Loading...
HomeMy WebLinkAboutItem #07 Award RFP #06-003 Emergency Storm Debris Collection and Disposal AGENDA ITEM COVER SHEET Meeting Date: June 20, 2006 Item # 7 Contact Name: Contact Number: Joyce Tolbert 1516 Reviewed By: Department Director: City Manager: /#tt ~ K____ Subject: Award of RFP #06-003 Emergency Storm Debris Collection$Di~posal Background Summary: In compliance with the Federal Emergency Management Agency requirements and policies and procedures of the City of Ocoee Purchasing Code Chapter 21, a Request for Proposals (RFP) was advertised with the intention to award a term contract to one (l) or more qualified contractors that have experience and expertise in providing the necessary services required for rapid mobilization, collection, and disposal of organic and non-organic storm debris from the public right-of-ways and publicly owned land and facilities upon notification by the City. The scope of work includes both declared emergencies such as hurricanes and tornadoes and debris removal from other minor storms as requested by the City. The contract is on an as needed basis, as deemed necessary by the City and shall be renewable for four (4) consecutive years. Issue: A ward of Emergency Storm Debris Collection & Disposal to the four (4) short-listed firms recommended by the Selection Committee. Recommendations Staff recommends that the City Commission award four (4) term contracts for RFP #06-003 Emergency Storm Debris Collection & Disposal to Crowder-Gulf Joint Venture, Omni Pinnacle LLC, Asplundh Environmental Services Inc, and 4 Jays-Management Inc, and authorize the Mayor, City Clerk, and Staff to execute all necessary contract documents. Attachments: 1. RFP #06-003 2. Crowder Gulf Proposal 3. Omni Pinnacle Proposal 4. Asplundh Proposal 5. 4 Javs Proposal 6. Pete & Ron's Proposal 7. JB Coxwell Proposal 8. Phillips & Jordan Proposal 9. DRC Emerqencv Proposal 10. D&J Enterprises Proposal 11. Tonv's Construction Proposal 12. RFP Checklist 13. RFP Shortlist/Evaluation Totals Financial Impact: At such time these services are needed, the funding would come from the Public Works operating budget. The City would be eligible for FEMA reimbursement should there be a declared emergency. Type of Item: (please mark with an "x") Public Hearing _ Ordinance First Reading _ Ordinance Second Reading Resolution -L Commission Approval Discussion & Direction For Clerk's DeDfUse: _ Consent Agenda _ Public Hearing _ Regular Agenda _ Original Document/Contract Attached for Execution by City Clerk ~ Original Document/Contract Held by Department for Execution Reviewed by City Attorney Reviewed by Finance Dept. Reviewed by ( ) ~U,lltLAr N/A N/A N/A 2 Mayor S. Scott Vandergrift City Manager Robert Frank Commissioners Garv Hood, District 1 Scott Anderson, District 2 Rustv Johnson. District 3 Joel Keller, District 4 STAFF REPORT The Honorable Mayor and City Commissioners Joyce Tolbert, Purchasing Agent 0/ June 13, 2006 TO: FROM: DATE: RE: Award ofRFP #06-003 Emergency Storm Debris Collection & Disposal ISSUE A ward of Emergency Storm Debris Collection & Disposal to the four (4) short-listed firms recommended by the Selection Committee. BACKGROUNDIDISCUSSION In compliance with the Federal Emergency Management Agency requirements and policies and procedures of the City of Ocoee Purchasing Code Chapter 21, a Request for Proposals (RFP) was advertised with the intention to award a term contract to one (l) or more qualified contractors that have experience and expertise in providing the necessary services required for rapid mobilization, collection, and disposal of organic and non-organic storm debris from