf Exhibit ANN|E PEREZ' CPPO EM00'[ GDNZALEZ, PH,D. Prmlrement Director City Manager -' � ADDENDUM NO_2 DATE: April 1D,201S TO: ALL PROSPECTIVE PROPOSERS SUBJECT: REQUEST FOR PROPOSALS (RFP)NO.:7O2383 TITLE: EMERGENCY DEBRIS AND DISASTER RECOVERY SERVICES The following ohsnQes, additione, n|ghfioadona, and/or deletions amend the RFP documents of the above captioned RFP, and shall become an inhsOna| part of the RFP and Professional Services Agreement (P8A). Words and/or figures stricken through ehoU be deleted. Underscored words and/or figures nheU be added. The remaining provisions are now in effect and remain unchanged, Please note the contents herein and reflect same on the documents you have on hand. This Addendum becomes opart ofthe subject solicitation. A, The deadline for submission of proposals has been extended until K8ondey, April 39' 2019 at 3:0O PK0, ALL OTHER TERMS AND CONDITIONS OF THE RFP REMAIN THE SAME. conr|y, ' Ap:ef ec or of Procurement ANW|EPEREZ, CPPO EyW|L|UT. GONZALEZ' PH.D. Procurement Director City Manager ADDENDUM NO. 3 DATE. April 17.2O1B TO: ALL PROSPECTIVE PROPOSERS SUBJECT: REQUEST FOR PROPOSALS (RFP)N[).:7D2282 TITLE: EMERGENCY DEBRIS AND DISASTER RECOVERY SERVICES The fbUoniogchanges, additions, clarifications, and deletions amend the RIP documents ofthe above captioned DFP, and obuU hncoruc an integral pod of the Contract Documents. Deletions of contract language will honyccificdherein. Bold words and/or figures shall beadded, The remaining provisions are now in effect and remain unchaogcd. Please note the contents boccio, and reflect xanom on the documents you have onhand. This Addendum becomes apart ofthe subject solicitation. A� Section 2.9 Debris, Debris Clearing Assignment has been deleted in its entirety and is hereby replaced with the following: The City intends to award this solicitation for Emergency Debris Removal to five (5) Successful Proposer(a) to perform work throughout the City, and one (1) Successful Proposer for the removal of debris from all City owned parks. Included as Attachment G is a nnep of six /G\ zones identified by the City for Proposers to review the unique features of each zone. Additionally, Proposers shall complete Attachment H Debris Zone Assignment, torequest their preference of zones in order of preference from 1 through 6. Pursuant to Section 2.55, The Evaluation Selection Committee will assign a Zone to each Successful Proposer based on the highest ranking on a primamYsecondary basis. Should there be less than six (0) Successful Proposers, the City reserves the right to modify the Zones as depicted in Attachment G. The Primary assignments will be as foUomm, the highest ranked Successful Proposer will have their choice of Zone, followed by the second highest ranked Successful Proposer, and so forth. For the Secondary assignments the process will be the same, with the exception that the secondary vendor shall bemdifferent vendor from the Primary, The City intends to award one Successful Proposer toeach of the Zones, however, to ensure that services are being provided. the City may select two (2) different Successful Proposers to each Zone, a Primary and Secondary, The Secondary Successful Proposer for a Zone will only be activated if the Primary Successful Proposer is not able to perform the services. B. Section 2.40 Additions/Deletions of Services has been deleted in its entirety and is hereby replaced with the following: Although this Solicitation identifies specific Services to be prVoided, it is hereby agreed and understood that additional services or Successful Proposer(o) may be added/de|etedto/frnm this contract at the sole discretion of the City. When an additional service to the contract is required, the Successful Proposer(s) under this contract shall be invited to submit proposals for these new services, If these proposals are comparable with the industry for similar services, they will be added to the contract if it's in the best interest of the City, and an Amendment and a separate purchase order will be issued by the City. Should the City have a need to add additional Proposer(s) due to avacancy in the Zonea, these additions will be done through a competitive process using the evaluation RFP criteria established in this Solicitation. The addition of new Proposer(s) will be based upon the need determined by the City. C� Seotion4.1 Submission Requirements paragraph 3 has been deleted in its entirety and /shereby replaced with the following: Sealed written Proposals shall be received by the Office of the City Clerk no later than the date, time and at the location indicated on the RFP cover po0e, in order to be considered. Faxed documents are not acceptable. One (1) unbound or one (1) three (3) hole punched original, and eight (0) copies in digital format (on U3B flash/thumb drive in pdffi|e format) of the Proposer's Proposal must be timely received by the Office of the City Clerk, 3500 Pan American Drive, K3iomi, FL 33133Vrthe Proposal will be disqualified. Proposals can be hand delivered to the Office of the City Clerk, no later than the date, time, and at the location on the RFP Cover page, Untimely or misde|ivered submittals will not be considered. NO EXCEPTIONS. D, Attachment A titled "Draft PSA" has been revised to include minor language revisions and has been attached to the Header/Attachment Section inthe {}nade i8upp|ierSystenn. E� Attachment E titled "Compensation Proposal" has been revised to include pricing specific to Parkn, and has been attached in the Header/Attachment Section in the Oracle iSupp|ier System. F. Attachment G titled "Debris Zone Map" has been added, and has been attached to the Heoder/Attachment3ectinn inthe Oracle iSupp|ier3yshem. G. Attachment H titled "Debris Zone Preference" has been added, and has been attached to the HeaderAAttachmentOection in the Oracle i3upp|iarSystem. H� The following sentence has been added to the beginning of Section 3.3 tided "Services toboProvided" subsection 4: The Cbv, acting through its Project Manager or desiQnee, reserves the right to revise the productivity rates listed below downward, before and/or after less severe event. Section 3.10 titled "OK0S Management and Reduction by Grinding", subsection 1 has been deleted in its entirety and is hereby replaced with the following: Begin grinding activities within seven (7) days of the opening of the DIMS. The collection of debris shall beconducted with adequate equipment available kz process the type of debris entering the site. The Successful Proposer must prevent stockpiling of excess debris at the OMG. Exhibit Section 3.10 titled "DMS Management and Reduction by Grinding", subsection 2 has been deleted in its entirety and is hereby replaced with the following: Obtain written approval from the City's Project Manager or designee to reduce C&D debris. If approved for reduction by the Cih/s Project Manager or designee, CQD debris shall be reduced via grinding or by compaction in order for the City to compensate the Successful Proposer(a) for reduction. |ncinerahon, and mauling ofC&O are not acceptable methods cfC&D reduction. Compaction is acceptable for C&D only, K� Section 4 titled "Submission Requirements", Subsection 4.2, Section 3 titled "Cover Letter and Executive Summary" has been deleted in its entirety and is hereby replaced with the following: Asigned and doted summary ofnot more than two (2) pages containing Propuse/soveroU Qualifications, Experience and Technical Oua|ifiuodons, as contained in the submittal. Proposer shall include the name of the orgonizatinn, business phone, email addreso, contact person and a summary of the work to be performed. L. Secdon4.bt|ed"SubnnissionRequirennenbs"Subsondon5'Sub'SubsmcdonA'hasbeon deleted in its entirety and is hereby replaced with the following: Include in detail, evidence that clearly demonstrates Proposer meets the Minimum Qualification Requirements. pursuant to Section 2.8. Minimum Qualifications Requirements, M, The following sentence has been added to the end of Section 2.23 ddod "Liquidated Damages" Subsection a: The Successful Proposer(s) will not be held liable for delays caused by the monitoring firm, N. The following are inquires received and the corresponding responses: 1. If the contract is not activated during the initial term or option to ranovv years, will the cont of the Payment and Performance bonds bereimbursed? Answer: No, 2, Section 2.8 titled Minimum Qualification Requirements, subsection b. states "Proposer shall provide a detailed |iot, of all owned trucks and equipment in its possession to service the City with Emergency Debris Removal and Disposal Services at the time of submittal. Proposer shall provide at a minimum, the type of truck or equipment, make, model, license plate number, State registered in, truck or equipment vehicle identification number ('VIM'') with pictures of all trucks and equipment, and copies of ownership, purchase, or leasing documentation for each. Failure to demonstrate an adequate number oftrucks and equipment to service this contract and to submit required detailed list of trucks and equipment with proof of ovvnership, purchase, or leasing documents may render your response non -responsive orProposer non-responsib|e" Due to common Industry practices and the realities of post disaster operations, we request that the City allow both the ownership certifications (title or lease document) of the Proposer and its prime subcontractor(s) be allowed to fulfill the equipment requirements of the RFP? Answer: Yes. The City will allow ownership certifications to be submitted (title or lease documents) with the Proposal. However, equipment owned by the Proposer and prime subcontractors, shall be labeled as such, and shall also identify, at a minimum if it's the property of the Proposer or prime subcontractor. if the |ater, include name. FBN, and number ofyears they have worked with your firm asoprime subcontractor, The information of equipment owned Exhibit by the firm vs. equipment owned by prime subcontractor will be considered as part of the evaluation process. 3. Grinding Productivity rates as described on page 57 of the Solicitation do not take into consideration potential delays that may occur at the beginning of a project, that are outside the Pnopoaer'n control, Will the City allow for grinding production rates be delayed to seven (7) work days beyond the start of Right of Way load and Haul activity? AdditionaUy, will the City add a clause to the Solicitation that allows for adjustment of the productivity rate based on the severity of the event for which the Proposer has been activated, For inotanoa, it may not be practical to achieve the posted productivity rate following a less severe event? Answer: Please refer to letters H and I above. 4, V@|| the City add a clause to the Solicitation that allows for the adjustment of the productivity rate(s) as referenced in Section 3.3 Subsection 4, based upon the severity of the event for which the Proposer has been activated? For instance, it may not be practical toachieve the posted productivity rote following o |asn severe event. Answer: Please refer to letter H above. 5. Will the City allow reduction by compaction which is FEMA acceptable for the processing of Construction and Demolition (^C&D^)debhs? Answer: Please refer toletter Jabove. OWill the City aUnvv the use of an appropriate sciosor|ift(s) in addition to wooden constructed observation towers at the OK4S sites? /\nsvvec Yes. the City will allow the use of appropriate scissor lift(s) as long as they are OSHA compliant and approved by the City's Project Manager nrdesignee in writing. 7, Can the City provide a separate pricing sheet for award of the Parks within the City? Answer: Please refer to Attachment E. Compensation Schedule that includes Pork specific pricing, and has been attached to the Header/Attachment Section in the Oracle iSupplier System 8. Is a bid bond required for FlFP #7023837 If so, what amount or percent? Answer: Ycs, please refer to Section 2.14tit|ed Performance and Payment Bond. S, How many cubic yards (''CY^) ofdebris was collected for Hurricane Irma? Answer: 547.503 (}Y's of debris was collected after hurricane Irma, 10. a\ VNU the alternate ton price hold any weight in the pricing evaluation? b) Will the City consider removing the Ton unit and |eaveCY price as is industry standard? Answer: a) Yes, the alternate ton price will be part ofthe evaluation process, b\ No. the City's intention is to utilize temporary debris managementsite(s) to the greatest extent possible at the CY pricing. Hovvever, it may be necessary in certain circumstances for debris to be hauled to the |andfiU, in which case, it would be weighed on a scale and price per ton basis. 11 How does the City plan to utilize the previous contract and the one that is currently being advertised if there is overlapping contract periods? Anavvoc There will be no overlapping of agreements, once the newaQreement(a) have been executed, the current agreements will be terminated. 12� Section 3.22 Working Hours, Pago62. number — Scope calls for Proposer to bocapable of performing OK4S operations 24/7. Please clarify if our proposed rate for DIVIS operations is to allow for 24/7 operations or does this verbiage mean that we are tofollow the daylight hzdusk statement in the general paragraph and wewould be able to provide the City a negotiated rate to cover additional personnel and overtime for a night shift to run the DK43 should the City request additional resources. Answer: Typically, the City requires UK4S operations to bmconducted during normal business operating hours (sunrise to sunseU, however. twenty-four /seven (24/7) may be required based upon the severity of the emergency prices proposed should take into consideration the possibility of work being performed outside of the normal business hours. 13.Please clarify what method ofreducing C&OdebriaviUbeaonepted—GhndinQorcompoction? Answer: The City will allow both grinding and/or compaction for the reduction of C&D debris, 14. If the City requires C&D to be reduced via grinding there is significant differences grinding C&D debris versus grinding vegetative debris increased time, significant increase in wear and tear on the equipment (replacing teeth on the grinder) and additional equipment and labor will be required. Due to these differing factorn, we request the City to add a separate line item for reduction ofC&Odebris. Answer: Please refer to the response to Question number 13 above. 15. If Attachment E is for information purposes only, and is not to be evaluated per Addendum 1, please confirm that Attachment E is to be submitted with the proposal per the instructions in the Solicitation? Answer: Attachment E. Compensation Schedule "Schedule 1^ia for information purposes only and will not be evaluated, However, Compensation Schedule 2 and Schedule 3 will be evaluated pursuant to the Solicitation documents. Attachment E. Compensation Schedule shall be completed in its entirety and included as part of the proposal submittal package. 15.Tenn and Condition 1.60, Subsection A. states "the Bidder/PnoposershaU 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, where required.", Is this simply saying to sign where it is asked for? Or are we to put all of this information on every page of all forms? Answer: Please refer to Section 4 of the Solicitation titled Submission Requirements, 17.P|ease confirm that responses can be submitted electronically through Dnsde in lieu of hard copies. Answer: No electronic submissions will be accepted please refer to refer to Section 4 of the 18, Section 4, Subsection 4�2, Format ofProposals, Section 3 states "Section 1 shall also contain an executive summary." Is the Executive Summary to be in Section 1 or Section 3? Answer: Please refer to letter above, 19,P|ease confirm that 4rF are all subsections contained in Section 4 titled Submission Requirements of Subsection 5, Proposer Information and belong together within this tab? Answer: Yes, Subsection 5 (A— F) of Section 4 titled Submission Requirements are a part of the Proposer information. 20, Section 5A, Minimum Qualification Requirements states, "The minimum qualifications for this solicitation are:" and then it doesn't state anything, There are multiple sections which include the minimum qualifications information, Please confirm that the minimum qualification information listed onpages Oand 29are what belong inthis section. Answer: Refer to letter L above, 21. Would the City consider amending the Payment and Performance Bond requirement making the $3 million Payment and Performance Bond due upon Notice to Proceed rather than upon award? Answer: No. 22. Understanding that the City intends to divide the City into four (4) quadrants and parks, will the City assign the five (5) selected Primary Providers toazone/nector/seoion upon award? Answer: Refer to letter A above. 23.Will the City bese|octing/providing DIVIS Sites. orwould the City be open toproviders locating and obtaining their own DIMS site if suitable location is available in their assigned sector? Answer: Please refer 1oSection 3,9.\iUed DIVIS Management and Operations. 24P|ease confirm that the selection process will be n "weighted evaluation" and not "lowest responsible bidder"? Answer: Yes, please refer to Section 5 titled Evaluation Criteria. 25, Please explain specifically how the pricing of one proposal will be evaluated against the pricing from another proposal, Will each price proposal be analyzed and refined to become one total number which can then bocompared tothe other proposals? Answer: Please refer toSection 5titled Evaluation Criteria, 26. Is there a requirement for invoice submission every two weeks? Please clarify? Answer: No, please refer to Section 2.21 titled "Invoice Schedule". 27.V0U a scissor lift be allowed at the Ok1S Sites for Debris Monitor use in lieu of a constructed Answer: Please refer to the response to question number 6 above. 2&VWU the Citv, bythe way of public information oampaign, work to encourage residents to separate debris at the curbside in order to avoid debris coming|ing (mixed debris) issues which dramatically impecle progress? Answer: Yes, the City has a Disaster Debris Management Plan that addresses public information to residents regarding debris segregation. 29.Oabhs narnova| providers are at times held back from debris collection by the onbomrdinQ of monitors and the truck certification process, Recognizing that there can be a delay of hours or days for rnonitoronboanding and truck oertifioationa, would the City be willing to change the language contained with the liquidated damages sections to state "upon commencement of right'of+mav/parksdebris removal activity^aaopposed to"upon contract ootivadon^? Answer: Please refer to letter M above. 3O.|sthe production schedule (Section 3.3, item 4)the basis for Liquidated Damages in Section 223? Answer: No. 31.Can the City provide a copy of the bid tabulation for the current emergency debris removal contract? Answer: The link below will provide all documentation related to the current contract |FB 274253. Emergency Debris Removal and Disposal Services. http://ar)ps.miamiqovzon/coniracts/resu|tsaapx?AutoNumber=1179&TYPE= |FB&C(]MTRACT=274253(16) Alternatively the tabulation and related documents for the previous contract are available online at vvvvvv.miamiOov,com/prourement click on "Supplier Servicea'', click on "View Current City Contracto^, on the new page that opens up, scroll to the bottom and click on ^ Click here for List ofCurrent Controcts^ These steps will take you the Contraotsvvebpoge. once there you can search for any current contracts. In the Description search bar type "emergency debris", and click on the search bar, this will bring up the contract, click onthe contract number and it will take you to the contract page with the pricing and amendments to the contract, ALL OTHER TERMS AND CONDITIONS [JFTHE RFPREMAIN THE SAME. