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