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE RFP AND SHALL BE MADE A PART THEREOF. � Annie Pe/�=i,'�PPO, Director ofProcurement City of Miami Procurement Department AP:sf c Mario Nunez, Solid Waste Department Rafael 8uarez-Rivas, Senior Assistant City Attorney Yadissa A. Co|dermn, CPPB, Assistant Director VfProcurement Exhibit This Addendum shall be signed by an authorized representative and dated by the Proposer and Submitted asproof ofreceipt with the submission ofthe Proposal. NAME OFFIRM: DATE: SIGNATURE: Exhibit B BACKGROUND: FEMA encourages municipalities to identify disaster debris clearance and removal service providers prior to an emergency. That being said, the City of Miami ("City") is seeking proposals from qualified fn MS to provide services related to the collection, reduction, recycling, hazardous waste management, demolition, processing, hauling, and final disposition of disaster - related debris. The intent of this Solicitation is to award six (6) contracts for services within City limits, including one or more Successful Proposer(s)s to service City Parks. If multiple firms are selected there will be a clear delineation of assigned areas of work. I. TERMS AND DEFINITIONS: Definitions of key terms used in this RFP are provided below: Approved Final Disposal Site: A final disposal site approved in writing by the City's Project Manager or designee. Authorized Representative: City employees and/or contracted individuals designated as the City's Project Manager or designee. Cleanup Crew: A group of individuals or an individual employed by Successful Proposer to collect debris. Construction and Demolition ("C&D") Debris: Federal Emergency Management Agency ("FEMA") Publication 104-009-2, Public Assistance Program and Policy Guide, defines eligible C&D debris as damaged components of buildings and structures, such as lumber and wood, gypsum wallboard, glass, metal, roofing material, tile, carpeting and other floor coverings, window coverings, pipe, concrete, asphalt, equipment, furnishings, and fixtures. (Note: This definition of C&D debris is for disaster recovery purposes and is not the same definition commonly used in other solid waste documents.) Current eligibility criteria include the following: 1. Debris must be located within a designated area and be removed from an eligible applicant's improved property or right-of-way ("ROW"); 2. Debris removal must be the legal responsibility of the applicant; and 3. Debris must be a result of a major disaster. Debris: Items and materials broken, destroyed, or displaced by a natural or human -caused federally declared disaster. Examples of debris include but are not limited to trees, C&D debris, and personal property. Debris Management Site ("DMS"): A location to temporarily store, reduce, segregate, and/or process debris before it is hauled to a final disposal site. May also be referred to as a temporary debris management site ("TDMS") or temporary debris storage and reduction site ("TDSRS") or temporary debris staging and processing facility ("TDSPF"). Exhibit B Project Manager: The City will designate a Project Manager or designee, who will provide oversight for all phases of debris removal operations. Debris Removal: Picking up debris and taking it to a DMS, composting facility, recycling facility, permitted landfill, or other reuse or end -use facility. Demolition: The act or process of reducing a structure, as defined by the State of Florida or local code, to a collapsed state. It contrasts with deconstruction, which is the taking down of a building while carefully preserving valuable elements for reuse. Description of Designated Area: The designated area for debris removal is bounded by City limits and includes all public ROWs, easements, parks, and debris staging areas within the areas of the City. Disaster -Specific Guidance ("DSG"): A policy statement issued in response to a specific post - event situation or need in a state or region. Each DSG is issued a number and is generally referred to by its numerical identification. Eligible: Qualifying for and meeting the most current stipulated requirements (at the time the written NTP is issued and executed by the City to the Successful Proposer) of the FEMA Public Assistance Grant Program, FEMA Publication 104-009-2 (additional infoimation below), and all current FEMA fact sheets, guidance documents, and DSGs. Eligible also includes meeting any changes in definition, rules, or requirements regarding debris removal reimbursement as stipulated by FEMA during the course of a debris removal project. Endangered Species Act: Section 7 of the Endangered Species Act, 16 U.S.C. ,sC 1536('0(2), requires all federal agencies to consult with the National Marine Fisheries Service ("NMFS") for marine and anadromous species, or the U.S. Fish and Wildlife Service ("FWS") for fresh -water and wildlife, if they are proposing an action that may affect listed species or their designated habitat. "Action" is defined broadly to include funding, permitting, and other regulatory actions. (See 50 C.F.R. § 402.02.) Each federal agency is to ensure that any action they authorize, fund, or carry out is not likely to jeopardize the continued existence of a listed species or result in the destruction or adverse modification of a designated critical habitat. This is done through consultation. If such species may be present, the local government must conduct a biological assessment ("BA") to analyze the potential effects of the project on listed species and critical habitat to establish and justify an effect determination (assistance and coordination may be available from the State of Florida, especially with transportation projects). The federal agency reviews the BA and, if it concludes that the project may adversely affect a listed species or its habitat, it prepares a biological opinion. The biological opinion may recommend reasonable and prudent alternatives to the proposed action to avoid jeopardizing or adversely modifying the habitat. FEMA Publication 104-009-2 Public Assistance Program and Policy Guide: This publication is specifically dedicated to the rules, regulations, and policies associated with public assistance programs and the debris removal process. Familiarity with this publication and any revisions can 2 Exhibit B help a local government limit the amount of non -reimbursable expenses. The Public Assistance Program and Policy Guide provides the framework for the debris removal process authorized by the Stafford Act, including the .following: 1. Eliminating immediate threats to lives, public health, and safety. 2. Eliminating immediate threats of significant damage to improved public or private property. 3 Ensuring the economic recovery of the affected community to the benefit of the community at large. Grinding: Reduction of disaster -related vegetative debris through mechanical means into small pieces to be used as mulch or fuel. Grinding may also be referred to as chipping or mulching. Hazardous Hanging Limbs: A limb that poses significant threat to the public. The current eligibility requirements for hazardous hangers according to FEMA Publication 104-009-2 are: 1. The limbs or branches extend over the public ROW; 2. The broken limbs or branches measure two inches or larger in diameter at the point of breakage; and The limbs or branches are still hanging in a tree and threatening a public use area, e.g. trails, sidewalks, golf cart path. Hazardous Leaning Tree: A tree is considered hazardous if its condition was caused by the disaster; it is an immediate threat to lives, public health and safety, or improved property; it has a diameter of six (6) inches or greater measured 4.5 feet above ground level; and one or more of the following criteria are met (according to FEMA Publication 104-009-2): 1. The tree has a split trunk. 2. The tree has a broken canopy. 3. The tree is leaning at an angle greater than thirty (30) degrees. Hazardous Stump: A stump is defined as hazardous and eligible for reimbursement if all of the following criteria are met. The current eligibility requirements for hazardous hangers according to FEMA Publication 104-009-2 are: 1. The stump has fifty (50) percent or more of the root ball exposed. 2. The stump is 2 feet or larger in diameter when measured 2 feet from the ground. 3. The stump is located on a public ROW. 4. The stump poses an immediate threat to public health and safety. Loose stumps (not attached to the ground) and stumps under two feet in diameter measured 2 feet from the ground and meeting the criteria 2.18.1 (a) (c) and (d) above will be removed as ROW Vegetative Debris as outlined in Section 3.5. Exhibit B Historic Preservation: In certain instances, debris operations may occur in designated areas (for example, DMS locations or private property) that are subject to historical preservation rules and regulations. Household Hazardous Waste ("HHW"): The Resource Conservation and Recovery Act ("RCRA") defines hazardous waste as materials that are ignitable, reactive, toxic, corrosive, or meet other listed criteria. Examples of eligible HHW include items such as paints, cleaners, pesticides, etc. The eligibility criteria for FIHW are as follows: . HHW must be located within a designated area and be removed from an eligible applicant's improved property or ROW. 2. HHW removal must be the legal responsibility of the applicant. 3. HHW must be a result of a major disaster. The collection of commercial disaster -related hazardous waste is generally not eligible for reimbursement. Commercial hazardous waste will only be collected by Successful Proposer with written authorization by City's Project Manager or designee. Hazardous waste must be disposed of in accordance with all rules and regulations of local, state, and federal regulatory agencies. Monitor: Person that observes day-to-day operations of debris removal crews and provides documentation of contract line items as well as QA/QC of documentation completed in the field. FEMA sets forth guidelines for eligibility. Eligibility determinations are not complete until they are reviewed by QA/QC staff prior to the approval of invoices. Monitor and Successful Proposer shall work together to ensure eligible work is being performed meeting the City's expectations and contractual requirements and complying with all applicable federal, state, and local regulations. May also be referred to as a field inspector. Personal Protective Equipment (PPE): Equipment worn to minimize exposure to a variety of hazards. Recycling: The recovery or use of wastes as a raw material for making products of the same or different nature as the original product. Refrigerant: Ozone -depleting compound that must be removed from white goods or other refrigerant -containing items prior to recycling or disposal. Right -of -Entry (ROE): As used by FEMA, the document by which a property owner confers to the City or its Successful Proposer or the U.S. Army Corps of Engineers the right to enter onto private property for a specific purpose without committing trespass. Right -of -Way (ROW): The portions of land over which facilities such as highways, railroads, or power lines are built. It includes land on both sides of the facility up to the private property line. 4 Exhibit B Scale/Weigh Station: A scale used to weigh trucks as they enter and leave a landfill. The difference in weight determines the tonnage dumped. and a tipping fee is charged accordingly. It also may be used to determine the quantity of debris picked up and hauled. Tipping Fee: A fee charged by landfills or other waste management facilities based on the weight or volume of debris dumped. May also be referred to as a disposal fee. Used Electronics: End -of -life electronics (typically televisions, computers, and related components) that have been damaged by the disaster. May also be referred to as e-waste. Vegetative Debris: Damaged and disturbed trees, tree limbs, bushes, shrubs, brush, untreated lumber, and wood products. Remains of standing trees that are clearly damaged beyond salvage. White Goods: As outlined in FEMA Publication 104-009-2, eligible white goods are defined as discarded household appliances such as refrigerators, freezers, air conditioners, heat pumps, ovens, ranges, washing machines, dryers, and water heaters. White goods can contain ozone - depleting refrigerants, mercury, or compressor oils that the federal Clean Air Act prohibits from being released into the atmosphere. The Clean Air Act specifies that only qualified technicians can extract refrigerants from white goods before they can be recycled. The eligibility criteria for white goods are as follows: 1. White goods must be located within a designated area and be removed from an eligible applicant's improved property or ROW. 2. White goods removal must be the legal responsibility of the applicant. 3. White goods must be a result of a major disaster. 2. SERVICES TO BE PROVIDED: Successful Proposer shall: 1. Have the capacity to manage a major workforce with multiple Subcontractors and to cover the expenses of a major disaster recovery effort prior to being paid by City. The Successful Proposer is responsible for all payments to Subcontractors according to the terms of their contract whether or not their invoice has been paid by the City. Established management teams must be in place. 2. Have the resources to provide the equipment and personnel necessary to cover a major disaster recovery effort. Upon activation by the City, the Successful Proposer shall have the capability to have equipment and operators on site within 72 hours to respond to the incident. 3. Load, transport, reduce, and properly dispose of all disaster -generated debris once City issues a written NTP or PO to Successful Proposer, unless otherwise directed in writing by the City's Project Manager or designee. The City reserves the right to utilize one (1) or more Successful Proposer to remove debris efficiently. The City also reserves the right to utilize 5 Exhibit B different Successful Proposer for various elements including, but not limited to, emergency road clearance, right of way debris removal, and DMS management. 4. The City, acting through its Project Manager or designee, reserves the right to revise the productivity rates listed below downward, before and/or after less severe event. Load and transport debris according to the production rate schedule below. • Up to fifty thousand (50,000) cubic yards ten (10) calendar days from written NTP or PO. • Up to one hundred fifty thousand (150,000) cubic yards fifteen (15) calendar days from written NTP or PO. • Up to two hundred fifty thousand (250,000) cubic yards thirty (30) calendar days from written NTP or PO. • Up to five hundred thousand (500,000) cubic yards sixty (60) calendar days from written NTP or PO. • Greater than five hundred thousand (500,000) cubic yards after sixty (60) calendar days, one hundred fifty thousand (150,000) cubic yards every fifteen (15) calendar days thereafter. Payment for disposal costs (such as tipping fees) incurred by Successful Proposer at a City - approved final disposal site that meets local, state, and federal regulations for disposal will be reimbursed by City as a pass -through cost. Prior to reimbursement by the City, Successful Proposer shall furnish an invoice in hard copy and electronic formats, all scale or load tickets issued by the disposal facility, and proof of Successful Proposer payment to the disposal facility. 5. Remove debris from municipal roadways at the direction of the City's Project Manager or designee. The City may also authorize the Successful Proposer to remove debris from Non -City roadways or other areas as directed in writing by the City's Project Manager or designee. All debris identified by City's Project Manager or designee shall be removed. 6. Make up to two (2) complete passes through the City's limits, removing all debris along each ROW. The City's Project Manager or designee may or may not require the Successful Proposer to perform a third (3rd) pass. Partial removal of debris piles is strictly prohibited. 7. Not move from one designated area to another designated area without prior approval from the City's Project Manager or designee. Any eligible debris (such as fallen trees) that extends onto the ROW from private property shall be cut at the point where it enters the ROW, and the part of the debris that lies within the ROW shall be removed. 8. Not enter onto private property during the performance of this contract unless specifically authorized in writing by the City's Project Manager or designee. 9. Deliver debris to DMS and final disposal sites that have been permitted to receive disaster debris and will adhere to all local, state, and federal regulations. Debris shall be reasonably compacted into the hauling vehicle. No limbs or branches shall be allowed to protrude more than six (6) inches beyond the sides of the truck bed. Any debris extending above the top of the truck 6 Exhibit B bed shall be secured in place to prevent it from falling off. Measures must be taken to prevent debris from blowing out of the hauling vehicle during transport to the disposal site. All debris will be mechanically loaded. Hauling vehicles that are hand -loaded or that require mechanical assistance for dumping will not be permitted to clump at DMS(s), unless approved in advance by City's Project Manager or designee. Loose leaves and small debris in excess of one (1) bushel basket shall be removed within the designated area. No debris shall be left on the road surface. No single piece of debris larger than six (6) inches in any dimension shall be left on site. Hand crews and rakes will be required. 10. Provide an on -site project manager to the City's Project Manager or designee. The project manager shall provide the City's Project Manager or designee with a telephone number at which the project manager can be reached throughout the project. The project manager will be expected to have daily meetings with City representatives. Daily meeting topics may include, but are not be limited to, volume of debris collected, completion progress, local coordination, and damage repairs. City's Project Manager or designee may adjust the frequency of meetings. Successful Proposer project manager must be available 24 hours -a -day, or as required by the City's Project Manager or designee. The City does not warrant or guarantee the availability or use of any final disposal sites. 11. Coordinate directly with owners of all final disposal sites. All final disposal sites must he approved in writing by City's Project Manager or designee. 12. Remain legally responsible for the handling, reduction, and final haul -out and disposal of all reduced and unreduced debris from DMS sites. Payment for disposal costs (such as tipping fees) incurred by the Successful Proposer at permitted disposal facilities, or other City -approved sites that meet local, state, and federal regulations for disposal, will be made at the cost incurred by the Successful Proposer. The Successful Proposer shall furnish a copy of the invoice received by the disposal facility, all scale or load tickets issued by the disposal facility, and proof of Successful Proposer payment to the disposal facility. 13. 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. 14. Be capable of assembling, directing, and managing a workforce that can be fully operational in debris management operations in a maximum of seventy-two (72) hours or sooner, depending on the extent of the disaster. Operations must begin within seventy-two (72) hours of notification by the City's Project Manager or designee. Depending on the category of the event, the City's Project Manager or designee may request immediate mobilization. Debris management activities reimbursed through federal disaster programs may occur in areas protected by the Endangered Species Act. For any project that requires a federal permit or receives federal funding is subject to Section 7 (see Section 2.13 Endangered Species Act). Successful Proposer and City will comply with the findings of the Section 7 Endangered Species Act consultation, if applicable. 7 Exhibit B . EMERGENCY ROAD CLEARANCE: Work shall be inclusive of all labor, equipment, fuel, and miscellaneous costs necessary to clear and remove debris from City roadways and waterways to make them passable immediately following a declared disaster. All roadways designated by the City shall be clear and passable within a reasonable amount of time as overseen by the City. What constitutes a reasonable period for emergency push operations will be defined by the City at the time of a written NTP or PO. This may include roadways in municipalities within the City. Roadways will be cleared as directed by the City's Project Manager or designee. The Successful Proposer shall assist the City and its representatives in ensuring proper documentation of emergency road clearance activities by documenting the type of equipment and/or labor utilized (that is, certification), starting and ending times, and zones/areas cleared. Services performed under this contract element will be compensated using a mutually agreed upon Hourly Labor and Equipment Price Schedule (Schedule 1). 4. ROW VEGETATIVE DEBRIS REMOVAL: Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary to pick up and transport eligible disaster -related vegetative debris from the City ROW to a City -approved DMS or approved final disposal site in accordance with all federal, state, and local regulations. The City may elect not to open a DMS and may direct the Successful Proposer to haul directly to a final disposal site. Vegetative debris in the City ROW is defined as debris resulting from a hurricane or other natural or human -caused disaster, which has been or will be placed along public ROWs, easements, City parks, alleys, City debris staging areas, and other areas as designated by the City. For the purposes of this contract, eligible vegetative debris that is piled in immediate proximity to the actual legal street ROW and that is accessible from the ROW line with loading equipment (that is, not behind a fence or other physical obstacle) will be deemed to be on the ROW, and is to be removed. Successful Proposer shall: 1. Remove vegetative debris as directed by the City's Project Manager or designee. 2. Remove all eligible debris from each location before proceeding to the next location, unless otherwise directed by City's Project Manager or designee. 3 Provide traffic control as conditions require or as directed by the City's Project Manager or designee. 4. Only enter onto private property for the removal of eligible vegetative debris when directed by the City's Project Manager or designee. City will provide specific ROE legal and operational procedures. 5. ROW C&D DEBRIS REMOVAL: Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary to pick up and transport eligible C&D debris from the City ROW to a 8 Exhibit B City -approved DMS or final disposal site in accordance with all federal, state, and local regulations. C&D debris in the City ROW is defined as disaster -generated debris that has been or will be placed along public ROW, easements, City parks, alleys, and City debris staging areas. For the purposes of this contract, Eligible C&D debris that is piled in immediate proximity to the ROW and that is accessible from the ROW line with loading equipment (that is, not behind a fence or other physical obstacle) will be deemed to be on the ROW, and is to be removed. Successful Proposer shall: 1 Remove C&D debris from the ROW as directed by the City's Project Manager or designee. 2. Proceed immediately to a City -approved DMS or final disposal site as specified by the City's Project Manager or designee, once the debris removal vehicle has been issued a load ticket from the City's Project Manager or designee The debris removal vehicle will not collect additional debris once a load ticket has been issued. 3. Remove all eligible debris from each location before proceeding to the next location, unless otherwise directed by the City's Project Manager or designee. 4. Provide traffic control as conditions require or as directed by the City's Project Manager or designee. 5. Only enter onto private property for the removal of eligible C&D debris when directed by the City's Project Manager or designee. City will provide specific ROE legal and operational procedures. 6. Monitor C&D debris for collection, complete haul, and delivery at the approved DMS or final disposal sites. City's Project Manager or designee will obtain the original copy of the disposal or scale ticket showing the inbound and outbound collection vehicle weights. 6. DEMOLITION, REMOVAL, TRANSPORT, AND DISPOSAL OF NON-RACM STRUCTURES: Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary to decommission, demolish, and dispose of eligible non -regulated asbestos -containing material ("non-RACM") structures on private property within the jurisdictional limits of the City. Under this service, work will include asbestos -containing material ("ACM") testing, decommissioning, structural demolition, debris removal, and site remediation. Further, eligible debris generated from the demolition of non-RACM structures, as well as scattered C&D debris on private property, will be transported to a City -approved final disposal site in accordance with all federal, state, and local regulations. Successful Proposer shall: . Remove and transport demolished structures and scattered C&D debris on private property as identified by the City's Project Manager or designee. 9 Exhibit B 2. Only enter onto private property when directed by the City. City will provide specific ROE legal and operational procedures. 3 Strictly adhere to all local, state, and federal regulations (such as obtaining demolition permits) for the demolition, handling, and transportation of non-RACM structures. 4. Decommission and dispose of all HHW, used electronics, white goods, and scrap tires from a non-RACM structure at a properly sanctioned facility in accordance with all applicable federal, state, and local regulations. 5. Advise the City's Project Manager or designee of any structurally unsound and unsafe structures for direction regarding decommissioning. 6. Only remove and transport eligible non-RACM demolished structures and eligible scattered C&D debris on private property as directed in writing by the City's Project Manager or designee. 7. Proceed immediately to a City approved final disposal site, once the debris removal vehicle has been issued a load ticket from the City's Project Manager or designee. The debris removal vehicle will not collect additional debris once a load ticket has been issued. 8. Only Enter onto private property for the removal of eligible C&D debris when directed in writing by the City's Project Manager or designee. City will provide specific ROE legal and operational procedures for private property debris removal programs if requested. 7. DEMOLITION, REMOVAL, TRANSPORT, AND DISPOSAL OF RACM STRUCTURES: Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary to decommission, demolish, and dispose of eligible RACM structures on private property within the jurisdictional limits of the City. Under this service, work will include ACM testing, decommissioning, structural demolition, debris removal, and site remediation. Further, eligible debris generated from the demolition of structures, as well as eligible scattered C&D debris on private property, will be transported to a City -approved final disposal site in accordance with all federal, state, and local regulations. Successful Proposer shall: Adhere to all local, state, and federal regulatory requirements (such as obtaining demolition permits, burrito wrapping of debris, etc.) for the demolition, handling, and transportation of RACM structures. 1. Decommission and dispose of all HHW, e-waste, white goods, and scrap tires from an RACM structure at a properly sanctioned facility in accordance with all applicable local, state, and federal regulations. 2. Identify any structurally unsound and unsafe structures and presented to the City's Project Manager or designee for direction regarding decommissioning. 3 Remove and transport eligible RACM demolished structures and eligible scattered C&D debris on private property as directed in writing by the City's Project Manager or designee. 10 Exhibit B 4. Proceed immediately to a City approved final disposal site that accepts RACM debris, once the debris removal. vehicle has been issued a load ticket from the City's Project Manager or designee. The debris removal vehicle shall not collect additional debris once a load ticket has been issued. 5. Only Enter onto private property for the removal of eligible RACM, and C&D debris when directed in writing by the City's Project Manager or designee. City will provide specific ROE legal and operational procedures for private property debris removal programs if requested. 8. DMS MANAGEMENT AND OPERATIONS: Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary to manage and operate DMS(s) for the acceptance, management, segregation, staging, and reduction of disaster debris. Reduction methods must be approved by the City's Project Manager or designee prior to commencement of reduction activities. DMS layouts and ingress and egress plans must be approved by the City's Project Manager or designee. City may provide Successful Proposer with potential DMS(s). Successful Proposer will be responsible for documenting the condition of the sites prior to their use as DMS(s), and for returning the DMS(s) to their original condition, abiding by all local, state, and federal environmental regulatory requirements. If City DMS locations are identified, the Successful Proposer will be provided with the address, Global Positioning System ("GPS") coordinates, and estimated acreage of each DMS. Based on the severity of the disaster, the City may require Successful Proposer to locate additional sites to be used for debris management. If private sites are identified to be leased, the Successful Proposer with written approval from the City's Project Manager or designee, may be tasked with executing the lease and shall bill these costs to the City as a pass -through. The Successful Proposer shall: I. Conduct pre -condition baseline underground water and soil sampling and testing of DMS as well as comparable closeout sampling and testing. 2. Comply with all local, state, and federal safety and environmental standards for DMS(s) operations and remediation. Reduction, handling, disposal, and remediation operations shall be approved in writing by the City's Project Manager or designee. The City reserves the right to inspect the sites, verify quantities, and review operations at any time. 3 Manage DMS location including helping to obtain necessary local, state, and federal permits or approval and operate in accordance with all rules and regulations of local, state, and federal regulatory agencies, which may include but are not limited to the U.S. Environmental Protection Agency ("EPA"), Florida Department of Environmental Protection ("DEP"), Florida Division of Historical Resources, or other state and county agencies Successful Proposer shall also be responsible for all costs associated with third - party groundwater and soil testing. 11 Exhibit B 4. Clearly segregate and manage independently debris types (i.e., C&D, vegetative, white goods, and other scope of service items), program (ROW collection, private property debris removal, etc.), as outlined in Section 3.2 Definitions, Description of Designated Area. 5. Be responsible for maintaining the DMS(s) approach and interior road(s) for all weather conditions for the entire period of debris hauling, including provision of crushed concrete for any roads that require stabilization for ingress and egress. 6. Be responsible for all associated costs necessary to provide DMS(s) traffic control e.g., traffic cones and staff with traffic flags). 7. Be responsible for all associated costs necessary to provide DMS(s) dust control and erosion control e.g., an operational water truck, silt fencing, and other best management practices). 8. Be responsible for providing twenty-four (24)-hour security at DMS(s). 9. Only permit Successful Proposer vehicles and others specifically authorized by the City's Project Manager or designee on DMS locations. 10. Be responsible for all associated costs necessary to provide DMS(s) utilities (e.g., water, lighting, and portable toilets, etc.). 11. Be responsible for all associated costs necessary to provide DMS(s) fire protection (e.g., an operational water truck, sufficient and equipped for fire protection, fire breaks, and a site foreman). 12. Be responsible for all associated costs necessary to provide qualified personnel, as well as lined containers or containment areas, for the segregation of visible HHW/contaminants that may be mixed with disaster debris. The cost associated with qualified personnel and lined containers/containment areas for HHW/contaminant segregation is reflected in this scope of work. The City will be responsible for disposing of HHW/contaminant material segregated and stored in lined containers at the DMS(s) 13. Provide tower(s) from which the City's Project Manager or designee can make volumetric load calls. The tower provided by the Successful Proposer will meet required minimum specifications, detailed in Section 3.23 Debris Site Tower Specifications. 14. Be responsible for operating the DMS(s) in accordance with OSHA, EPA, and DEP guidelines. 15. Restore the DMS(s) to original condition upon completion of haul out activities at their own expense, abide by all local, state, and federal environmental regulatory requirements, and obtain a written release from the City's Project Manager or designee. Site remediation will include, but is not limited to, ensuring all debris, mulch, and other residual material is adequately removed, original site grade and other physical features including sodding are returned to original condition. Site remediation will also include returning all utilized sites to their original condition as verified through soil and groundwater samples. Site remediation will abide by all state and federal environmental regulatory requirements and is subject to final approval by the City' Project Manager or designee, and DEP. Site remediation will not include restoring fencing, concession stands, lighting, and other permanent structures that may have been demolished at the City's direction for DMS(s) operations. 9, DMS MANAGEMENT AND REDUCTION BY GRINDING: 12 Exhibit B Work shall be inclusive of all labor, equipment, fuel, and miscellaneous costs necessary to reduce disaster debris by grinding. Reduction methods are at the discretion of the City's Project Manager or designee. Grinding must be approved by the City's Project Manager or designee prior to commencement of reduction activities. All unreduced disaster debris must be staged separately from reduced debris at the DMS(s). Successful Proposer shall: Begin grinding activities within seven (7) days of the opening of the DMS. The collection of debris shall be conducted with adequate equipment available to process the type of debris entering the site. The Successful Proposer must prevent stockpiling of excess debris at the DMS 2. Obtain written approval from the City's Project Manager or designee to reduce C&D debris. If approval for reduction by the City's Project Manager or designee, C&D debris shall be reduced via grinding or by compaction in order for the City to compensate the Successful Proposer for reduction. Incineration, and mauling of C&D are not acceptable methods of C&D reduction. Compaction is acceptable for C&D only. 10. DMS MANAGEMENT AND REDUCTION BY INCINERATION: Work shall be inclusive of all labor, equipment, fuel, and miscellaneous costs necessary to reduce disaster debris by incineration. Reduction methods (controlled open-air incineration and air curtain burning) are at the discretion of the City. Incineration must be approved by the City's Project Manager or designee prior to commencement of reduction activities. All unreduced disaster debris must be staged separately from reduced debris at the DMS(s). 11. HAUL -OUT OF REDUCED DEBRIS FROM DMS TO FINAL DISPOSAL SITE: Work shall be inclusive of all labor, equipment, fuel, traffic control costs, and associated costs necessary to load and transport reduced eligible material (such as ash, compacted C&D, or mulch) from a City -approved DMS(s) to a City -approved final disposal site in accordance with all local, state, and federal regulations. All unreduced disaster debris must be transported to a final disposal site separately from reduced debris. Successful Proposer shall: Provide the name and address of each disposal site to be used along with the name and the telephone number of a responsible party for each site, prior to commencing the work. 2. Not use any disposal site without the written consent of the City's Project Manager or designee. All costs and fees associated with the disposal of debris shall be reviewed for reasonableness by the City's Project Manager or designee prior to issuing any such authorization. 3 Initiate and manage the execution of a written three -party agreement between the disposal site owner/operator, Successful Proposer, and City for permission to post a City inspector at the site for verification of each load disposed. 13 Exhibit B 4. Provide a sufficient number of debris site towers and/or certified scales meeting City specifications to provide for the efficient delivery of waste streams without excessive wait times. The City's Project Manager or designee shall decide what constitutes an excessive wait time. To the extent that the City determines that additional towers and/or scales are required, additional towers shall be operational within forty-eight (48) hours of the City's request and certified scales shall be operational within five (5) business days of the City's Project Manager or designee request. 5. Issue a written summary for each disposal site of the quantity, type, and origin of waste delivered upon completion of disposal operations. 6. Not receive any payment from the City for haul -out or load tickets related to reduced or tuu-educed debris transported and disposed of at a final disposal site that was not approved by City. 12. REMOVAL OF HAZARDOUS LEANING TREES AND HANGING LIMBS: Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary to remove all eligible hazardous leaning trees six (6) inches or greater in diameter, measured four and a half (4.5) feet from the base of the tree, and eligible hazardous hanging limbs two (2) inches or greater in diameter at the point of the break in the City ROW. Further, debris generated from the removal of eligible hazardous leaning trees and eligible hazardous hanging limbs two (2) inches or greater in diameter at the point of the break in the City ROW will be placed in the safest possible location on the City ROW and subsequently removed in accordance with Section 3.5 of this RFP. Eligible hazardous leaning trees less than six (6) inches in diameter, measured four and a half (4.5) feet from the base of the tree, will be flush cut, loaded, and removed in accordance with Section 3.5 of this RFP. The City will not compensate the Successful Proposer for cutting leaning trees less than six (6) inches in diameter on a unit rate basis. The collection of all eligible hazardous leaning trees and eligible hazardous hanging limbs shall be performed on the same day as the cut work. If there is insufficient room for safe placement along the City ROW, then the Successful Proposer shall load the resulting debris as eligible hazardous leaning trees or eligible hazardous hanging limbs as they are removed. Eligible hazardous leaning trees will be identified by the City's Project Manager or designee for removal. Removal and transportation of hazardous leaning trees six (6) inches or greater in diameter on the City ROW or private property will be identified by the City's Project Manager or designee. All disaster -specific eligibility guidelines regarding size and diameter of hazardous leaning trees will be communicated to the Successful Proposer in writing by the City's Project Manager or designee. For hazardous leaning trees to be removed and eligible for reirnbursement, the tree must satisfy a minimum of one (1) of the following requirements: 1. The tree has a broken canopy. 2. The tree has a split trunk. 3. The tree has fallen or been uprooted within a public use area. 4. The tree is leaning at an angle greater than thirty (30) degrees. 14 Exhibit B Eligible hazardous hanging limbs will be identified by the City's Project Manager or designee for removal. Removal and placement of eligible hazardous hanging limbs two (2) inches or greater in diameter at the point of the break and on the City ROW or private property will be identified by the City's Project Manager or designee. All disaster -specific eligibility guidelines regarding size and diameter of limbs will be communicated to the Successful Proposer in writing by the City's Project Manager or designee. For hazardous hanging limbs to be removed and eligible for payment, the limb must satisfy all ofthe following requirements: 1. The limb is two (2) inches or greater in diameter at the point of the break. 2. The limb is still hanging in a tree and threatening a public use area. 3. The limb is located on improved public property. 13. Removal of Hazardous Stumps: Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary to remove all hazardous uprooted stumps two (2) feet or greater in diameter, measured two (2) feet from the base of the tree, in the City ROW. Any voids not backfdled immediately following hazardous stump removal shall have measures taken in order to protect public health and safety. Further, debris generated from the removal of eligible hazardous uprooted stumps in the City ROW will be placed in the safest possible location on the ROW and subsequently removed in accordance with Section 3.5 of this RFP. Stumps measured two (2) feet from the base of the tree and less than two (2) feet in diameter will be considered non-nal vegetative debris and will be removed in accordance with Section 3.5 of this RFP. City will not compensate Successful Proposer for removing hazardous stumps less than two (2) feet in diameter on a unit rate basis and instead will be considered normal vegetative debris. The diameter of stumps less than two (2) feet will be converted into a cubic yardage volume based on the published FEMA Stump Conversion Table (see Attachment 1, FEMA Stump Conversion Table) and will be removed under the terms and conditions of Section 3.5 of this RFP. Eligible hazardous stumps will be identified by the City's Project Manager or designee for removal. Removal and transportation of hazardous uprooted stumps in the City ROW and private property will be performed as identified by the City's Project Manager or designee. All disaster - specific eligibility guidelines regarding size and diameter of hazardous stumps will be communicated to Successful Proposer in writing by the City's Project Manager or designee. For hazardous stumps to be removed and eligible for reimbursement, the stump must satisfythe following requirements: o Over fifty (50) percent of the tree crown is damaged or broken and heartwood is exposed. o Fifty (50) percent or more of the root ball is exposed. o The stump is on City ROW and poses an immediate threat to public health, safety, or welfare. . Stumps that are not attached to the ground will be considered normal vegetative debris and will be subject to removal under the terms and conditions of Section 3.5. Stumps with less than fifty (50) percent of the root ball exposed shall be flush 15 Exhibit B cut to the ground. The stump portion of the tree will not be removed but the residual debris (that is, tree trunk) will be removed under the terms and conditions of Section 3.5. The cubic yard volume of the unattached stump will be based on the diameter conversion using the published FEMA Stump Conversion Table (see Attachment 1, FEMA Stump Conversion Table). 2. The City's Project Manager or designee will measure and certify all stumps before removal. 3 Stumps shall only be collected after the City's Project Manager or designee and the Successful Proposer document and perform the following: o Location — Determine that the uprooted stump is located on improved public property or a public ROW. Record and document the location using photography, map depiction, and specific descriptive notations. o Size — Measure and record the diameter of the stump to be removed at the appropriate location. o Marking — Eligible stumps will be marked and uniquely numbered with green paint. Ineligible stumps will be marked with red paint. o Stump Worksheet — Hazardous Stump Worksheet provided by the monitoring fiiiii(s) will be completed in full for each stump to capture the following infon-nation: (1) names and signatures of parties present; (2) physical location (street address, road cross streets, etc.); (3) stump number; (4) size of the stump; and (5) date of stump removal. 4. The unit stump price shall include (but not be limited to) stump extraction, stump cavity filling with compacted soils and installation of seed and/or sod, stump hauling, and stump reduction, 14. ROW WHITE GOODS DEBRIS REMOVAL: Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary for the collection of white goods from the ROW, removal of refrigerants, transportation to a City -approved DMS, decontamination, and transportation to the City's approved final disposal site. Successful Proposer shall: Ensure white goods containing refrigerants have such refrigerants removed by the Successful Proposer's qualified technicians prior to mechanical loading. White goods can be collected without first having refrigerants removed if the white goods are manually placed into a hauling vehicle with lifting equipment so that the elements containing refrigerants are not damaged. 2. Remove, transport, and dispose of white goods including obtaining all necessary local, state, and federal handling permits, and operating in accordance with all local, state, and federal regulatory agencies. Note: There are no disposal fees for residential white goods. 15. USED ELECTRONICS: 16 Exhibit B Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary for the removal, transportation, and proper disposal of eligible used electronics from the ROW to the City -approved final disposal site. Eligible used electronics includes but is not limited to, disaster -damaged televisions, computers, computer monitors, and microwaves in areas identified and approved by the City's Project Manager or designee. Successful Proposer shall recycle or dispose of all eligible used electronics in accordance with all local, state, and federal regulations. 16. HOUSEHOLD HAZARDOUS WASTE REMOVAL, TRANSPORT, AND DISPOSAL: Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary for the removal, transportation, and disposal of EIHW. Successful Proposer shall: Remove, transport, and dispose of HHW including obtaining all necessary local, state, and federal handling permits, and shall operate in accordance with all local, state, and federal regulations. Provide collection vehicles which shall be capable of transporting HHW materials from the ROW to approved final disposal sites. All hazardous waste collection personnel shall wear Level D PPE and have a means of communication (e.g., cell phone or radio) for safety and operational purposes. Successful Proposer'(s) personnel shall observe all applicable safety requirements for the handling of HHW in accordance with applicable regulations. All HHW shall be examined prior to collection to ensure it is free of other more serious contaminants, including polychlorinated biphenyls ("PCB"). Such serious and non -qualifying non-HHW waste shall be noted and scheduled for separate recovery by the City or Successful Proposer as directed by the City's Project Manager or designee. Debris identified as HHW shall be collected and placed in poly bags for temporary storage during transport to the approved final disposal site. As instructed by the City's Project Manager or designee, remove HHW from DMS to approved final disposal site. 17. ABANDONED VESSEL AND VEHICLE REMOVAL: Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary for the removal and haul -out of eligible vessels and vehicles in areas identified and approved by the City's Project Manager or designee. The removed eligible vehicles will be hauled to a City -approved staging area and subsequently disposed of by the appropriate regulatory agency. The removal, transportation, and disposal required for abandoned vessel and vehicle removal includes obtaining all necessary local, state, and federal handling peiiiiits and operating in accordance with all local, state, and federal regulations. 18. ANIMAL CARCASS REMOVAL AND DISPOSAL: 17 Exhibit B Work shall be inclusive of all labor, equipment, fuel, traffic control costs, toll costs, and other associated costs necessary for the removal, transportation, and lawful disposal of dead animal carcasses in areas identified and approved by the City's Project Manager or designee to an approved final disposal site. The carcasses will be hauled to a City -approved staging area and subsequently disposed of by the appropriate regulatory agency. Successful Proposer shall: 1. Coordinate activities with the appropriate local animal control agency; and Remove, transport, and dispose of animal carcasses including obtaining all necessary local, state, and federal handling permits and shall operate in accordance with all local, state, and federal regulations. 19. OTHER DEBRIS REMOVAL WORK: Neither the Successful Proposer nor any Subcontractor shall solicit work from private citizens or others to be performed in the designated work areas during the term of this Agreement. City reserves the right to require Successful Proposer to dismiss or remove from the project, any workers as the City sees necessary. Any debris removal vehicles dismissed from the project shall have their issued placard removed and destroyed (for additional information refer to Section 3.29 Documentation and Measurement). 20. USE OF LOCAL RESOURCES: Successful Proposer will be able to use their own Subcontractor resources to meet the obligations of the Contract. FEMA encourages using local resources. The City will establish the extent to which Successful Proposer shall use local resources. It is expected that the Successful Proposer shall source at least thirty (30) percent of Subcontractors and resources from within the disaster area, including, but not limited to, procuring supplies and equipment, awarding subcontracts, and employing workmen at the City's discretion (when available). Successful Proposer shall provide a list of Subcontractors which they anticipate utilizing with proposal submission. 21. WORKING HOURS: Working hours of this Contract shall only be during daylight hours, Monday through Sunday, or as otherwise instructed by the City's Project Manager or designee. No work outside of these hours shall be allowed unless approved in writing by the City's Project Manager or designee. Successful Proposer shall: 1 Conduct debris removal operations that generate noise levels above that normally associated with routine traffic flow during daylight hours only; 2. Perform work seven (7) days per week, with adjustments to work hours, as local conditions may dictate, in coordination with the City's Project Manager or designee; and 18 Exhibit B . Be capable of conducting volumetric reduction operations at DMS locations on a twenty- four-(24)-hour, seven-(7)-day-a-week basis, unless otherwise directed by the City's Project Manager or designee 22. DEBRIS SITE TOWER SPECIFICATIONS: Successful Proposer shall provide as many towers as designated by the City's Project Manager or designee at each disposal site for the use of City representatives during their inspection of dumping operations. If ingress and egress of the DMS(s) is of significant distance that the City's Project Manager or designee are unable to verify the entering and exiting trucks, Successful Proposer may be required to provide a second tower. The inspection platform of the tower shall be constructed at a minimum height of ten (10) feet from surrounding grade to finish floor level, have a minimum eight (8) feet by eight (8) feet of usable floor area, be covered by a roof with two (2) feet overhangs on all sides, and he provided with appropriate railings and a stairway. The platform shall be enclosed, starting from platform floor level and extending up four (4) feet on all four (4) sides. The expense incurred by the Successful Proposer for the construction of towers is an overhead expense, and considered part of the Successful Proposer compensation under the terms and conditions of Successful Proposer Compensation Schedule. Successful Proposer shall provide a minimum of one (1) portable toilet at each DMS for the use of City's Project Manager or designee during their inspection of operations. The toilet shall be provided prior to start of any operations and will be kept in a sanitary condition by the Successful Proposer throughout operations. The expense incurred by the Successful Proposer for the operation of portable toilets is an overhead expense considered part of the Successful Proposer's compensation under the terms and conditions of Successful Proposer Compensation Schedule. 2. Care shall be taken to place tower at a sufficient distance away from any reduction/dumping operations. If necessary, operations may be temporarily suspended by City personnel clue to unsuitable conditions at the tower. 23. EQUIPMENT: 1. All trucks and other equipment shall comply with all applicable local, state, and federal regulations. Any truck used to haul debris shall be capable of rapidly unloading without the assistance of other equipment, and shall be equipped with a tailgate that will effectively contain the debris during transport and permit the truck to be filled to capacity. Sideboards or other extensions to the bed are allowable provided they meet all applicable regulations, cover the front and both sides, and are constructed to withstand severe operating conditions. Sideboards are to be constructed of two (2)-inch by six (6)-inch boards or greater and shall not extend more than two (2) feet above the metal bedsides. Trucks or equipment certified with sideboards shall maintain such sideboards and keep them in good working condition. To ensure compliance, equipment will be inspected by the City's Project Manager or designee prior to its use by Successful Proposer. 19 Exhibit B 3 Trucks or equipment designated for use under this Contract shall not be used for any other work during the working hours of this Contract. Successful Proposer shall not solicit work from private citizens or others to be performed in the designated area during the period of this Contract. Under no circumstances shall Successful Proposer mix debris hauled for others with debris hauled under this Contract. 4. Debris shall be reasonably compacted into the hauling vehicle. Any debris extending above the top of the bed shall be secured in place to prevent it from falling off. Measures shall be taken to prevent debris from blowing out of the hauling vehicle during transport to an approved DMS or an approved final disposal site. 5. Equipment used under this Contract shall be rubber tired and sized properly to fit loading conditions. Excessively large equipment (100 cubic yards and up) and non -rubber tired equipment shall be approved for use on the road by the City's Project Manager or designee. 6. Hand -loaded vehicles are prohibited unless pre -authorized in writing by the City's Project Manager or designee following the event. All hand -loaded vehicles will receive an automatic fifty (50) percent deduction for lack of compaction. 7. Successful Proposer shall supply a list of all equipment owned by the Successful Proposer with their proposal submittal. 24. TRAFFIC CONTROL: Successful Proposer shall: 1 Mitigate the effects of their operations on local traffic to the fullest extent practical. The Successful Proposer is responsible for establishing and maintaining appropriate traffic controls in all work areas, including DMS(s) and debris collection sites. 2. Provide, erect, and maintain all necessary barricades, suitable and sufficient lights, danger signals, signs, and other traffic control devices at all Successful Proposer work areas to ensure the safety of vehicular and pedestrian traffic. 3 Provide qualified flag personnel where necessary to direct the traffic and shall take all necessary precautions to protect the designated area and the safety of the public. 4. Comply with all applicable local, state, and federal regulations governing personnel, equipment, and workplace safety. Any notification of a deficiency in traffic control or other safety items shall be immediately con-ected by Successful Proposer. No further work shall take place until the deficiency is corrected. Neither the City nor the City's Project Manager or designee shall sign any additional load or unit rate tickets until the safety item is corrected. 5. Protect highways, streets, or parts of the designated area closed to through traffic by effective barricades, and obstructions shall be illuminated during the hours from sunset to sunrise. Suitable warning signs shall be provided by the Successful Proposer to properly control and direct traffic. 6. Ensure all barricades, warning signs, lights, temporary signals, other protective devices, flag persons, and signaling devices meet the minimum requirements established in the Manual on Uniform Traffic Control Devices for Streets and Highways, Part VI, prepared by the National Joint Committee on Uniform Traffic Control Devices and be current at the time Proposals are received. Traffic control shall conform to the State's most current 20 Exhibit B roadway and traffic design standards and the Federal Highway Administration's ("FHWA") Manual on Uniform Traffic Control Devices ("MUTCD") for Streets and Highways. The foregoing requirements are to be considered as minimum and the Successful Proposer's compliance shall in no way relieve the Successful Proposer of final responsibility for providing adequate traffic control devices for the protection of the public and Successful Proposer's employees throughout the designated area. 25. DAMAGE TO PUBLIC OR PRIVATE PROPERTY: All damages as a result of Successful Proposer or Subcontractor operations (e.g., sidewalks, seating, curbs, pipes, drains, water mains, pavement, mail boxes, turf, etc.) shall be repaired or replaced by the Successful Proposer, at their expense, in a manner prescribed by and at the sole satisfaction of the City's Project Manager or designee. Successful Proposer shall be responsible for any invoices submitted to the City (i.e., utility companies or landowners) and are determined to be the result of damage done by the Successful Proposer. The City reserves the right to pay any such invoices and deduct the cost from the Successful Proposer's invoice. Repairs or receipt of repairs shall be completed and submitted to the City's Project Manager or designee prior to submission of the Successful Proposer's invoice for completed work. If the Successful Proposer fails to repair any damages, the City may have the work performed and charge the Successful Proposer. Successful Proposer shall: Restore all disturbed areas to their original condition, including re -grading, use of rye grass and permanent grass, and any other means necessary. Should Successful Proposer fail to restore damages to public or private property to the satisfaction of the City, the City may withhold retainage money in an amount sufficient to make necessary repairs. 26. EXISTING UTILITIES: 2. Some trees and debris that are to be removed under this Agreement may be blocked or entangled with overhead power, telephone, and television cables. In this case, it shall be Successful Proposer's responsibility to coordinate directly with the utility owners to arrange for the removal of the debris without damage to the overhead and underground utility lines. If the Successful Proposer causes damage to existing utilities than it shall be the Successful Proposer responsibility to make the necessary repairs or pay all costs incurred to repair damaged utilities, as detennined by the affected utility company. 27. ENVIRONMENTAL PROTECTION: 1. All chemicals of whatever nature used during project construction or furnished for project operations must be state and federally certified. Their use and disposal of all residues shall strictly comply with instructions. 21 Exhibit B Successful Proposer shall, at their own expense, ensure that noise and dust pollution is minimized to comply with all local, state, and federal regulations and the approval of the City's Project Manager or designee. Successful Proposer shall comply in a timely manner with all directions of the City's Project Manager or designee regarding the use of a water truck or other approved dust abatement measures. Successful Proposer shall comply with all laws, rules, regulations, and ordinances regarding environmental protection. 28. DOCUMENTATION AND MEASUREMENT: Prior to commencement of any work, the City's Project Manager or designee shall clearly number each truck or piece of equipment hauling or loading debris with a placard. All vehicles must be certified by the City's Project Manager or designee prior to debris collection. If a vehicle is working under multiple contracts or for multiple communities, it must be re -certified by the City's Project Manager or designee each time it returns to work from other contracts or communities. Successful Proposer shall give written notice of the number of assets and the location for work scheduled twenty-four (24) hours in advance to the City's Project Manager or designee. Successful Proposer shall: 1 Ensure that all Subcontractors maintain valid driver's licenses and their equipment is legally fit for travel on the road. 2. Designate one Project Manager as the main point of contact throughout the duration of the operation. The Project Manager shall provide the City's Project Manager or designee with a telephone number at which the Project Manager can be reached. 3 Adhere to the City's preference to use an electronic system for load tickets. An Automated Debris Management System ("ADMS") or paper load tickets will be provided by the City's Project Manager or designee for recording volumes of debris removal. If an ADMS is used a copy of the electronic ticket will be printed for the vehicle operator at the dump site. If paper tickets are to be used each load ticket shall consist of one (1) original and four (4) carbon -copy duplicates and will be distributed as follows: o Load tickets will be issued by the City's Project Manager or designee at the loading site. City will keep one (1) copy of the ticket, and give four (4) copies to the vehicle operator. Upon arrival at the dump site, the vehicle operator will give the four (4) copies to the City's Project Manager or designee at the dump site. Trucks with less than full capacities will be adjusted down by visual inspection; the City's Project Manager or designee present at the dump site will make this determination. The City's Project Manager or designee will validate, enter the estimated debris quantity, and sign the load tickets. City will keep the original copy and the three (3) remaining duplicate copies will be returned to the vehicle operator for the Successful Proposer's records. 29. OWNERSHIP OF DEBRIS: 22 Exhibit B All debris residing in the City ROW and City -provided DMS(s) as a result of the disaster will be the property of the City until final disposal at a properly permitted disposal site. Successful Proposer shall be responsible for removing debris up to the point where debris can only be described as light litter and additional collection can be facilitated only by sweeping and raking. In addition, debris stored on the ROW as the result of road clearing, City will direct residents to place debris in segregated piles along the ROW, separated according to the waste category. There may be a need to perform some curbside separation of the different waste materials. Different waste materials will be collected in separate vehicles and may require disposal at different locations, which will be approved by the City's Project Manager or designee. Any items requiring disposal at special sites shall be required to be rnonitored for the collection, complete haul, and delivery at the approved special site with the monitor obtaining an original copy of the disposal ticket showing inbound and outbound collection vehicle weights. All bagged and bundled waste and debris smaller than two (2) inches in diameter and shorter than two (2) feet in length are outside the scope of this Contract unless specifically directed by the City's Project Manager or designee. Collection of municipal solid waste ("MSW") is outside the scope of this Contract. All debris outside the scope of the Contract handled by the Successful Proposer shall become the property of the Successful Proposer upon collection. 2. It is recognized that C&D debris might contain small amounts of asbestos, lead -based paints, treated wood, or similar materials. Florida DEP may issue orders for the classification and disposition of all disaster debris. Based on the mandates of DEP and other applicable state and federal reimbursement agencies, the character and disposal of waste streams will be determined. The Successful Proposer and City's Project Manager or designee will establish a final disposal plan based on these mandates. 30. CITY RESPONSIBILITIES: City responsibilities will vary depending on City needs and resources. The City, at a minimum, will be responsible for the following: 1. Coordinating collection activities with the Successful Proposer; 2. Completing the City service request form; 3. Identifying suitable DMS activities; 4. Promoting debris management activities; 5. Providing educational materials; 6. Submitting post -collection DMS(s) data reports to DEP; 7. Recruiting and coordinating volunteers; 8. Coordinating with local police, fire, emergency medical services ("EMS"), and other appropriate agencies; 9. Providing emergency contact information; and 10. Issuing a written NTP or PO at the appropriate time. 23 Exhibit C Compensation Schedule for Ashbritt Schedule 1 Hourly Labor, Equipment, and Material Price Schedule Equipment Type With Operator Hourly Labor Rate Air Curtain Burner, Self -Contained System 95.00 50' Bucket Truck 175.00 Crash Truck w/Impact Attenuator 105.00 Dozer, Tracked, D3 or Equivalent 125.00 Dozer, Tracked, D4 or Equivalent 160.00 Dozer, Tracked, D5 or Equivalent 180.00 Dozer, Tracked, D8 or Equivalent 265.00 Dump Truck, 16 +/- CY 105.00 Dump Truck, 20 +/- CY 145.00 Dump Truck, 38 +/- CY 165.00 Generator, 5.5 kW, List kW Capacity See List Below Generator, 200 kW, List kW Capacity See List Below Generator, 2,500 kW, List kW Capacity See List Below Light Plant with Fuel and Support 35.00 Grader w/12' Blade (Min. 30,000 LB) 175.00 Hydraulic Excavator, 1.5 CY 165.00 Hydraulic Excavator, 2.5 CY 185.00 Knuckleboom Loader 225.00 Lowboy Trailer w/Tractor 165.00 Mobile Crane up to 15 Ton 95.00 Pump, 95 HP (Minimum 25' Intake and 200' Discharge 101.65 to Include Fuel and Support Personnel) Pump, 200 HP (Minimum 25' Intake and 200' 135.00 Discharge to Include Fuel and Support Personnel) Pump, 650 HP (Minimum 25' Intake and 200' 225.00 Discharge to Include Fuel and Support Personnel) Vac Truck (Mist Capacity), List Capacity 225.00 Pickup Truck, 1 Ton 105.00 Skid -Steer Loader, 1,500 LB Operating Capacity (w/ 105.00 utility grapple) Skid -Steer Loader, 2,500 LB Operating Capacity (w/ utility grapple) 105.00 Exhibit C Compensation Schedule for Ashbritt Equipment Type With Operator Compact Track Loader, 1,500 LB Operating Capacity (vv/ utility grapple) Compact Track Loader, 2,500 LB Operating Capacity (w/ utility grapple) Tub Grinder, 800 to 1,000 HP Hydraulic Excavator, 1.5 CY (w/ thumb) Hydraulic Excavator, 2.5 CY (w/ thumb) Truck, Flatbed Articulated, Telescoping Scissor Lift for Tower, 15 HP/37 FT Lift Water Truck, 2500 Gal (Non -Potable, Dust Control and Pavement Maintenance) Wheel Loader, 3 CY, 152 HP Wheel Loader, 4.0 CY, 200 HP Wheel Loader-Backhoe, 1.5 CY, 95 HP Other — Please List Hourly Labor Rate 115.00 115.00 600.00 165.00 185.00 35.00 35.00 125.00 175.00 185.00 145.00 N/A Labor Category Hourly Labor Rate Operations Manager w/Cell Phone and .5 Ton Pickup Crew Foreman w/Cell Phone and 1 Ton Equipment Truck w/Small Tools and Misc. Supplies in Support of Crew Tree Climber/Chainsaw and Gear Laborer w/Chain Saw Laborer w/Small Tools, Traffic Control, or Flag person Bonded and Certified Security Personnel Other — Please List 95.00 75.00 95.00 60.00 55.00 75.00 N/A Crew Category_ Hourly Labor Rate Wheel Loader, 2.5 CY, 950 or Similar w/Operator, Foreman with Support Vehicle and Small Equipment, Laborer w/Chain Saw, and 2 Laborers w/Small Tools Other — Please List 420.00 Exhibit C Compensation Schedule for Ashbritt Generator Load Cabline 10/5 Extensions 50 ft Per Week $ 35 00 Generator Load Cabline 2/5 Cam Lock 50 ft Per Week $ 50 W Generator Load Cabline 4/0 Cam Lock 50 ft Per Week $ 61-50 Generator Load Cabline 10/5 Extensions 100 ft Per Week $ 70 00 Generator Load Cabline 10/5 QBS Stmw, 50 ft Per Week $ 75 00 Generator Tyoe V, ID kW Per Week $ 2,736 75 Generator Type V, 15 kW Per Week $ 2,767 50 Generator Tyoe V, 20 kW Per Week $ 2,798 25 Generator T„ p e V, 25 kW Per Week $ 2,798 25 Generator Ty9e V, 30 kW Per Week $ 4,261-95 Generator Type V, 35 kW Per Week $ 4,261-95 Generator Tyoe V, 40 kW Per Week $ 4,261-95 Generator Type V, 45 kW Per Week $ 4,261-95 Generator T„ p e V, 50 kW Per Week $ 4,261-95 Generator Ty9e V, 60 kW Per Week $ 4,735_50 Generator T„ p e V, 70 kW Per Week $ 4,735_50 Generator Tyoe V, 75 kW Per Week $ 4,735_50 Generator Type V, 80 kW Per Week 5,104 50 Generator Ty9e V, 90 kW Per Week _$ $ 5,104_50 Generator Type V, 100 kW Per Week $ 5,104 50 Generator Type V, 200 kW Per Week $ 12,453_75 Generator Tvoe V, 250 kW Per Week $ 13,689 90 Generator Type V, 300 kW Per Week $ 13,889 90 Generator Ty p e V, 350 kW Per Week $ 14,058 90 Generator Ty9e V, 1000 kW Per Week $ 27,060_00 Generator T„ p e V, 1250 kW Per Week $ 31,321-95 Generator Tvoe V, 1400 kW Per Week $ 35,350_20 Generator Type 11, 1500 kW Per Week $ 35,350_20 Generator Tvoe 11, 1750 kW Per Week $ 39,378-45 Generator Type 1, 2500 kW Per Week $ 54,534 15 Exhibit C Compensation Schedule for Ashbritt SCHEDULE 2 - UNIT RATE PRICE SCHEDULE Reference to RFP Scope of Services Items 2 to 16. If a Proposer elects to "No Bid" individual service offerings, their proposal may be considered non -responsive by the City. I ROW Vegetative Debris Removal Work consists of the collection and transportation of eligible vegetative debris on the ROW or public property to City -approved DMS or City- approved final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 75,000 12.95 971,250.00 129.50 16 to 30.99 miles 120,000 15.00 1,800,000.00 150.00 31 to 60.99 miles 50,000 19.50 975,000.00 195.00 Greater than 61 miles 5,000 22.50 112,500.00 225.00 2 ROW C&D Debris Removal Work consists of the collection and transportation of eligible C&D on the ROW or public property to City -approved DMS or City -approved final disposal site as approved by City. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 25,000 13.95 348,750.00 139.50 16 to 30.99 miles 35,000 16.00 560,000.00 160.00 31 to 60.99 miles 15,000 21.00 315,000.00 210.00 Greater than 61 miles 1,000 24.50 24,500.00 245,00 Exhibit CCompensation Schedule for AsbhdU 3 Demolition, Removal, Transport andDiopoaadofNon KACM8trunturen Work consists mthe decommissioning, demolition, and disposal meligible wnn�Anmo�u�u�uo"pum�u,�*a�pm»a�yand xaminome resulting debris mCity-approved final disposal site. Estimated Quantity �p»r Cubic Yard Total * Per Ton AJ$*nn�n) ` nto 1599mi/e` nou 27.50 13.750.00 275.00 1omzo.ysmiles 500 32.50 16.250.00 325.00 31 wnn.eymiles zno 34.50 6,900.00 345.00 Greater than m miles 100 40.00 4.000.00 400.00 4 Demolition, Removal, Transport and Disposal ofRACM Structures wmmcnnoimo�mcurcnmmiy,momy.xemonm �n.anumm svvxa/e/�m|e mxcmstructures unpublic o,private property and hauling the resulting debris /uaCity-approved final disposal site. Estimated QuantityCu�ic sp*r Yard T��a| *Pe,Ton (Alternate) ntn 159emoon non 32.50 18.250.00 325M 1nmoo.semiles 000 37.50 18.750.00 375.80 31 'uno.ssmiles zoo 39.50 7.800.00 895.00 Greater than o1 miles 100 45.00 4.500.00 450.00 Exhibit C Compensation Schedule for Ashbritt 5 OMSManagement and Operations Work consists of managing and operating S for acceptance of eligible vegetative disaster -related debris. The costs associated with acquiring, /oasmg.�nunsnnemu^o.anummeu�unn|anuuneuuooeois reflected mthis bid. Estimated Quantity $per Cubic Yard Total * Per Ton (Alternate)p�punn zno'««» 250 500.000.00 25.00 S D88SManagement and Reduction byGrinding Work consists ofmanaging and operating umafor acceptance and reduction meligible vegetative disaster -related debris through grinding.Total Toe . preparing, leasing, �nong.opemuny. and mmeo/ouneland used aaomsiareflected inthis mu� Estimated Quantity $per Cubic Yard $ Per Ton (Alternate)cmatsansun��mwm`acqumn 175.000 1.95 341.250.00 19.50 7 DK0S Management and Reduction byAir Curtain Incineration Work consists mmanaging and operating omsfor acceptance and reduction oreligible vegetative disaster -related debris through air curtain renting, operating, and ,ememounoland used aoDIMS |areflected inthis mu. Estimated Quantity $par Cubic Yard Total $ Per Ton (Alternate)in�nemmm.lnecoumaomon��uwomoovumnn.p�pe�no.|eas/no. 25.000 375 93.750.00 37.50 8 Haul -Out ofReduced Debris toCity-Approved Final Disposal Site Work consists uv| au and reduced .,°~, �., ,,, debris atCity-approved ows to City -designated final disposal site. Estimated Quantity *per Cubic Yard Total $ Per Ton (Alternate), nto 159emxen 10000 ' 2.95 29.500.00 29�50 1swaoe*miles 10000 ' 4.85 74.250,00 49.50 m tnnn.oemiles 25,000 725 181.250.00 72.50 Greater than n1 miles 20.000 12.25 245.00U0 122.50 S Removal ofHazardous Trees and Limbs Total Exhibit C Compensation Schedule for Ashbritt Work consists of removing eligible hazardous trees or limbs and placing them on the safest possible location on the City ROW for collection under the terms and conditions of Scope of Services Item 2, Vegetative Debris Removal. Estimated Quantity $ Per Tree 6-inch to 12.99-inch diameter 1,500 105.00 157,500.00 13-inch to 24.99-inch diameter 1,000 175.00 175,000,00 25-inch to 36.99-inch diameter 750 225.00 168,750.00 37-inch to 48.99-inch diameter 300 295,00 88,500,00 49-inch and larger diameter 100 495.00 49,500.00 Hanger Removal (per Tree) 3,000 95.00 285,000.00 Exhibit C Compensation Schedule for Ashbritt SCHEDULE 2 - UNIT RATE PRICE SCHEDULE CONTINUED 10 Removal of Hazardous Stumps Work consists of removing eligible hazardous stumps and transporting resulting debris from the ROW to an City approved DMS. Rate includes removal, backfill of stump hole, reduction, and final disposal. Stumps under 24" in diameter shall be paid at the Proposer's contracted rate for vegetative debris removal using the FEMA stump conversion table. 24.0-inch to 36.99-inch diameter 37-inch to 48.99-inch diameter 49-inch and larger diameter 11 ROW White Goods Debris Removal Work consists of the removal of eligible white goods from the ROW to City - approved DMS site or City -approved facility for recycling. Proposer shall be responsible for recovering/disposing refrigerants as required by law, as well as unit decontamination in a contained area. Proposer shall also be responsible for the transportation of eligible white goods from the City - approved DMS to City -approved facility for recycling. 12 Refrigerators and freezers requiring refrigerant recovery and decontamination Washers, dryers, stoves, ovens, AC units, and hot water heaters Used Electronics Removal Work consists of the recovery and disposal of disaster -damaged televisions, computers, computer monitors, and microwaves unless otherwise specified in writing by the City. ....„ „.„ Estimated Quantity 500 250 50 Estimated Quantity 250 500 Estimated Quantity 250 $ Per Stump 325.00 450.00 525.00 $ Per Unit 95.00 75.00 $ Per Unit 75.00 Total 162,500.00 112,500.00 26,250.00 Total 23,750.00 37,500.00 Total 18,750,00 Exhibit C Compensation Schedule for Ashbritt 13 Household Hazardous Waste Removal, Transport, and Disposal Work consists ofthe *ollection transportation,�u � '� '"'"= "",,"�" the ROW toonCity-approved permitted hazardous waste facility orwaW Type ||oncmo Estimated Quantity $Per Pound ��| ' ` y 1 O�0n � 25OO 250.000.00 14 Abandoned Vehicle Removal Work consists ofthe removal anuoannportoveogimoabanuonemveoiclvs, Estimated Quantity $Per Unit Total Passenger Car on 275.00 13.750M Single Axle un 295.00 7.375,00 Double Axle xn 395.00 9.875.00 15 Abandoned Vessel Removal Work consists ofthe removal and transport oreligible abandoned vessels, Estimated Quantity *Pe/ Unit Total Vessels less than 2nlinear feet 75 750.00 56.250.00 veso*/no1 linear feet and greater nn 1.500M 75.000,00 16 Dead Animal Carcasses Work consists ofthe recovery anumupooa/ofueauanima|oaoaoaeo. Estimated Quantity $Per Pound Total 50 15.00 750.00 Exhibit C Compensation Schedule for Ashbritt SCHEDULE 3'UNIT RATE PRICE SCHEDULE FOR PARKS Schedule 3 allows for the proposer to provide separate pricing for work to be performed within City of Miami Parks. If a Proposer elects to "No Bid" individual service offerings, their proposal may be considered non -responsive by the City. 1 ROW Vegetative Debris Removal Work consists ofthe collection and transportation o/eligible vegetative debris vnthe ROW orpublic property wCity-approved nIVISorCity- approved final disposal site. Estimated Quantity *Per Cubic Yard Total $ Per Ton (Alternate) nm 159emoeo ru000 ' 12.95 871.250.00 129.50 16mau,esmiles 120.000 15.00 1.800.800.00 150.00 31 moneemiles 50,000 13.50 875.000.00 195.00 Greater than o1miles 5.000 22.50 112.500.00 225.00 2 ROW C&DDebris Removal Work consists mthe collection and transportation meligible oaovnthe ROW orpublic property mCity-approved omnurCity-approved final disposal site "sapproved uyCity. Estimated Quantity $Per Cubic Yard Total $perTon (Alternate) n,o1nssmoeo � zonnn ' 13.95 848.750.00 188.50 /ntonn.aemiles 35,000 16.00 560.000.00 10080 31 w6n.symiles 15.000 21.00 315.000.00 210D0 Greater than e1 mnnn 1.000 24.50 24.500.00 245D0 Exhibit CCompensation Schedule for Ashbritt 4 DMS Management and Operations Work consists of managing and operating DIVISm�mel- me vegetative disaster -related ueooa. The costs associated with acquiring, preparing, leasing, ��o.wmmnng.a�mm��m�����aaoma� reflected in this bid. Estimated Quantity $per Cubic Yard Total $ Per Ton (Alternate) ) � ��'8o8 2.50 500.000.00 25.00 5 DMS Management and Reduction byGrinding Work consists ofmanaging and operating omofor acceptance and reduction meligible vegetative disaster-relatedu u� mmvghnnnmng T�o ``y `~debris � coatoasnoo��u�maoqumn.p�pa,|no.|eamn��nono.npeomnu.anu rememaonyland used aeomSiareflected inthis bid. Estimated ��uonUt� $per Cubic Yard Total * Per Ton (Uhamn�a) ^ 1ro ono 1.95 341.250,00 13.50 G DMS Management and Reduction byAir Curtain Incineration - Work consistsm � � � ows� �� c� of u - disaster -related � -u°on reduction =' ^"" �"' incin*�mo.The nva�aanoc��uwu acqvmno.p�po�no.|aaamu. renting, operating, and mmomaormland used onmms|areflected inthis bid, Estimated Quantity $Per Cubic Yard Total — $ Per Ton (Alternate) � �omm ' 375 33.750.00 37.50 7 Haul -Out ofReduced Debris toCity-Approved Final Disposal Site * wm,x consists of and transporting reduced eligibleeligibledisaster-reldisaster-redisaster-relatedu ueu'io at City -approved omSm City -designated final disposal site. Estimated Quantity *per Cubic Yard Total 3Per Ton (Alternate) � om 1oyom/�n 1nnoo ' 2.95 29.500.00 2950 1etoao.oemiles 15.000 4.85 74.250.00 49.50 31 munysmiles 25,000 7.25 181.250.00 72.50 Greater than a1miles 20,000 1225 245.000.00 122.50 8 Removal ofHazardous Trees and Limbs Total Exhibit C Compensation Schedule for Ashbritt Work consists of removing eligible hazardous trees or limbs and placing them on the safest possible location on the City ROW for collection under the terms and conditions of Scope of Services Item 2, Vegetative Debris Removal. Estimated Quantity $ Per Tree 6-inch to 12.99-inch diameter 1,500 105.00 157,500.00 13-inch to 24.99-inch diameter 1,000 175.00 175,000.00 25-inch to 36.99-inch diameter 750 225.00 168,750.00 37-inch to 48.99-inch diameter 300 295.00 88,500.00 49-inch and larger diameter 100 495,00 49,500.00 Hanger Removal (per Tree) 3,000 95.00 285,000.00 Exhibit C Compensation Schedule for Ashbritt SCHEDULE 3 - UNIT RATE PRICE SCHEDULE CONTINUED 9 Removal of Hazardous Stumps Work consists of removing eligible hazardous stumps and transporting resulting debris from the ROW to an City approved DMS. Rate includes removal, backfill of stump hole, reduction, and final disposal. Stumps under 24" in diameter shall be paid at the Proposer's contracted rate for vegetative debris removal using the FEMA stump conversion table. 24.0-inch to 36.99-inch diameter 37-inch to 48.99-inch diameter 49-inch and larger diameter 10 ROW White Goods Debris Removal Work consists of the removal of eligible white goods from the ROW to City - approved DMS site or City -approved facility for recycling. Proposer shall be responsible for recovering/disposing refrigerants as required by law, as well as unit decontamination in a contained area. Proposer shall also be responsible for the transportation of eligible white goods from the City - approved DMS to City -approved facility for recycling. Refrigerators and freezers requiring refrigerant recovery and decontamination Washers, dryers, stoves, ovens, AC units, and hot water heaters 11 Used Electronics Removal Work consists of the recovery and disposal of disaster -damaged televisions, computers, computer monitors, and microwaves unless otherwise specified in writing by the City, Estimated Quantity 500 250 50 Estimated Quantity 250 500 Estimated Quantity $ Per Stump 325.00 450.00 525.00 $ Per Unit 95.00 75.00 $ Per Unit Total 162,500.00 112,500.00 26,250.00 Total 23,750.00 37,500.00 Total 250 75.00 18,750.00 Exhibit C Compensation Schedule for Ashbritt 12 Household Hazardous VVasteRemova|.Transport, and Disposal Work consists of the collection, transportation, and disposal o/Hmwfrom the ROW toanCity-approved permitted hazardous waste facility n,wsw Type I landfill. 13 Abandoned Vehicle Removal Work consists of the removal and transport of eligible abandoned vehicles. Passenger Car Single Axle Double Axle 14 Abandoned Vessel Removal Work consists mthe removal and transport weligible abandoned vessels. Vessels less than 20 linear feet Vessels 21 linear feet and greater 15 Dead Animal Carcasses Work consists of the recovery and disposal of dead animal carcasses. Total Estimated Quantity 10,000 Estimated Quantity 50 25 25 Estimated Quantity 75 50 Estimated Quantity 50 $po/ Pound 25.00 $Pe, Unit 275.00 295.00 395.00 *Pa, Unit 750.00 1,500.00 $Per Pound 15.00 Total 250,000.00 Total 13,750.00 7,375.00 9,875.00 Total 56,250.00 75,000.00 Total RFP 702383 Exhibit C Compensation Schedule for Ashbritt 5 DMS Management and Operations Work consists of managing and operating DMS for acceptance of eligible disaster -related debris, The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid200,000 Est Quantity $ Perimated Cubic Yard Total $ Per Ton (Alternate) 6 DMS Management and Reduction by Grinding Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through grinding. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated QuantitY $ Per CubicYard Total $ Per Ton (Alternate) 175,000 7 DMS Management and Reduction by Air Curtain Incineration Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster related debris through air curtain incinerators. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 25,000 8 DMS Management and Reduction by Compaction Work consists of managing and operating DMS for acceptance and reduction of eligible C&D disaster -related debris through compaction. The costs associated with acquiring, preparing, leasing, renting, operating, and remediatinq land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) ,4t, /tt, ,,4 75,000 $1.95 $146,250.00 $22.50 9 Haul -Out of Reduced Debris to City -Approved Final Disposal Site Work consists of loading and transporting reduced eligible disaster -related debris at City -approved DMS to City -designated final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 10,000 RFP 702383 Exhibit C Compensation Schedule for Ashbritt 3 DMS Management and Operations Work consists of managing and operating DMS for acceptance of eligible vegetative disaster -related debris. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Est Quantity $ Perimated Cubic Yard Total $ Per Ton (Alternate) 200,000 4 DMS Management and Reduction by Grinding Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through grinding. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity - $ Per Cubic Yard Total $ Per Ton (Alternate) 175,000 5 DMS Management and Reduction by Air Curtain Incineration Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through air curtain incinerators. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 25,000 $ Per Ton (Alternate) 6 DMS Management and Reduction by Compaction Work consists of managing and operating DMS for acceptance and reduction of eligible C&D disaster -related debris through compaction. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating_land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total W/d;% X , , 'f , '' 5,000 $1.95 $9,750.00 $22.50 7 Haul -Out of Reduced Debris to City -Approved Final Disposal Site Work consists of loading and transporting reduced eligible disaster -related debris at City -approved DMS to City -designated final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 10,000 RFP 702383 Exhibit C Compensation Schedule for Ceres Schedule 1 Hourly Labor, Equipment, and Material Price Schedule ui en T •e With 0 erator Hou Air Curtain Burner, Self -Contained System $64.00 50' Bucket Truck $215.00 Crash Truck w/Impact Attenuator $88.00 Dozer, Tracked, D3 or Equivalent $110.00 Dozer, Tracked, 04 or Equivalent $120.00 Dozer, Tracked, D5 or Equivalent $130.00 Dozer, Tracked, D8 or Equivalent $165,00 Dump Truck, 16 +/- CY $79.00 Dump Truck, 20 +/- CY $89.00 Dump Truck, 38 +/- CY $98.00 Generator, 5.5 kW, List kW Capacity $37.66 Generator, 200 kW, List kW Capacity $301.30 Generator, 2,500 kW, List kW Capacity $1,129.88 Light Plant with Fuel and Support $28.00 Grader w/12' Blade (Min. 30,000 LB) $135.00 Hydraulic Excavator, 1.5 CY $209.08 Hydraulic Excavator, 2.5 CY $224.01 Knuckleboom Loader $144.00 Lowboy Trailer w/Tractor $115.00 Mobile Crane up to 15 Ton $185.00 Pump, 95 HP (Minimum 25' Intake and 200' Discharge $37.00 to Include Fuel and Support Personnel) Pump, 200 HP (Minimum 25' Intake and 200' Discharge to Include Fuel and Support Personnel) $62.00 Pump, 650 HP (Minimum 25' Intake and 200' $96.00 Discharge to Include Fuel and Support Personnel) Vac Truck (Mist Capacity), List Capacity $225.00 Pickup Truck, 1 Ton $84.36 Skid -Steer Loader, 1,500 LB Operating Capacity (w/ $89.00 utility grapple) Skid -Steer Loader, 2,500 LB Operating Capacity (w/ , $105,00 utility grapple) RFP7023R3 Exhibit C Compensation Schedule for Ceres Equipment Type With Operator Hourly Labor Rate Compact Track LOader, 1.500 LB Operating Capacity Compact Track Loader, 2'5OOLBOperating Capacity � (w/uti|ity graPp|e)____-____--____-__�-____-___'----_-__�� Tub Grinder. 800 to 1.000 MP Hydraulic ExcaVator, 1.5 CY (w/ thumb) -----------`-----------------'-----------`----^ Hydraulic Excavator, 2.5 CY(w/thumb) Truck, Flatbed ArtiCu|3ted, Telescoping Scissor Lift for Tower, 15 HP/37FTLift Water Truck, 2500Ga| (Non -Potable, Dust Control and � Pavement Maintenance) ' '������������� Wheel Loader, 3CY. 152HP -----------�--��--�-----------------------------�-7 Wheel Loader, 4.00Y'2OOHP _ VYhe8|LO8der'Baohhoe' 1.5CY.05HP C}ther— Please List ' Labor Category Hourly Labor Rate Operations Manager vv/CeUPhone and .5Ton Pickup Crew Foreman wyCeUPhone and 1 Ton Equipment Truck w/SnnaUTools and K4iSC. Supplies in Support of Crew Tree C|i0ber/Ch8iDG@vvand G88[ Laborer vv/ChainSaw Laborer wyGnla||Tools, Traffic Control, orFlag person Bonded and Certified Security Personnel C}ther— Please List $89.00 Crew Category Hourly Labor Rate VVh88| Loader, 3.5 CY, 950 OrSimilar vv/Oper8t0r, Foreman with Support Vehicle and Small Equipment, ! Laborer w/Ch8iOSaw, and 2Laborers w/SnOaUTools i Other — P|e8S8 List RFP 702383 Exhibit C Compensation Schedule for Ceres SCHEDULE 2 - UNIT RATE PRICE SCHEDULE Reference to RFP Scope of Services Items 2 to 16. If a Proposer elects to "No Bid" individual service offerings, their proposal may be considered non -responsive by the City. ROW Vegetative Debris Removal Work consists of the collection and transportation of eligible vegetative debris on the ROW or public property to City -approved DMS or City- approved final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 75,000 $10.48 $786,000.00 $125.76 16 to 30.99 miles 120,000 $10.68 $1,281,600.00 $128.16 31 to 60.99 miles 50,000 $11.98 $599,000.00 $143,76 Greater than 61 miles 5,000 $14.98 $74,900.00 $179.76 2 ROW C&D Debris Removal Work consists of the collection and transportation of eligible C&D on the ROW or public property to City -approved DMS or City -approved final disposal site as approved by City. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 25,000 $10.48 $110.04 $262,000.00 16 to 30.99 miles 35,000 $10.68 $112.14 $373,800.00 31 to 60.99 miles 15,000 $12.48 $131.04 $187,200.00 Greater than 61 miles 1,000 $14.98 $157.29 $14,980.00 Exhibit C Compensation Schedule for Ceres 3 Demolition, Removal, Transport andDiapvyodofNon RACM Structures Work consists mthe decommissioning, demolition, and disposal of eligible won'mxcw structures on public or private property and »uuxnu the resulting debris toCity-approved final disposal site. Estimated Quantity ope' Cubic Yard Total $ Per Ton (Alternate) uw1o.somiles non $1443 $7.245.00 $137,60 1otoanaomiles ono $17.49 S8.745,00 $15616 31 tono.eVmiles 200 $13.83 $3.978D0 $/BO.SO Greater than mmiles 100 $21.89 $2.189.00 $207.96 4 Demolition, Removal, Transport and Disposal ofRACM Structures wnmcvnmo�mmeuecommi,oionme u�moouon an�u/�poca|v/vno/me ' ' R*Cmstructures onpublic orprivate propertyand hauling the resulting debris maCity-approved final disposal site. Estimated Quantity *p«' �ubic Ynn] To�a| *Pe,Ton (Alternate) nm1naymiles ono $2443 $12.245.00 $232�66 16 tonosomiles 000 $27.48 $13.745M $251.16 31 moo.ysmiles znn $29.09 $5.978,00 $283,96 Greater than o1miles 100 $31.89 $1109.00 $302.96 Exhibit C Compensation Schedule for Ceres 5 DMSManagement and Operations Work consists or managing and operating oIVISfor acceptance of eligible disaster -related debris. The costs associated with acquiring, preparing, leasing, �nu^e.op:�unu.anx�meu/onnu|anuuyeuaoowoiu�mec�u inthis um- Estimated Quantity $per Cubic Youj Total $ Per Ton (Alternate) 200,000 $1.09 g278.000.00 $1529 6 DMS Management and Reduction byGrinding Work consists mmanaging and operating omsfor acceptance and reduction meligible vegetative disaster -related debris through grinding. The oos�asyoc��uvwmaoqumn .p�wa�ne.|oaom�mmino.upeomno.and remeuiaonyland used anows/sreflected inthis bid. Estimated $per Cubic Yard TotalOuond�y $ Per Ton (Alternate) 175.000 $2.38 $521.500.00 $3278 7 OMGManagement and Reduction byAir Curtain Incineration Work consists nfmanaging and operating owsfor acceptance and reduction meligible vegetativedisaster-related debris through air curtain incinerators. �� ��Txe�aucoc��uwim�qumno.»�ponng.|eaaino. renting, operating, and rememonnoland used asows/sreflected inthis mu, Estimated Quantity $per Cubic Yard Total $ Per Ton (Alternate) 25.000 S0.84 $16.000.00 S7.04 u DMS Management and Reduction bYCompaction Work consists nfmanaging and operating omSfor acceptance and reduction meligible c&odisaster-related debris through compaction. The associated wm`avqumn.pmpanno|eaxinsrenting, operating, ,omemaong/unu used aooIVIaiureflected mthis bid. Estimated Quantity $per Cubic Yard Total $ Per Ton (Alternate)uoo� 75,000 $1.98 $148.500.00 $7.92 S Haul -Out ofReduced Debris toCity-Approved Final Disposal Site Work consists 'xloading and transporting reduced eligible disaster -related debris atCity-approved owstoCity-designated final disposal site. Estimated Quantity $per Cubic yard Total * Per Ton (Alternate) om|oynmiles 10.000 $4.57 s45.700.00 $20.57 RFP 702383 Exhibit C Compensation Schedule for Ceres 16 to 30.99 miles 15,000 S6.39 $95.850.00 $28.76 31 to 60.99 miles 25,000 $7.24 $181.000.00 $32.58 Greater than 61 miles 20,000 $9.17 $183,400.00 $41.27 10 Removal of Hazardous Trees and Limbs Work consists of removing eligible hazardous trees or limbs and placing them on the safest possible location on the City ROW for collection under the terms and conditions of Scope of Services Item 2, Vegetative Debris Removal. Estimated Quantity $ Per Tree Total 6-inch to 12.99-inch diameter 1,500 $49.00 $73.500.00 13-inch to 24.99-inch diameter 1,000 $119.00 $119.000.00 25-inch to 36.99-inch diameter 750 $169.00 $126.750.00 37-inch to 48.99-inch diameter 300 $219.00 $65,700.00 49-inch and larger diameter 100 $249.00 $24,900.00 Hanger Removal (per Tree) 3,000 $99.00 $297,000.00 REP 702383 Exhibit C Coinpensation Schedule for Ceres 11 Removal of Hazardous Stumps Work consists of removing eligible hazardous stumps and transporting resulting debris from the ROW to an City approved DMS. Rate includes removal, backfill of stump hole, reduction, and final disposal. Stumps under 24" in diameter shall be paid at the Proposer's contracted rate for vegetative debris removal using the FEMA stump conversion table. Estimated Quantity $ Per Stump Total 24.0-inch to 36.99-inch diameter 500 $189.00 $94,500.00 37-inch to 48.99-inch diameter 250 $249.00 $62,250.00 49-inch and larger diameter 50 $349.00 $17,450.00 12 ROW White Goods Debris Removal Work consists of the removal of eligible white goods from the ROW to City - approved DMS site or City -approved facility for recycling. Proposer shall be responsible for recovering/disposing refrigerants as required by law, as well as unit decontamination in a contained area. Proposer shall also be responsible for the transportation of eligible white goods from the City - approved DMS to City -approved facility for recycling. Estimated uani Q tty $ Per Unit Total Refrigerators and freezers requiring refrigerant recovery and decontamination 250 $66.00 $16,500.00 Washers, dryers, stoves, ovens, AC units, and hot water heaters 500 $34.00 $17,000.00 13 Used Electronics Removal Work consists of the recovery and disposal of disaster -damaged televisions, computers, computer monitors, and microwaves unless otherwise specified in writing by the City. Estimated Quantity $ Per Unit Total ,;, , 250 $49.00 $12,250.00 DFP702383 Exhibit C Compensation Schedule for Ceres 14 Household Hazardous Waste Removal, Transport, and Disposal Work consists ofthe collection, transportation, and disposal mnmwfrom the ROW manCity-approved permitted hazardous waste facility vrmsw Type I landfill, Estimated Quantity 10,000 15 Abandoned Vehicle Removal Estimated Work consists of the removal and transport of eligible abandoned vehicles. Quantity Passenger Car 50 Single Axle 25 Double Axle 25 16 Abandoned Vessel Removal Estimated Work consists mthe removal and transport of eligible abandoned vessels. Quantity Vessels less than 20 linear feet 75 Vessels 21 linear feet and greater 50 17 Dead Animal Carcasses Work consists mthe recovery and disposal v,dead animal carcasses, Quantity Estimated 50 $Per Pound $4�74 $Per Unit $185.00 $215.00 *Par Unit $78.00 $98.00 *Pe, Pound $2.98 Total Total $9,250.00 $5,375.00 Total $5,850.00 $4,900.00 Total $149.00 Total *6,113.093.00 RFP 702383 Exhibit C Cornpensation Schedule for Ceres SCHEDULE 3- UNIT RATE PRICE SCHEDULE FOR PARKS Schedule 3 allows for the proposer to provide separate pricing for work to be performed within City of Miami Parks. If a Proposer elects to "No Bid" individual service offerings, their proposal may be considered non -responsive by the City. 1 ROW Vegetative Debris Removal Work consists of the collection and transportation of eligible vegetative debris on the ROW or public property to City -approved DMS or City- approved final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 75,000 $10.48 5786.000.00 $125.76 16 to 30.99 miles 120,000 $10.68 $1,281,600.00 $128.16 31 to 60.99 miles 50,000 $12.48 $624,000.00 $149.76 Greater than 61 miles 5,000 $14.98 $74.900.00 $179.76 2 ROW C&D Debris Removal Work consists ot the collection and transportation of eligible C&D on the ROW or public property to City -approved DMS or City -approved final disposal site as approved by City. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 2,000 510.48 $20,960.00 $131.00 16 to 30.99 miles 3,000 $10.68 $32,040.00 $133.50 31 to 60.99 miles 1,000 $12.48 $12,480.00 $156.00 Greater than 61 miles 500 $14.98 $7,490.00 $187.25 Exhibit C Compensation Schedule for Ceres 3 DMS Management and Operations Work consists of managing and operating DIVISm ptance of eligible vegetative u/sester-r�n|a6debris. The costs associated with acquiring, reflected in this bid. Quantity $per Cubic Yard Total $ Per Ton (Alternate)preparing,|eosim�mnong.opo�uno.ano�mnu�nno�nuuseuaaomsis 200.000 $1.39 $278.000.00 $1529 4 OMS Management and Reduction byGrinding Work consists ofmanaging and operating omafor acceptance and reduction meligible vegetative disaster -related debris through grinding. The emeo/aunq land used as ows is reflected in this mu. Estimated Quantity $per Cubic Yard Total $ Per Ton (Alternate)oos�aa�ciatsmwmxacqumn.pmprmo.|eaxm��munu.ope�uno.onu 175,000 $2.98 $521.500.00 $32.78 5 DMSManagement and Reduction byAir Curtain Incineration ' wmmcovn�sor a� and mu oeexx and reduction of eligible vegetative disaster -related debris through air curtain leasing, renting, operating, and mmouiuunoland used uaomSinreflected inmiu mu� Estimated Quantity $Per Cubic Yard Total $ Per Ton (Alternate)mune���.Thecoo�=uun�atrdwm`acqumno.nmpan Al 25,000 $0.64 $16.000L0 $7,04 $ Per Ton (Alternate)cnmoanmmio�uwuxooqumnu.pep�mo|eooins�rm G OMS Management and Reduction byCompaction Workcon consists of managing and operating DIVIS for acceptanceand reduction ofeligible naodisaster-related debris through compaction. The operating, mmou/auny/anu used anows/nreflected mthis bid. Estimated Quantity Per Cubic Yard Total 5,000 D188 $3.80000 $7.92 7 Haul -Out ofReduced Debris tuCity-Approved Final Disposal Site transporting reduced eligible Work consists o,loading and � debris atCity-approved omstoCity-designated final disposal site. Estimated Quantity t $pur Cubic Yard Total $ Per Ton (Alternate) om 15.99mo*a 10.000 $4.57 $45.700.00 s20.57 RFP 702383 Exhibit C Compensation Schedule for Ceres 16 to 30.99 miles 15,000 $6.39 $95,850.00 $28.76 31 to 60.99 miles 25,000 $7.24 $181,000,00 $32.58 Greater than 61 miles 20,000 $9.17 $183,400.00 $41.27 8 Removal of Hazardous Trees arid Limbs Work consists of removing eligible hazardous trees or limbs and placing them on the safest possible location on the City ROW for collection under the terms and conditions of Scope of Services Item 2, Vegetative Debris Removal. Estimated Quantity $ Per Tree Total 6-inch to 12.99-inch diameter 7,500 $73.50 $551,250.00 13-inch to 24.99-inch diameter 5,000 $178.50 $892,500.00 25-inch to 36.99-inch diameter 3,750 $253,50 $950,625.00 37-inch to 48.99-inch diameter 1,500 $328.50 $492,750.00 49-inch and larger diameter 500 $373.50 $186,750.00 Hanger Removal (per Tree) 15,000 $124.50 $1.867,500.00 9 Removal of Hazardous Stumps Work consists of removing eligible hazardous stumps and transporting resulting debris from the ROW to a City approved DMS. Rate includes removal, backfill of stump hole, reduction, and final disposal. Stumps under 24" in diameter shall be paid at the Proposer's contracted rate for vegetative debris removal using the FEMA stump conversion table. Estimated Quantity $ Per Stump Total 24.0-inch to 36,99-inch diameter 2,000 $235.00 $470,000.00 37-inch to 48.99-inch diameter 1,000 $325.00 $325,000.00 49-inch and larger diameter 200 $415.00 $83' 000.00 10 Abandoned Vessel Removal Work consists of the removal and transport of eligible abandoned vessels. Estimated Quantity $ Per Unit Total Vessels less than 20 linear feet 5 $78.00 $390.00 Vessels 21 linear feet and greater 3 $98.00 $294.00 RFP 702383 Exhibit C Compensation Schedule for Ceres 11 Dead Animal Carcasses Work consists of the recovery and disposal of dead animal carcasses. Estimated Quantity $ Per Pound Total 15 $2.24 $33.60 Total $ 9 990.912.60 Exhibit C Compensation Schedule for Crowder Gulf {-t Schedule 1 Equipment Type With Operator Hourly Labor Rate Air Curtain Burner, Self -Contained System 85 50Bucket Truck 130 Crash Truck w/Impact Attenuator 100 Dozer, Tracked, D3 or Equivalent 90 Dozer, Tracked, D4 or Equivalent 105 Dozer, Tracked, 05 or Equivalent 120 Dozer, Tracked, D8 or Equivalent 170 Dump Truck, 16 +/- CY 90 Dump Truck, 20 +/- CY too Dump Truck, 38 +/- CY 128 Generator, 5.5 kW, List kW Capacity 20 Generator, 200 kW, List kW Capacity 60 Generator, 2,500 kW, List kW Capacity 280 Light Plant with Fuel and Support 35 Grader w/12' Blade (Min. 30,000 LB) 140 Hydraulic Excavator, 1.5 CY 120 Hydraulic Excavator, 2.5 CY 145 Knuckleboom Loader too Lowboy Trailer w/Tractor 145 Mobile Crane up to 15 Ton 180 Pump, 95 HP (Minimum 25' Intake and 200' Discharge to Include Fuel and Support Personnel) Pump, 200 HP (Minimum 25' Intake and 200' Discharge to Include Fuel and Support Personnel) Pump, 650 HP (Minimum 25' Intake and 200' Discharge to Include Fuel and Support Personnel) Vac Truck (Mist Capacity), List Capacity Pickup Truck, 1 Ton Skid -Steer Loader, 1,500 LB Operating Capacity (vv/ utility grapple) Skid -Steer Loader, 2,500 LB Operating Capacity (w/ utility grapple) 45 75 121) 195 55 115 115 Equipment Type With Operator Compact Track Loader, 1,500 LB Operating Capacity Compact Track Loader, 2,500 LB Operating Capacity (w/ utility grapple) Tub Grinder, 800 to 1,000 HP Hydraulic Excavator, 1.5 CY (w/ thumb), Hydraulic Excavator, 2.5 CY (w/ thumb) 160 Truck, Flatbed 55 Articulated, Telescoping Scissor Lift for Tower, 15 HP/37 FT Lift 45 Water Truck, 2500 Gal (Non -Potable, Dust Control and Pavement Maintenance) 90 Wheel Loader, 3 CY, 152 HP 170 Wheel Loader, 4,0 CY, 200 HP 210 Wheel Loader-Backhoe, 1.5 CY, 95 HP 140 Other — Please List 115 115 670 125 Hourly Labor Rate Labor Category Operations Manager w/Cell Phone and .5 Ton Pickup Crew Foreman w/Cell Phone and 1 Ton Equipment Tree Climber/Chainsaw and Gear Laborer w/Chain Saw Laborer w/Small Tools, Traffic Control, or Flag person 65 60 130 48 40 Hourly Labor Rate Exhibit C Compensation Schedule for Crowder Gulf Bonded and Certified Security Personnel Other — Please Lint "0 Crew Category Hourly Labor Rate Wheel Loader, 2,5 CY, 950 or Similar w/Operator, Foreman with Support Vehicle and GmoU Equipment, Laborerw8Chuin Saw, and 2 LaborerswXSmaU Tools Other— P|oeue List Exhibit C Compensation Schedule for Crowder Gulf Coy of Munn, FL 2019 Pricing RFP 702383 SCHEDULE 2 - UNIT RATE PRICE SCHEDULE Reference to RFP Scope of Services Items 2 to 16. 1f a Proposer elects to "No Bid" individual service offerings, their proposal may be considered non -responsive by the City. 1 ROW Vegetative Debris Removal Work consists of the collection and transportation of eligible vegetative debris on the ROW or public property to City -approved DMS or City- approved final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 75,000 5 980 S 735,000.00 S 90.00 16 to 30.99 miles 120,000 $ 10.80 S 1,296,000.00 $ 98.00 31 to 60.99 miles 50,000 5 12.50 S 625,000.00 S 110.00 Greater than 61 miles 5,000 S 1450 S 72,50000 S 125.00 2 ROW C&D Debris Removal Work consists of the collection and transportation of eligible C&D on the ROW or public to City -approved DMS or Ci a roved final tY- PP disposal site as approved by City. Estimated QuantityCubic $ Per Yard Total $ Per Ton (Alternate) ( ) 0 to 15.99 miles 25,000 S 9.80 S 245,000.00 S 85 00 16 to 30.99 miles 35,000 S 10.80 S 378,000.00 $ 95.00 31 to 60.99 miles 15,000 S 12.50 S 187,500.00 S 105 00 Greater than 61 miles 1,000 S 14.50 S 14,500.00 5 125.00 3 Demolition, Removal, Transport and Disposal of Non- RACM Structures Work consists of the decommissioning, demolition, and disposal of eligible Non-RACM structures on public or private property and hauling the resulting debris to City - approved final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 500 $ 15.50 S 7,750.00 S 160 00 16 to 30.99 miles 500 $ 16.75 S 8,375,00 S 170.00 31 to 60.99 miles 200 $ 1850 5 3,700.00 S 190.00 Greater than 61 miles 100 $ 20,50 S 2,050 00 S 210.00 4 Demolition, Removal, Transport and Disposal of RACM Structures Work consists of the decommissioning, demolition, and disposal of eligible RACM structures on public or private property and hauling the resulting debris to a City - approved final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 500 $ 18.75 5 9,375.00 5 190.00 16 to 30.99 miles 500 $ 19.75 S 9,875.00 S 200.00 31 to 60.99 miles 200 $ 21.75 5 4,350.00 S 220.00 Greater than 61 miles 100 $ 23.75 S 2,375.00 S 240.00 5 DMS Management and Operations Work consists of managing and operating DMS for acceptance of eligible vegetative disaster -related debris, The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 200,000 $ 1.65 S 330,000 00 $ 20.00 6 DMS Management and Reduction by Grinding Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through grinding. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) Exhibit C Compensation Schedule for Crowder Gulf Cuy of Miami, FL 2019 Pricing RH' 702383 175,000 5 3 50 S 612,500 00 5 40 00 7 DMS Management and Reduction by Air Curtain Incineration Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through air curtain incinerators. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid, Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 25,000 5 2 40 ' 60,000 00 5 24 00 8 Haul -Out of Reduced Debris to City -Approved Final Disposal Site Work consists of loading and transporting reduced eligible disaster -related debris at City- approved DMS to City -designated final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 10,000 5 4 00 S 40,000 00 5 25 00 16 to 30.99 miles 15,000 5 6.00 5 90,000 00 5 35 00 31 to 60.99 miles 25,000 S 500 5 200,000 DO 5 45 00 Greater than 61 miles 20,000 5 1000 5 200,000 00 S 55 00 9 Removal of Hazardous Trees and Limbs Work consists of removing eligible hazardous trees or limbs and placing them on the safest possible location on the City ROW for collection under the terms and conditions of Scope of Services Item 2, Vegetative Debris Removal. Estimated Quantity $ Per Tree Total 6-inch to 12.99-inch diameter 1,500 63.00 5 102,009 00 13-inch to 24.99-inch diameter 1,000 5 158 00 5 158,000 00 25-inch to 36,99-inch diameter 750 5 200 00 5 195,000 00 37-inch to 48.99-inch diameter 300 5 30000 5 108,000 00 49-inch and larger diameter 100 5 40000 5 46,000 00 Hanger Removal (per Tree) 3,000 5 90 00 S 270,000 00 SCHEDULE 2 - UNIT RATE PRICE SCHEDULE CONTINUED 10 Removal of Hazardous Stumps Work consists of removing eligible hazardous stumps and transporting resulting debris from the ROW to an City approved DMS. Rate includes removal, backfill of sturnp hole, reduction, and final disposal. Stumps under 24" in diameter shall be paid at the Proposers contracted rate for vegetative debris removal using the FEMA slump conversion table. Estimated Quantity $ Per Stump Total 24.0-inch to 36.99-inch diameter 500 300 5 150,000 00 37-inch to 48.99-inch diameter 250 400 S 100,000 (70 49-inch and larger diameter 50 500 5 25,000 00 Exhibit C Compensation Schedule for Crowder Gulf Gry of Miami, FL 2019 Pncmg RFP 702333 11 ROW White Goods Debris Removal Work consists of the removal of eligible white goods from the ROW to City- approved DMS site or City -approved facility for recycling. Proposer shall be responsible for recovering/disposing refrigerants as required by law, as well as unit decontamination in a contained area. Proposer shall also be responsible for the transportation of eligible white goods from the City - approved DMS to City -approved facility for recycling. Estimated Quantity $ Per Unit Total Refrigerators and freezers requiring refrigerant recovery and decontamination 250 90 S 22,500.00 Washers, dryers, stoves, ovens, AC units, and hot water heaters 500 45 5 22,500.00 12 Used Electronics Removal Work consists of the recovery and disposal of disaster -damaged televisions, computers, computer monitors, and microwaves unless otherwise specified in writing by the City. Estimated Quantity $ Per Unit Total 250 45 5 11,250.00 13 Household Hazardous Waste Removal, Transport, and Disposal Work consists of the collection, transportation, and disposal of HHW from the ROW to an City -approved permitted hazardous waste facility or MSW Type I landfill. Estimated Quantity $ Per Pound Total 10,000 6.95 S 69,500.00 14 Abandoned Vehicle Removal Work consists of the removal and transport of eligible abandoned vehicles. Estimated Quantity $ Per Unit Total Passenger Car 50 150 S 7,500,00 Single Axle 25 150 S 3,750.00 Double Axle 25 250 S 6,250. 00 15 Abandoned Vessel Removal Work consists of the removal and transport of eligible abandoned vessels. Estimated Quantity $ Per Unit Total Vessels less than 20linear feet `NOTE` Land Based Operations 75 55 S 4,125.00 Vessels 21 linear feet and greater 'NOTE' Land Based Operations 50 65 $ 3,250.00 16 Dead Animal Carcasses Work consists of the recovery and disposal of dead animal carcasses. Estimated Quantity $ Per Pound Total 50 1.65 5 8250 Total $ 6,438,557.50 Exhibit C Compensation Schedule for Crowder Gulf RFP 702383 Attachment E Compensation Schedule 5 DMS Management and Operations Work consists of managing and operating DMS for acceptance of eligible disaster -related debris. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) ,,,:i2044004,440A4400',4"a"443$*Afgie :'/ / 1 071'01 PN,5%'<OW #,P101,601004;60044:0410',4* 4 "10/ 41, /6,7,4,*olorzg,,,,, .s;ovf;,,,,,mteA,AA0WEA4aggv4t4A4WA 4 .:04640,42MAr 200,000 6 DMS Management and Reduction by Grinding Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through grinding, The costs associated with acquiring, preparing, leasing, renting, operating, and rernediating land used as DMS is reflected in this bid Estimated Quantity ' $ Per Cubic Yard Total $ Per Ton (Alternate) .iiii.iV, , e i,/iv. likit00,9049444# - , / l ix i fl i'//i4li'',.'i e'lkiii " ifil4iii14i*Iiii444iiirni 4345;AVAteMMOC40t0,0,/ iNggic , nogtotto,vo 175.000 7 DMS Management and Reduction by Air Curtain Incineration Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through air curtain incinerators. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) WilNilifiglifiVi 4l/Oiliiirl'illiAir011yia, f mrp? f P, 71f7,0' 7 'i, 0,7,f' ;e1R00,4fP 1 ,m,,/g Avhddielpr, ,, 'A, e 25000 Estimated Quantity - $ Per Cubic Yard Total $ Per Ton (Alternate) DMS Management and Reduction by Compaction Work consists of managing and operating DMS for acceptance and reduction of eligible CM) disaster -related debris through compaction. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. 75,000 $4.00 $300,000 $40.00 9 Haul -Out of Reduced Debris to City -Approved Final Disposal Site Work consists of loading and transporting reduced eligible disaster -related debris at City -approved DMS to City -designated final disposal site Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15 99 miles 10,000 Exhibit C Compensation Schedule for Crowder Gulf RFP 702383 Attachment E Compensation Schedule 3 DMS Management and Operations Work consists of managing and operating DMS for acceptance of eligible vegetative disaster -related debris. The casts associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid Estimated Quantity $ Per Cubic Yard Total Per Ton (Alternate) Irv*? wreOrMrgt**VgatNVqOrirrqrf"4lfill410"g'' wfvomormemxywtuge ll'ii4,4,q4414.qtkiiRlY,V4iTat,„'gY.AtitiitiViiMiit,440.74/2440.1A*71' 200,000 4 DMS Management and Reduction by Grinding Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through grinding. TheTotal costs associated with acquiring, preparing, leasing, renting, operating, and remediatinziand used as DMS is reflected in this bid Estimated Quantity $ Per CubicYard $ Per Ton (Alternate) ' ',' OMPY//laip ?A' .4: ' '",,a4„,i,,,kk, 175,000 $ Per Ton (Alternate) 5 DMS Management and Reduction by Air Curtain Incineration Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through air curtain incinerators The costs associated with acquiring, preparing, teasing, renting, operating, and remediahng land used as DMS is reflected in this bid Estimated Quantity $ Per Cubic Yard Total 25,000 Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) .._ .. 6 DMS Management and Reduction by Compaction Work consists of managing and operating DMS for acceptance artd reduction of eligible C&D disaster -related debris through compaction. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. , . 5,009 $4.00 $20.000 $40.00 7 Haul -Out of Reduced Debris to City -Approved Final Disposal Site Work consists of loading and transporting reduced eligible disaster -related debris at City -approved DMS' to City -designated final disposal site Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15 99 miles 10,000 Exhibit C Compensation Schedule for Crowder Gulf City of Miami. FL 2019 Pricing UP 702383 SCHEDULE 3 - UNIT RATE PRICE SCHEDULE FOR PARKS Schedule 3 allows for the proposer to provide separate pricing for work to be performed within City of Miami Parks. If a Proposer elects to "Oio Sid' individual service offerings, their proposal may be considered non -responsive by the City. 1 ROW Vegetative Debris Removal Work consists of the collection and transportation of eligible vegetative debris on the ROW or public property to City -approved DMS or City- approved final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 75,000 S 10.80 S 810,000.00 S 105.00 16 to 30.99 miles 120,000 S 11.80 S 1.416,000.00 S 1 15.00 31 to 60.99 miles 50,000 S i3.50 S 625,000.00 S 135.00 Greater than 61 miles 5,000 5 15.50 S 77,500.00 5 145.00 2 ROW C&D Debris Removal Work consists of the collection and transportation of eligible C&D on the ROW or public property to City -approved DMS or City -approved final disposal site as approved by City. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 25,000 S 10.80 S '270,000.00 S 95.00 16 to 30.99 miles 35,000 S 11.80 5 413,000.00 S 105.00 31 to 60.99 miles • 15,000 S 13.50 S 202.500.00 S 115.00 Greater than 61 miles 1,000 S 15.50 S 15.500.00 S 135.00 4 DMS Management and Operations Work consists of managing and operating DMS for acceptance of eligible vegetative disaster -related debris. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 200,000 1.65 5 330.000.00 S 20.00 5 DMS Management and Reduction by Grinding Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through grinding. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 175,000 3.5 S 612,500.00 S 40.00 6 DMS Management and Reduction by Air Curtain Incineration Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through air curtain incinerators. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 25,000 2.4 5 60.000.00 S 24.00 7 Haul -Out of Reduced Debris to City -Approved Final Disposal Site Work consists of loading and transporting reduced eligible disaster -related debris at City- approved DMS to City -designated final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 10,000 4 5 40,000.00 5 25.00 16 to 30.99 miles 15,000 fi S 90,000.00 S 35.00 31 to 60.99 miles 25,000 8 S 200,000.00 S 45.00 Greater than 61 miles 20,000 10 S 200,00000 S 55.00 8 Removal of Hazardous Trees and Limbs Exhibit C Compensation Schedule for Crowder Gulf cu, S harm, 2019 Phr:tr/r 702382 Ve.sse's less than 20 Imear feet '',,,' 7":" 1 ,ii; 7 ii-c , :: i.iriiii"iriii iii 75 5 Vessels 21 linear feet 50 5 „.2,l; 3 90 6 Dead Animal Carcasses Work consists of the recovery an ISposal of dead anrmal carcasses Estimated Quantity $ Per Pound Total 5'J I e5 S 97 59 Total $ 6,444,422,50 SCHEDULE 3 - UNIT RATE PRICE SCHEDULE FOR PARKS Schedule 3 allows for the proposer to provide separate pricing for work, to :e perforaied within City of Mrarmi Pars f a Rioposer erects to 'No BIC' 1111.117, _a se-vrce orferogs rhea proposal may ee considered non;responsive by the City 1 ROW Vegetative Debris Removal Work consists of the collection and transportation of elriginle vegetative debris cn the R055. or pr.ta'rc property to City -approved DMS or City- approved foal drsposai Ole 1 Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15 99 miles 75,000 I.'l kii s .", roursrlsi S luir irri 15 to 30 99 miles 120.000 5 I I Mrii5 1,116.14,0,r 5 I l i,r) 31 to SO 99 miles 50 000 $ Is .su S 675,010 GU 5 1 :', Greater than 61 mrles 5 OCC '' le; '. ;,,,i 5-7,im s 2 r ROW C&D Debris Removal Work consists of the collection and transportation of errertare CEO on the ROW cr public proper,y to Crty-apprOved DMS or City -approved falai disposal site as a roved b Cit Estimated Quantity $ P Cubic Yard Total $ Per Ton (Alternate) o io 15 99 mi'es 25 000 5 1 Si, S 2-U r.r.ii ,ci S 16 to 33 3.9 miles 35 000 5 1 t so 5 -111010,10 5 I,' 2ll 31 to 60 99 mrles 15 000 5 i ; So Greater than 51 rnties 1 300 5 1' su 15,', o l/il/ 5 12, r:r2 4 DMS Managoment and Operations Work consists of managing and operating DMS for acceptance of eligible, vegetative drsaster-related debris Ihe costs associated with acquinng, preparing, reasIng, renting. operating, and remedrating lard used as DMS rs reflected in U-as bid Estimated Quantity $ Per Total Cubic Yard $ Per Ton (Alternate) 207,000 ,.a_s 5 DMS Management and Reduction by Grinding Work consists of managing and operating DMS for acceptance and reduction of elrgrole vegetative drsaster-related debris through grinding The costs associated with acquiring, preparing leasing, renting, operating, and remedraeng land used as DMS Is reflected in this told Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) H 175 003 3 5 s ii, i 2,so9 or) S tir 'sr 6 DMS Management and Reduction by Air Curtain Incineration Work consists of managing and operating DMS for acceptance and reduction of eirgrble vegetative disaster -related debris through air curtain incinerators The cOsts associated with acquiring preparrng, leasing, rentrng, operating, and remediating lard used as DfAS is reflected rn this bid Estimatod Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 25,000 2 3 S 0 +11l3;10 5 51 r,l 7 Haul -Out of Reduced Debris to City -Approved Final Disposal Site Work corsists of loading and transporting reduced eligible disaster -related debris at City- approved DMS to City -designated final disposal sile Estimated Quantity S Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15 99 aloes 10,000 lir 'WI) f 3) 2, thd 16 to 30 99 miles 15700 6 5 90 Oral Jo 5 5s r, 31 to 60 99 miles 25,C00 9 S 2fro,cir5 ii.re 5 i", dr, Greater than 51 roles 20,000 5 206,00 r c-II5 5, ,31. 8 Removal of Hazardous Trees and Limbs Exhibit C Compensation Schedule for Crowder Gulf tr. Vtvi. ofSlim, I I. `Work consists of removtng el Tele hazardous trees or limes and placing them an the Estimated $ Per Tree safest possible location or, the City ROVii for collection under the terms and conditions Quantity of Scope of Services ltem 2, Vegetative :teens Removal Total 6-inch to 12 09-inch diameter, 1.500 lee 00 S 1500 in 00 13,itnch to 24 99-inch diameter] 1,000 2tio i ti s 2,,,,,J 9vvitt VVCv 2.5vItiCh to 36 99-inch diameter] 753 gut t (0 5 720' it00 00 37-inch to 48 99-itnch diameter 300 8 4i 10 ull i 20 00)00 49-inch and iarger diarreler ICO, Sisiid 1;0 S Hanger Removal trier Trees 3,C00 V 8 Irsi t'Vl S tvv.V1 HA). hiv SCHEDULE 3 - UNIT RATE PRICE SCHEDULE CONTINUED 9 Removal of Hazardous Stumps Work 001101515 of removing eligible hazardous stumps and transporting resulting debris from the ROW to an City approved DMS Rate includes removal, backlit! of stump hole. reduction, and final disposal Stumps under 24in diameter shall be paid ad the Proposer's contracted rate for vegetative debris removal using the FEMA stomp conversion table. Estimated Quantity $ Per Stump Total 24 Ghrich to 36 99-inch diameter 5C0 410 hitt S 2rit0iett 00 37-in00 to 48 99-trich diameter 250 1 5(0 S 1.2S 40-inch and larger diameter 50 60v "1: f 410 v1v1 ROW White Goods Debris Removal Work consists of the removal of eligtbie white goods from the ROW to City- approved DMS site or City -approved facilely for recycling Proposer shall be responsible for recovenngfdispasing refrigerants as required by law, as well as unit decontamination in a contained area Proposer shall also be responsible for the transportation of eligible while goods from the City - approved DMS to City -approved fac Sty for recycling Estimated Quantity $ Per Unit Total Refrigerators and freezers requiring refrigerant recovery and decontamination 250 5 t 20 Ott 5 150110 011 Washers, dryers, stoves, ovens, AC units, and hot water heaters 500 ,1/ 11 Used Electronics Removal Work consists of the recovery and discosat of disaster -damaged televisions. computers, computer monitors, and microwaves unless otherwise spectlied in writing by the City Estimated Quantity $ Per Unit Total 12 Household Hazardous Waste Removal, Transport, and Disposal Work consists of he collection, transportation. and disposal of HHW from the ROW to an Ctly-approved permitted hazardous waste facility or MSW Type I landfill. Abandoned Vehicle Removal Work consists of the removal and transport of eligible abandoned vehicles 250 built Estimated $ Per Quantity Pound 10,000 Estimated Quantity 8 15 5 01)1:;1111 Total Per Unit Total Passenger Car 50 f 2301) Single Axle 25 5 2,0 IA) Double Ale 25 5 ,thh ho S I() ribe 00 14 Abandoned Vessel Removal Work consists of the remove; and tranSpon of eligible abandoned vessels Estimated Quantity Per Unit Total Vessels less than 20 linear feet Lam?, Cattail Direr ations 75 5 60 00 5 ((1) QO Vessels 21 linear feet and greater tli/CITDt Lann 133; el 1::',41,,,,!^;)1,cr,s Doad Animal Carcasses Work consists of the recovery ard disposal of de cl animal carc.055es Total 50 5 rtO Or 5,]hat rtir Estimated Quantity 50 Pound Total 11" 50 7,076,397.50 Exhibit C Compensation Schedule for D & J RFP 702383 Attachment E Compensation Schedule Schedule 1 Hourly Labor, Equipment, and Material Price Schedule (This Schedule 1 is for informational purposes only and will not be evaluated) Equipment Type With 0 erato Air Curtain Burner, Self -Contained System 50Bucket Truck Crash Truck w/Impact Attenuator Dozer, Tracked, D3 or Equivalent Dozer, Tracked, D4 or Equivalent Dozer, Tracked, D5 or Equivalent Dozer, Tracked, 08 or Equivalent Dump Truck, 16 +/- CY Dump Truck, 20 +/- CY Dump Truck, 38 +/- CY Generator, 5.5 kW, List kW Capacity Generator, 200 kW, List kW Capacity Generator, 2,500 kW, List kW Capacity Light Plant with Fuel and Support Grader w/12' Blade (Min. 30,000 LB) Hydraulic Excavator, 1.5 CY Hydraulic Excavator, 2.5 CY Knuckleboom Loader Lowboy Trailer w/Tractor Mobile Crane up to 15 Ton Pump, 95 HP (Minimum 25' Intake and 200' Discharge to Include Fuel and Support Personnel) Pump, 200 HP (Minimum 25' Intake and 200' Discharge to Include Fuel and Support Personnel) Pump, 650 HP (Minimum 25' Intake and 200' Discharge to Include Fuel and Support Personnel) Vac Truck (Mist Capacity), List Capacity Pickup Truck, 1 Ton Skid -Steer Loader, 1,500 LB Operating Capacity (w/ utility grapple) Skid -Steer Loader, 2,500 LB Operating Capacity (w/ utility grapple) HourlyHourlv Labor Rate 425.00 125.00 85.00 125.00 125.00 125.00 145.00 75.00 95.00 125.00 65.00 95.00 225.00 65.00 145.00 125.00 125.00 135.00 125.00 125.00 135.00 165.00 325.00 165.00 45.00 125.00 125.00 Exhibit CCompensation Schedule for D&J RFP702383 Attachment E Compensation Schedule Equipment Type With Operator Hourly Labor Rate Compact Track Loader, 1.500 LB Operating Capacity (m/utility grapple) Compact Track Loader, 2.5OOLBOperating Capacity /wYutility grapple) Tub Grinder, 800to 1.000 HP - Hydraulic Excavator, 1.5CY(w/thumb) � Hydraulic Excavator, 2.5 CY hx/thunnb\ - Truck, Flatbed Articulated, Telescoping Scissor Lift for Tower, 15 HP/57FTLift Water Truck, 25UOGal /NOn-POt3b|9,Dust Control and Pavement Maintenance) Wheel Loader, 3CY. 152HP Wheel Loader, 4.00Y'2OOHP VVhee|LoodepBoCkhO8, 1.5CY,95HP Other—P|easoList 125.00 125.00 550.00 125,00 � 125.00 125.00 125.00 65.00 125.00 125.00 125.00 Labor Category Hourly Labor Rate Operations K8an8Qerw/CeU Phone and .5 Ton Pickup Crew Foreman wyCeU Phone and 1 Ton Equipment Truck wySrnaUTools and Misc. Supplies in Support of Crew Tree QinnberChaiUsavvand Gear Laborer vv/ChainSaw LabOr8rwY8nn8U TOo|S, Traffic COOUD|. or Flag person Bonded and Certified Security Personnel Other — Please List 85.00 60.00 45.00 45.00 45,00 Crew Category Wheel Loader, 2.5CY,95OO[Similar w/OperGtor, Foreman with Support Vehicle and Small Equipment, Laborer w/Ch8inSaw, and 2Laborers v/Gm8UTools Other — Please List Hourly Labor Rate 325.00 Exhibit C Compensation Schedule for D & J RFP 702383 Attachment E Compensation Schedule SCHEDULE 2 - UNIT RATE PRICE SCHEDULE Reference to RFP Scope of Services Items 2 to 16. If a Proposer elects to "No Bid" individual service offerings, their proposal may be considered non -responsive by the City. ROW Vegetative Debris Removal Work consists of the collection and transportation of eligible vegetative debris on the ROW or public property to City -approved DMS or City- approved final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 75,000 8.14 610,500.00 79.42 16 to 30.99 miles 120,000 8.67 1,040,400.00 82.94 31 to 60.99 miles 50,000 9.83 491,500.00 86.70 Greater than 61 miles 5,000 10.94 54,700.00 89.94 2 ROW C&D Debris Removal Work consists of the collection and transportation of eligible C&D on the ROW or public property to City -approved DMS or City -approved final disposal site as approved by City. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 25,000 9.14 228,500.00 86.70 16 to 30.99 miles 35,000 10.09 353,150.00 89.94 31 to 60.99 miles 15,000 10.49 157,350.00 92.42 Greater than 61 miles 1,000 11.80 11,800.00 94.10 Attachment E Compensation Schedule 3 Demolition, Removal, Transport and Disposal cfNon RACM Structures Work consists orthe decommissioning, demolition, and disposal meligible won'eACMstructures onpublic vrprivate property and hauling the resulting debris toCity-approved nnu/uiono,o/oxo. Estimated Quantity spa' Cubic Yard Total * Per Ton (Alternate) om 15.9emxov soo 11.37 5.885D0 97.04 1atonu.yymiles 500 12.80 6.400.00 10271 31 moo.00miles cno 13.64 2.728D0 109.00 Greater than o1miles 100 13.93 1.833.00 11470 4 Demolition, Removal, Transport and Disposal ofR4CM Structures Work consists wthe decommissioning, demolition, and disposal of eligible oAcM structures on public u,private property and hauling the resulting ueuxo mu City -approved final disposal site. Estimated Quantity $pur Cubic Yard Total * Per Ton (Alternate) nm1ayymiles auo 11.87 5.985.00 97.64 1oman.eemiles 500 12.80 6'400.08 102.71 31 toso.yymiles znn 13.64 2.728.00 109.80 Exhibit C Compensation Schedule for D & J RFP 702383 Attachment E Compensation Schedule 5 DMS Management and Operations Work consists of managing and operating DMS for acceptance of eligible disaster -related debris. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 200000 , 1.95 390,000.00 15,90 6 DMS Management and Reduction by Grinding Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through grinding. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 175,000 3.25 568,750.00 21.90 7 DMS Management and Reduction by Air Curtain Incineration Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through air curtain incinerators. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 25,000 3.25 81,250.00 21.90 8 DMS Management and Reduction by Compaction Work consists of managing and operating DMS for acceptance and reduction of eligible C&D disaster -related debris through compaction. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 75,000 3,25 243,750.00 21.90 9 Haul -Out of Reduced Debris to City -Approved Final Disposal Site Work consists of loading and transporting reduced eligible disaster -related debris at City -approved DMS to City -designated final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 10,000 5.41 54,100.00 24.70 Exhibit C Compensation Schedule for D & J RFP 702383 Attachment E Compensation Schedule 16 to 30.99 miles 15,000 6.13 91,950.00 26.80 31 to 60.99 miles 25,000 7.43 185,750.00 34.73 Greater than 61 miles 20,000 8,20 164,000.00 40.82 10 Removal of Hazardous Trees and Limbs Work consists of removing eligible hazardous trees or limbs and placing them on the safest possible location on the City ROW for collection under the terms and conditions of Scope of Services Item 2, Vegetative Debris Removal. Estimated QuantityTree $ Per T Total . , ' ' . 6-inch to 12.99-inch diameter 1,500 65,15 97,725.00 13-inch to 24.99-inch diameter 1,000 89.64 89,640.00 25-inch to 36.99-inch diameter 750 144.94 108,705.00 37-inch to 48.99-inch diameter 300 274.90 82,400.00 49-inch and larger diameter 100 328.43 32,843.00 Hanger Removal (per Tree) 3,000 94.15 282,420.00 Exhibit C Compensation Schedule for D & J RFP 702383 Attachment E Compensation Schedule 11 Removal of Hazardous Stumps Work consists of removing eligible hazardous stumps and transporting resulting debris from the ROW to an City approved DMS. Rate includes removal, backfill of stump hole, reduction, and final disposal. Stumps under 24" in diameter shall be paid at the Proposer's contracted rate for vegetative debris removal using the FEMA stump conversion table. Estimated Quantity $ Per Stump Total • 24.0-inch to 36.99-inch diameter 500 314.94 157,470.00 37-inch to 48.99-inch diameter 250 367.40 91850.00 , 49-inch and larger diameter 50 395.30 19,765.00 12 ROW White Goods Debris Removal Work consists of the removal of eligible white goods from the ROW to City - approved DMS site or City -approved facility for recycling. Proposer shall be responsible for recovering/disposing refrigerants as required by law, as well as unit decontamination in a contained area. Proposer shall also be responsible for the transportation of eligible white goods from the City - approved DMS to City -approved facility for recycling, Estimated Quantity $ Per Unit Total Refrigerators and freezers requiring refrigerant recovery and decontamination 250 97.64 24,410,00 Washers, dryers, stoves, ovens, AC units, and hot water heaters 500 64.34 32,170.00 13 Used Electronics Removal Work consists of the recovery and disposal of disaster -damaged televisions, computers, computer monitors, and microwaves unless otherwise specified in writing by the City. Estimated Quantity $ Per Unit Total , ... ' ` 250 37.40 9,350.00 Exhibit C Compensation Schedule for D & J RFP 702383 Attachment E Compensation Schedule 14 Household Hazardous Waste Removal, Transport, and Disposal Work consists of the collection, transportation, and disposal of HHW from the ROW to an City -approved permitted hazardous waste facility or MSW Type I landfill. Estimated Quantity $ Per Pound Total 10,000 11.94 119,400.00 15 Abandoned Vehicle Removal Work consists of the removal and transport of eligible abandoned vehicles. Estimated Quantity $ Per Unit Total Passenger Car 50 129.64 6,482.00 Single Axle 25 129.64 3,241.00 Double Axle 25 129.64 3,241.00 16 Abandoned Vessel Removal Work consists of the removal and transport of eligible abandoned vessels. Estimated Quantity $ Per Unit Total Vessels less than 20 linear feet 75 138.50 10,387.50 Vessels 21 linear feet and greater 50 224.10 11,205.00 17 Dead Animal Carcasses Work consists of the recovery and disposal of dead animal carcasses. Estimated Quantity $ Per Pound Total 50 11.94 597.00 Total 5, 943, 763.50 $ Exhibit C Compensation Schedule for D & J RFP 702383 Attachment E Compensation Schedule SCHEDULE 3 - UNIT RATE PRICE SCHEDULE FOR PARKS Schedule 3 allows for the proposer to provide separate pricing for work to be performed within City of Miami Parks. If a Proposer elects to "No Bid" individual service offerings, their proposal may be considered non -responsive by the City. ROW Vegetative Debris Removal Work consists of the collection and transportation of eligible vegetative debris on the ROW or public property to City -approved DMS or City- approved final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 75,000 8.14 610,500.00 79.42 16 to 30.99 miles 120,000 8.67 1,040,400.00 82.94 31 to 60.99 miles 50,000 9.83 491,500.00 86.70 Greater than 61 miles 5,000 10,94 54,700.00 89.94 2 ROW C&D Debris Removal Work consists of the collection and transportation of eligible C&D on the ROW or public property to City -approved DMS or City -approved final disposal site as approved by City. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 2,000 9.14 18,280.00 86.70 16 to 30.99 miles 3,000 10.09 30,270.00 89.94 31 to 60.99 miles 1,000 10.49 10,490.00 92.42 Greater than 61 miles 500 11.80 5,900.00 94.10 Exhibit C Compensation Schedule for D & J RFP 702383 Attachment E Compensation Schedule 3 DMS Management and Operations Work consists of managing and operating DMS for acceptance of el vegetative disaster -related debris. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity $ Perigible Cubic Yard Total $ Per Ton (Alternate) 200000 , 1.95 390,000.00 15.90 4 DMS Management and Reduction by Grinding Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through grinding. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per CubicYard Total $ Per Ton (Alternate) 175,000 3.25 568,750.00 21.90 5 DMS Management and Reduction by Air Curtain Incineration Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through air curtain incinerators. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 25,000 3.25 81,250.00 21.90 $ Per Ton (Alternate) 6 DMS Management and Reduction by Compaction and operating DMS for acceptance and Work consists of managing$ reduction of eligible C&D disaster -related debris through compaction. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity Per Cubic Yard Total 5,000 3.25 16,250.00 21.90 7 Haul -Out of Reduced Debris to City -Approved Final Disposal Site Work consists of loading and transporting reduced eligible disaster -related debris at City -approved DMS to City -designated final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 10,000 41 54100.00 Exhibit C Compensation Schedule for D & J RFP 702383 Attachment E Compensation Schedule 16 to 30.99 miles 15,000 6.13 91,950.00 26.80 31 to 60.99 miles 25,000 7.43 185,750.00 34.73 Greater than 61 miles 20,000 8.20 164,000.00 40.82 8 Removal of Hazardous Trees and Limbs Work consists of removing eligible hazardous trees or limbs and placing them on the safest possible location on the City ROW for collection under the terms and conditions of Scope of Services Item 2, Vegetative Debris Removal. Estimated Quantity $ Per Tree Total 6-inch to 12.99-inch diameter 7,500 65.15 488,625.00 13-inch to 24.99-inch diameter 5,000 89.64 448,200.00 25-inch to 36.99-inch diameter 3,750 144.94 543,525.00 37-inch to 48.99-inch diameter 1,500 274.90 412,350.00 49-inch and larger diameter 500 328.43 164,215.00 Hanger Removal (per Tree) 15,000 94.15 1,412,250.00 9 Removal of Hazardous Stumps Work consists of removing eligible hazardous stumps and transporting resulting debris from the ROW to a City approved DMS. Rate includes removal, backfill of stump hole, reduction, and final disposal. Stumps under 24" in diameter shall be paid at the Proposer's contracted rate for vegetative debris removal using the FEMA stump conversion table. Estimated Quantity $ Per Stump Total 24.0-inch to 36.99-inch diameter 2,000 314.94 629,880.00 37-inch to 48.99-inch diameter 1,000 367.40 367,400.00 49-inch and larger diameter 200 395.30 79,060.00 10 Abandoned Vessel Removal Work consists of the removal and transport of eligible abandoned vessels. Estimated Quantity $ Per Unit Total Vessels less than 20 linear feet 5 138.50 692.50 Vessels 21 linear feet and greater 3 224.10 672.30 Exhibit C Compensation Schedule for D & J RFP 702383 Attachment E Compensation Schedule 11 Dead Animal Carcasses Work consists of the recovery and disposal of dead animal carcasses. Estimated Quantity 15 $ Per Pound 11.94 Total 179.10 Total $ 8, 361,138.90 Exhibit C Compensation Schedule for DRC Attachment E Compensation Schedule Schedule 1 Hourly Labor, Equipment, and Material Price Schedule (This Schedule 1 is for informational purposes only and will not be evaluated) Equipment Type With Operator Hourly Labor Rate Air Curtain Burner, Self -Contained System $185.00 50' Bucket Truck $255.00 Crash Truck w/Impact Attenuator $150.00 Dozer, Tracked, 03 or Equivalent $150.00 Dozer, Tracked, 04 or Equivalent $200.00 Dozer, Tracked, D5 or Equivalent $300.00 Dozer, Tracked, D8 or Equivalent $400.00 Dump Truck, 16 +/- CY $125.00 Dump Truck, 20 +/- CY $135.00 Dump Truck, 38 +/- CY $165.00 Generator, 5.5 kW, List kW Capacity $35.00 Generator, 200 kW, List kW Capacity $165.00 Generator, 2,500 kW, List kW Capacity as available $350.00 Light Plant with Fuel and Support $100.00 Grader w/12' Blade (Min. 30,000 LB) $150.00 Hydraulic Excavator, 1.5 CY $145.00 Hydraulic Excavator, 2.5 CY $155.00 Knuckleboom Loader $250.00 Lowboy Trailer w/Tractor $150.00 Mobile Crane up to 15 Ton $225.00 Pump, 95 HP (Minimum 25' Intake and 200' Discharge to Include Fuel and Support Personnel) $200.00 Pump, 200 HP (Minimum 25' Intake and 200' Discharge to Include Fuel and Support Personnel) $300.00 Pump, 650 HP (Minimum 25' Intake and 200' Discharge to Include Fuel and Support Personnel) $400.00 Vac Truck (Mist Capacity), List Capacity Pickup Truck, 1 Ton Skid -Steer Loader, 1,500 LB Operating Capacity (w/ utility grapple) Skid -Steer Loader, 2,500 LB Operating Capacity (w/ utility grapple) $245.00 $45.00 $125.00 $135.00 Exhibit CCompensation Schedule for [}F<C Attachment E Compensation Schedule Equipment Type With Operato Compact Track Loader, 1.5OOLBOperating Capacity (w/ utility grapple) Compact Track Loader, 2.5OOLBOperating Capacity (w/utility !grapoke) Tub Grinder, 800to 1.000 HP Hydraulic Excavator, 1.5 CY(w/ thumb) Hydraulic Excevator, 2.5 CY (w/thumb) _ Truck, Flatbed - Articulated, Telescoping Scissor Lift for Tower, 15 MP/37FTLi� ----- ----- Voter Trunk. 2500 Gal (Non -Potable, Dust Control and Pavement Maintenance) ' -- Wheel Loader. 3 CY' 152 HP Wheel Loader, 4.0 CY, 200 HP Wheel LoadepBockhne, 1,5 CY, 95 HP Other—PleoceUst Hourly Labor Rate $135.00 $145.00 $545.00 $165.00 $175.00 $140.00 $145.00 $125.00 $180.00 $190.00 $175.00 Labor Category Operations Manager w/Cell Phone and .5Ton Pickup Crew Foreman v/C8U Phone and 1 Ton Equipment TruChwyG[noU Tools and Misc. Supplies in Support of Crew Tree C|innbgr/C}h3iOS8VVand Gear Laborer v/Ch@inSaw LoborBrvv/Gnn8U Tools, Traffic Control, or Flag person Bonded and Certified Security Personnel CDhcr—P|eoseUat Hourly Labor Rate *75.00 $90.00 $45.00 $45.00 $85.00 Crew Catecior Wheel Ln8der, 2.5 CY. 950 or Gimi|grvvK]oerebzr, Foreman with Support Vehicle and Small Equipment, Laborer w/ChainSaw, and 2Laborers w/GnnmUTools — Other—P|eaeeLiat Hourly Labor Rate Exhibit C Compensation Schedule for DRC Attachment E Compensation Schedule SCHEDULE 2 - UNIT RATE PRICE SCHEDULE Reference to RFP Scope of Services Items 2 to 16. If a Proposer elects to "No Bid" individual service offerings, their proposal may be considered non -responsive by the City. ROW Vegetative Debris Removal Work consists of the collection and transportation of eligible vegetative debris on the ROW or public property to City -approved DMS or City- approved final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 75,000 $8.75 $656,250.00 $70.00 16 to 30.99 miles 120,000 $8.75 $1,050,000.00 $70.00 31 to 60.99 miles 50,000 $8.75 $437,500.00 $70.00 Greater than 61 miles 5,000 $8.75 $43,750.00 $70.00 2 ROW C&D Debris Removal Work consists of the collection and transportation of eligible C&D on the ROW or public property to City -approved DMS or City -approved final disposal site as approved by City. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 25,000 $12.95 $323,750.00 $84.18 16 to 30.99 miles 35,000 $14.45 $505,750.00 $93.93 31 to 60.99 miles 15,000 $15.95 $239,250.00 $103.68 Greater than 61 miles 1,000 $17.45 $17,450.00 $113.43 Exhibit C Compensation Schedule for DRC Attachment E Compensation Schedule Demolition, Removal, Transport and Disposal of Non- RACM Structures Work consists of the decommissioning, demolition, and disposal of eligible Non-RACM structures on public or private property and hauling the resulting debris to City -approved final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 500 $20.75 $10,375.00 $134.88 16 to 30.99 miles 500 $21.75 $10,875.00 $141.38 31 to 60.99 miles 200 $22.75 $4,550.00 $147.88 Greater than 61 miles 100 $23.75 $2,375.00 $154.38 4 Demolition, Removal, Transport and Disposal of RACM Structures Work consists of the decommissioning, demolition, and disposal of eligible RACM structures on public or private property and hauling the resulting debris to a City -approved final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 500 $29.75 $14,875.00 $193.38 16 to 30.99 miles 500 $30.75 $15,375.00 $199.88 31 to 60.99 miles 200 $31.75 $6,350.00 $206.38 Greater than 61 miles 100 $32.75 $3,275.00 $212.88 Exhibit C Compensation Schedule for DRC Attachment E Compensation Schedule 5 DMS Management and Operations Work consists of managing and operating DMS for acceptance of eligible disaster related debris. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 200,000 $2.00 $400,000.00 $18.00 6 DMS Management and Reduction by Grinding Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through grinding. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 175,000 $2 75 $481,250.00 $22.00 7 DMS Management and Reduction by Air Curtain Incineration Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through air curtain incinerators. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 25,000 $1,00 $25,000.00 $8,00 8 DMS Management and Reduction by Compaction Work consists of managing and operating DMS for acceptance and reduction of eligible C&D disaster -related debris through compaction. The costs associated with acquiring, leasin renting,o eratin and q 9, 9. P 9, remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 75,000 $2,25 $168,750.00 $15.75 9 Haul -Out of Reduced Debris to City -Approved Final Disposal Site Work consists of loading and transporting reduced eligible disaster -related debris at City -approved DMS to City -designated final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 10,000 $7.25 $72,500.00 $58.00 Exhibit C Compensation Schedule for DRC Attachment E Compensation Schedule 16 to 30.99 miles 15,000 $7.95 $119,250.00 $63.60 31 to 60.99 miles 25,000 $8.95 $223,750.00 $71.60 Greater than 61 miles 20,000 $9.95 $199,000.00 $79.60 10 Removal of Hazardous Trees and Limbs Work consists of removing eligible hazardous trees or limbs and placing them on the safest possible location on the City ROW for collection under the terms and conditions of Scope of Services Item 2, Vegetative Debris Removal. Estimated Quantity $ Per Tree Total 6-inch to 12.99-inch diameter 1,500 $45.00 $67,500.00 13-inch to 24.99-inch diameter 1,000 $95.00 $95,000.00 25-inch to 36.99-inch diameter 750 $155.00 $116,250.00 37-inch to 48.99-inch diameter 300 $265.00 $79,500.00 49-inch and larger diameter 100 $350.00 $35,000.00 Hanger Removal (per Tree) 3,000 $75.00 $225,000.00 Exhibit C Compensation Schedule for DRC Attachment E Compensation Schedule 11 Removal of Hazardous Stumps Work consists of removing eligible hazardous stumps and transporting resulting debris from the ROW to an City approved DMS. Rate includes removal, backfill of stump hole, reduction, and final disposal. Stumps under 24" in diameter shall be paid at the Proposer's contracted rate for vegetative debris removal using the FEMA stump conversion table. Estimated Quantity $ Per Stump Total 24.0-inch to 36.99-inch diameter 500 $185.00 $92,500.00 37-inch to 48.99-inch diameter 250 $345.00 $86,250.00 49-inch and larger diameter 50 $550.00 $27,500.00 12 ROW White Goods Debris Removal Work consists of the removal of eligible white goods from the ROW to City - approved DMS site or City -approved facility for recycling. Proposer shall be responsible for recovering/disposing refrigerants as required by law, as well as unit decontamination in a contained area. Proposer shall also be responsible for the transportation of eligible white goods from the City - approved DMS to City -approved facility for recycling. Estimated Quantity $ Per Unit Total Refrigerators and freezers requiring refrigerant recovery and decontamination 250 $45.00 $11,250.00 Washers, dryers, stoves, ovens, AC units, and hot water heaters 500 $45.00 $22,500.00 13 Used Electronics Removal Work consists of the recovery and disposal of disaster -damaged televisions, computers, computer monitors, and microwaves unless otherwise specified in writing by the City. Estimated Quantity $ Per Unit Total 250 $35.00 $8,750.00 Exhibit C Compensation Schedule for DRC Attachment E Compensation Schedule 14 Household Hazardous Waste Removal, Transport, and Disposal Work consists of the collection, transportation, and disposal of HHW from the ROW to an City -approved permitted hazardous waste facility or MSW Type I landfill. Estimated Quantity $ Per Pound Total 10,000 $8.85 $88,500.00 15 Abandoned Vehicle Removal Work consists of the removal and transport of eligible abandoned vehicles. Estimated Quantity $ Per Unit Total Passenger Car 50 $250.00 $12,500.00 Single Axle 25 $400.00 $10,000.00 Double Axle 25 $600.00 $15,000.00 16 Abandoned Vessel Removal Work consists of the removal and transport of eligible abandoned vessels. Estimated Quantity $ Per Unit Total Vessels less than 20 linear feet 75 $1,500.00 $112,500.00 Vessels 21 linear feet and greater 50 $3,500.00 $175,000.00 17 Dead Animal Carcasses Work consists of the recovery and disposal of dead animal carcasses. Estimated Quantity $ Per Pound Total 50 $4.95 $247.50 Total $ 6,311,997.50 Exhibit C Compensation Schedule for DRC Attachment E Compensation Schedule SCHEDULE 3 - UNIT RATE PRICE SCHEDULE FOR PARKS Schedule 3 allows for the proposer to provide separate pricing for work to be performed within City of Miami Parks. If a Proposer elects to "No Bid" individual service offerings, their proposal may be considered non -responsive by the City. ROW Vegetative Debris Removal Work consists of the collection and transportation of eligible vegetative debris on the ROW or public property to City -approved DMS or City- approved final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 75,000 $9.95 $746,250.00 $79.60 16 to 30.99 miles 120,000 $9.95 $1,194,000.00 $79.60 31 to 60.99 miles 50,000 $9_95 $497,500.00 $79.60 Greater than 61 miles 5,000 $9.95 $49,750.00 $79.60 2 ROW C&D Debris Removal Work consists of the collection and transportation of eligible C&D on the ROW or public property to City -approved DMS or City -approved final disposal site as approved by City. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 2,000 $13.50 $27,000.00 $87.75 16 to 30.99 miles 3,000 $14.50 $43,500.00 $94.25 31 to 60.99 miles 1,000 $15.50 $15,500.00 $100.75 Greater than 61 miles 500 $16.50 $8,250.00 $107.25 Exhibit C Compensation Schedule for DRC Attachment E Compensation Schedule 3 DMS Management and Operations Work consists of managing and operating DMS for acceptance of eligible vegetative disaster -related debris. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 200,000 $2.00 $400,000.00 $18.00 4 DMS Management and Reduction by Grinding Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster related debris through grinding. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 175,000 $2.75 $481,250.00 $22.00 5 DMS Management and Reduction by Air Curtain Incineration Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through air curtain incinerators. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 25,000 $1.00 $25,000.00 $8.00 $ Per Ton (Alternate) 6 DMS Management and Reduction by Compaction Work consists of managing and operating DMS for acceptance and reduction of eligible C&D disaster -related debris through compaction. The costs associated with acquiring, leasin renting,o eratin and q 9, 9, P 9, remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total 5,000 $2.25 $11,250.00 $16.88 7 Haul -Out of Reduced Debris to City -Approved Final Disposal Site Work consists of loading and transporting reduced eligible disaster -related debris at City -approved DMS to City -designated final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 10,000 $7.25 $72,500.00 $58.00 Exhibit C Compensation Schedule for DRC Attachment E Compensation Schedule 16 to 30.99 miles 15,000 $7.95 $119,250.00 $63.60 31 to 60.99 miles 25,000 $8.95 $223,750.00 $71.60 Greater than 61 miles 20,000 $9.95 $199,000.00 $79.60 $ Removal of Hazardous Trees and Limbs Work consists of removing eligible hazardous trees or limbs and placing them on the safest possible location on the City ROW for collection under the terms and conditions of Scope of Services Item 2, Vegetative Debris Removal. Estimated quantity $ Per Tree Total 6-inch to 12.99-inch diameter 7,500 $45.00 $337,500.00 13-inch to 24.99-inch diameter 5,000 $95.00 $475,000.00 25-inch to 36.99-inch diameter 3,750 $155.00 $581,250.00 37-inch to 48.99-inch diameter 1,500 $265.00 $397,500.00 49-inch and larger diameter 500 $350.00 $175,000.00 Hanger Removal (per Tree) 15,000 $75.00 $1,125.000.00 9 Removal of Hazardous Stumps Work consists of removing eligible hazardous stumps and transporting resulting debris from the ROW to a City approved DMS. Rate includes removal, backfill of stump hole, reduction, and final disposal. Stumps under 24" in diameter shall be paid at the Proposer's contracted rate for vegetative debris removal using the FEMA stump conversion table. Estimated Quantity $ Per Stump Total 24.0-inch to 36.99-inch diameter 2,000 $185.00 $370,000.00 37-inch to 48.99-inch diameter 1,000 $345.00 $345,000.00 49-inch and larger diameter 200 $550.00 $110,000.00 10 Abandoned Vessel Removal Work consists of the removal and transport of eligible abandoned vessels. Estimated Quantity $ Per Unit Total Vessels less than 20 linear feet 5 $1,500.00 $7,500.00 Vessels 21 linear feet and greater 3 $3,500.00 $10,500.00 Exhibit C Compensation Schedule for DRC Attachment E Compensation Schedule 11 Dead Animal Carcasses Work consists of the recovery and disposal of dead animal carcasses. Estimated Quantity $ Per Pound Total 15 $4.95 $74.25 Total 8,048,074.25 Exhibit CCompensation Schedule for T.F.R. [{FP702393 AttnCbnuxot E Compensation Sclirdul, Schedule I LIuur\Y Labor, E@uiproenr, and Mla[criu| PriccScliedule (This Schedule 1 isfor informational purposes only and will not bmevaluated) Eou��� � i ��N�-hD Operator Air Curtain Burner, Self -Contained System 50' Bucket Truck Crash Truck m/|mpaCtAMenuator - Dozer, Tracked, D3nrEquivalent Dozer, Tracked, D4orEquivalent Dozer, Tracked, D5 or Equivalent Dozer, Tracked, OOorEquivalent Dump Truck, 1GCY � Dump Truck, 20 CY Dump Truck, 38 CY Generator, 5.5 kW, List kW Capacity Generator, 200 kVV. List kVV Capacity Generator, 2.500 hVV. List kVVCapacity Light Plant with Fuel and Support Grader wy12'Blade (Min.3O.00QLB) Hydraulic Excavator, 1.5CY - Hydraulic Excavator, 2.5CY Knuck|eboornLoader Lowboy Trailer w/Trank/r � Mobile Crane LIP to 15Ton Pump, 85HP(Minimum 25'Intake and 2O0'Discharge h]Include Fuel and Support Persnnnm|) Pump. 200 HP (Minimum 25' Intake and 2OO' Discharge to Include Fuel and SupportPorsnnnC|) Pump, 650 HP (Minimum 25' Intake and 200' Discharge to Include Fuel and Support Personnel) Vac Truck (Mist Capacity), List Capacity Pickup Truck, 1 Ton � Skid-Steer Loader. 1,500 LB [)penshnQ Capacity (w/ utility grapple) Skid -Steer Loade,r, 2,500 LB Operating Capacity (wl uU|it/own| Exhibit CCompensation Schedule for T.F.R. RFP7073N3 /kttacboocntE Compensation Schedule _ Equipment With Operator Compact Track Loader, 1.50OLBOperating Capacity (ml utility gnepp|e) Compact Track Loader, 2.500 LB Operating Capacity (mlutility gnapp|e) Tub Grinder, 800to 1.000 HP Hydraulic Exoavator, 1.5 CY /w/thumb\ Hydraulic ExcGvntor, 2.5 CY(wYthumb) TruCh, Flatbed Articulated, Telescoping Scissor Lift for Tower, 15 HFY37 FT Lift Water Truck, 2500 G0| (Non -Potable, Dust Control and Pavement Maintenance) Wheel Loader, 3CY. 152HP Wheel Loader, 4.0CY. 200HP VVhee|Load*r-Bnckhoe. 1.5CY'95HP OUher-P|easeList LabnrCat� _ go[y______� Operations K8anaQorwyCeU Phone and .5 Ton Pickup Crew Foreman vv/CeU Phone and 1 Ton Equipment TnuCkw/SnnaU Tools and Misc. Supplies in Support of Crew Tree Climber/Chainsaw and Gear Laborer w/ChainSaw Leborerw/8maU Too|s, Traffic Control, or Flag person Bonded and Certified Security Personnel Othnr- Please List Hourly Labor Ra /0° `- CrewCateo Wheel Loader, 25 CY. 950 orSimilar w/Operahar. Foreman with Support Vehicle and Small Equipment, LaborerwYChain Saw, and 2 Laborers wiSmoU Tools Other -Please List Hourly Labor _ '- c� 7l -4�� Exhibit C Compensation Schedule for T.F.R. RFP 702383 Attachment E Compensation Schedule SCHEDULE 2 - UNIT RATE PRICE SCHEDULE Reference to RFP Scope of Services Items 2 to 16 If a Proposer elects to "No Bid" individual service offerings, their proposal may be considered non -responsive by the City ROW Vegetative Debris Removal Work consists of the collection and transportation of eligible vegetative debris on the ROW or public property to City -approved DMS or City- approved final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 1599 miles 75000 , It iiikii, L. , 'i 1 16 to 30.99 miles 120,000 ; , ; i „i. I cifict), C(i 31 to 60.99 miles 50,000 i -- i ' 2 i t. . i . , „i„., -,' i , t ',.,-{, ,,,-. i i„ - - --)_;,, L ( _ Greater than 61 miles 5,000 , ti ' 2 ROW C&D Debris Removal Work consists of the collection and transportation of eligible C&D on the ROW or public property to City -approved DMS or City -approved final disposal site as approved by City. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15 99 miles 25,000 i ' - titt, ,i i iti.i.L,,„-iii i r- (7,, . 16 to 30 99 miles 35,000 i 31 to 60.99 miles 15,000 ,, iit ..,,,...,, 'iik,,i., „,;,•ti , r,tc i ,,,/,_.', D f t Greater than 61 miles Exhibit C Compensation Schedule for T.F.R. RFP 702383 Attachment E Compensation Schedule Non- 3 Demolition, Removal, Transport and Disposal of Non- RACM Structures Work consists of the decommissioning, demolition, and disposal of elig Non-RACM structures on public or private property and hauling the resulting debris to City -approved final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 500 500 — - :C. 16 to 30.99 miles 31 to 60 99 miles 200 'ti, Greater than 61 miles 100 ( ,..(. - -- :-,' 1. 4 Demolition, Removal, Transport and Disposal of RACM Structures Work consists of the decommissioning, demolition, and disposal of eligible RACM structures on public or private property and hauling the resulting debris to a City -approved final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 500 16 to 30.99 miles 500 31 to 60.99 miles 200 Greater than 61 mIes 100 ii",ii ' Exhibit C Compensation Schedule for T.F.R. RFP 7023S3 Attachment E Compensation Schedule 5 DMS Management and Operations Work consists of managing and operating DMS for acceptance of eligible disaster -related debris. The costs associated with acquiring, preparing, leasing, renting. operating, and remediating land used as DtvIS is reflected in this bid, Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 200,000 . . .. , ..... -- .. , ,...,....... 6 DMS Management and Reduction by Grinding Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through grinding. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid, Estimated Quantity ' $ Per Cubic Yard Total $ Per Ton (Alternate) 175,000 7 , — ' , ._)T ) ,'..• r- - , , .... ., -: r,:., , '.. , ), % ,,. ,,r, 4 - i • (.. ..i. 7 DMS Management and Reduction by Air Curtain Incineration Work consists of managing and operating DMS for acceptance. and reduction of eligible vegetative disaster -related debris through air curtain incinerators. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid, Estim Quantity $ Perated Cubic Yard Total $ Per Ton (Alternate) 25,000 , , ._._.. 8 DMS Management and Reduction by Compaction Work consists of managing and operating DMS for acceptance and reduction of eligible C&D disaster -related debris through compaction. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 9 Haul -Out of Reduced Debris to City -Approved Final Disposal Site Work, consists of loading and transporting reduced eligible disaster -related debris at City -approved DMS to City -designated final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 10.000 L; ''' „,- , : - '; , , - - ...„ r: '. ...' ./ , Exhibit C Compensation Schedule for T.F.R. RFP 702383 Attachment E Compensation Schedule 16 to 30,99 ernes 15,000 31 to 60.99 miles Greater than 61 miles 25,000 20,009 10 Removal of Hazardous Trees and Limbs Work consists of removing eligible hazardous trees or limbs and placing them on the safest possible location on the City ROW for collection under the terms and conditions of Scope of Services Item 2, Vegetative Debris Removal 1 Estimated Quantity $ Per Tree Total 6-inch to 12.99-inch diameter 1,500 ,. 13-inch to 24.99-inch diameter 1,000 750 - , i , .. 25-inch to 36.99-inch diameter 37-inch to 48.99-inch diameter 300 49-inch and larger diameter 100 ., , , . Hanger Removal (per Tree) 3,000 _ Exhibit C Compensation Schedule for T.F.R. REP 702383 Attachment E Compensation Schedule 11 Removal of Hazardous Stumps Work consists of removing eligible hazardous stumps and transporting resulting debris from the ROW to an City approved DIMS. Rate includes removal, backlit' of stump hole, reduction, and final disposal. Stumps under 24'' in diameter shall be paid at the Proposer's contracted rate for vegetative debris removal using the FEMA stump conversion table. Estimated Quantity $ Per Stump Total 24.0-incli to 36.99-inch diameter 500 37-inch to 48.99-inch diameter 250 49-inch and larger diameter 50 12 ROW White Goods Debris Removal VVork consists of the removal of eligible white goods from the ROW tO City - approved DMS site or City -approved facility for recycling. Proposer shall be responsible for recovering/disposing refrigerants as required by law, as well as unit decontamination in a contained area. Proposer shall also be responsible for the transportation of eligible white goods from the City - approved DtvIS to City -approved facility for recycling. Estimated Quantity $ Per Unit Total Refrigerators a n d freezers requiring refrigerant recovery and decontamination 250 Washers, dryers, stoves, ovens, AC units, and hot water heaters 500 13 Used Electronics Removal Work consists of the recovery arid disposal of disaster -damaged televisions, computers, computer monitors, and microwaves unless otherwise specified in writing by the City. Estimated Quantity $ Per Unit Total 250 — „ Exhibit C Compensation Schedule for T.F.R. RFP 702383 Attachment E Cornpensation Schedule 14 Household Hazardous Waste Removal, Transport, and Disposal Work consists of the collection, transportation, and disposal of HHW from the ROW to an City -approved permitted hazardous waste facility or MSW Type I landfill Estimated Quantity $ Per Pound Total 10,000 15 Abandoned Vehicle Removal Work consists of the removal and transport of eligible abandoned vehicles. Estimated Quantity $ Per Unit Total Passenger Car 50 .., Single Axle 25 Double Axle 25 16 Abandoned Vessel Removal Work consists of the removal and transport of eligible abandoned vessels Estimated Quantity $ Per Unit Total Vessels less than 20 linear feet 75 , Vessels 21 linear feet and greater 50 17 Dead Animal Carcasses Work consists of the recovery and disposal of dead animal carcasses Estimated Quantity $ Per Pound Total 50 Total Exhibit C Compensation Schedule for T.F.R. RFP 702383 Attachment E Compensation Schedule SCHEDULE 3 - UNIT RATE PRICE SCHEDULE FOR PARKS Schedule 3 allows for the proposer to provide separate pricing for work to be performed within City of Miami Parks. If a Proposer elects to "No Bid" individual service offerings.. their proposal may be considered non -responsive by the City. ROW Vegetative Debris Removal Work consists of the collection and transportation of eligible vegetative debris on the ROW or public property to City -approved DMS or City- approved final disposal site. Estimated Quantity $ Per CubiC Yard Total $ Per Ton (Alternate) 0 to 15 99 miles 75.000 16 to 30.99 miles 120 000 31 to 60 99 miles 50,000 Greater than 61 miles 5.000 i I 2 ROW C&D Debris Removal Work consists of the collection and transportation of eligible C&D on the ROW or public property to City -approved DMS or City -approved final disposal site as approved by City. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 2,000 16 to 30.99 miles 3.000 31 to 60.99 miles 1,000 Greater than 61 miles 500 Exhibit C Compensation Schedule for T.F.R. RFP 702383 Attachment E Compensation Schedule 3 DMS Management and Operations Work consists of managing and operating DMS for acceptance of eligible vegetative disaster -related debris. The costs associated with acquiring' preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 200,000 4 DMS Management and Reduction by Grinding Work consists of managing and operating DMS for acceptance and reduction of vegetative disastet debris through grinding. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated $ Per Cubic Yard Total $ Per Ton (Alternate) 175,000 Estimated Quantity ....t .: ': $ Per Cubic Yard Total $ Per Ton (Alternate) 5 DMS Management and Reduction by Air Curtain Incineration Work consists of managing and operating DMS for acceptance and reduction of eligible vegetative disaster -related debris through air curtain incinerators. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. 25,000 ' $ Per Cubic Yard — •:-.." 'T.' Total ' i ) (, ,.. $ Per Ton (Alternate) 6 DMS Management and Reduction by Compaction Work consists of managing and operating DMS for acceptance and reduction of eligible C&D disaster -related debris through compaction. The costs associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS is reflected in this bid. Estimated Quantity 5,000 /-• '..' .,,_ . ,..,.. 7 Haul -Out of Reduced Debris to City -Approved Final Disposal Site Work consists of loading and transporting reduced eligible disaster -related debris at City -approved DMS to City -designated final disposal site. Estimated Quantity $ Per Cubic Yard Total $ Per Ton (Alternate) 0 to 15.99 miles 10,000 -., , r r Exhibit C Compensation Schedule for T.F.R, RFP 702383 Attachment E Compensation Schedule 16 to 30.99 mile 15,000 31 to 60 99 miles 25,000 Greater than 6'1 miles 20.000 8 Removal of Hazardous Trees and Limbs Work consists of removing eligible hazardous trees or limbs and placing them on the safest possible location on the City ROW for collection under the terms and conditions of Scope of Services Item 2, Vegetative Debris Removal. Estimated Quantity $ Per Tree Total 6-inch to 12.99-inch diameter 7,500 13-inch to 24.99-inch diameter 5,000 25-inch to 36.99-inch diameter 3,750 37-inch to 48,99-inch diameter 1,500 49-inch and larger diameter 500 Hanger Removal (per Tree) 15,000 9 Removal of Hazardous Stumps Work consists of removing eligible hazardous stumps and transporting resulting debris from the ROW to a City approved DMS. Rate includes removal, backfill of stump hole, reduction, and final disposal. Stumps under 24" in diameter shall be paid et the Proposer's contracted rate for vegetative debris removal using the FEMA stump conversion table. 24.0-inch to 36 99-inch diameter 37-inch to 48.99-inch diameter 49-inch and larger diameter 10 Abandoned Vessel Removal Work consists of the removal and transport of eligible abandoned vessels. Vessels less than 20 linear feet Vessels 21 linear feet and greater $ Per Stump $ Per Unit Total Total Estimated Quantity 2,000 1,000 200 Estimated Quantity 5 Exhibit C Compensation Schedule for T.F.R. RFT 702383 Attachment E Compensation Schedule 11 Dead Animal Carcasses Work consists of the recovery and disposal of dead animal carcasses Estimated Quantity 15 $ Per Pound Total Total