the public right-of-ways and publicly owned land and facilities upon notification by the City. The scope of work includes both declared emergencies such as hurricanes and tornadoes and debris removal from other minor storms as requested by the City. The contract is on an as needed basis, as deemed necessary by the City and shall be renewable for four (4) consecutive years. The Finance Department reviewed the eleven (11) proposal packages and all but one were considered responsive. Complete copies of all proposals are available in the Finance Department for your review. The RFP Selection Committee, which consisted of three (3) members, evaluated the proposals: Tonya Elliott, Assistant Public Works Director; Pam Brosonski" Senior Accountant; and Judy Henry, Administrative Assistant III. The public RFP Selection Committee meeting was held on May 31, 2006 to shortlist the ten (10) responses received. The Selection Committee evaluated and ranked the firms from 0-300 points on specific evaluation criteria. The recommended short-listed firms and their rankings are as follows: 1. Crowder-Gulf Joint Venture, Inc. 2. Omni Pinnacle, LLC 3. Asplundh Environmental Services, Inc. 4. 4 Jays-Management, Inc. 5. Pete & Ron's Tree Service, Inc. 6. JB Coxwell Contracting, Inc. 7. Phillips & Jordan, Inc. 8. DRC Emergency Services 9. D&J Enterprises, Inc. 10. Tony's Construction, Inc. All Florida Land Clearing 248 Points 240 Points 230 Points 212 Points 210 Points 205 Points 196 Points 188 Points 158 Points 152 Points Non-Responsive-failed to submit bid security The Selection Committee is recommending the City contract with the four (4) top-ranked firms. In the event the City determines these services are needed, all firms would be contacted and awarded the work based on mobilization time. If more than one firm can provide rapid mobilization, the work would be awarded based on their contract price. 1 RFP #06-003 EMERGENCY STORM DEBRIS COLLECTION DISPOSAL 5/02/06 2:00 pm No. 4 Jays-Management,lnc. Cashier's (FJL) Yes Yes Check Active $10.00/cy $12.00/cy Cashier's 2 Tony's Construction, Inc. Yes Yes Check Active $40.00/cy $33.50/cy 3 Services, Inc. Yes Yes Bid Bond Active $ 8.00/cy $ 9.40/cy 4 Yes Yes Bid Bond Active $ 8.39/cy $ 8.39/cy 5 Yes Yes Bid Bond Active $11.90/cy $12.50/cy one 6 All Florida Land Clearing Submitted Non-Responsive 7 JB Coxwell Contracting, Inc. Yes Yes Bid Bond Active $19.25/cy $23.00/cy 8 DRC Emergency Services Yes Yes Bid Bond Active $10.80/cy $11.58/cy 9 Omni Pinnacle, LLC Yes Yes Bid Bond Active $9.50/cy $9.50/cy 10 D & J Enterprises, Inc. Yes No Bid Bond Active $24.25/cy $26.50/cy 11 Phillips & Jordan, Inc. Yes Yes Bid Bond Active $13.00/cy $13.50/cr 12 13 14 15 16 17 N ~.... N ~ 01 N N e,.)e,.) o N N ~ o N ....~ CO N o 01 co CO N N,jlo o ~ 01 CO ~ CD 0> -'"'0 r.., <::'I O' QCD "g '"'0 Si' a ...."'0 ~g Q) o:::OCm'"'Oo3CDS I CDOXro I Q)oOCD ~ CD' ~ ~ :5. ~ g. -5. en ro en :J. 0 -. 3 0 ~. ~ S' ~ ~ '8 ~ CD 5 ::s CD ~ 0 CJ) :;. -< ;a. CD .... en Q) _CD .... - - .!!. :J 3 0 CD 0. =-0 Q) - .., -:::O~)> CD cP CD 0" en <Deno= o 0"'0 Q':;::;: C 0 -. '< .., "tJ:J N _ oOo.CDo m:;' ~:::o .... 0. Q) .!!. "'Q. 0. 0.< .t:>. VJ VJ CD ~ N VJ o .t:>. 0> .t:>. -.J 01 VJ VJ -.J VJ co 0> o VJ o .t:>. 01 .t:>. N .t:>. VJ .t:>. co .t:>. -.J ~ co .t:>. o VJ 01 .t:>. VJ 0> 01 01 o -.J N 0> o -.J 01 0> 01 .t:>. co -.J o 01 o 01 co 0> 01 0> o 0> 01 0> o -.J 01 0> 01 01 01 -.J 01 01 o 0> o 0-1 o 0 ::s ::s 0'< !:I' ui c (') .. o' ::s m)> ::s 0 <"0 a' c ::s ::s 3 g: CD ::s .. !. me ::s ~ l;'c... .. "0 .. Iii' CD o c..."'tI o ~ .. 0._ III -. ::si ~ o o s:: OJ Z m e -I o -I )> r en " o :;0 :!! z )> z o m c m "'tI -I 0; O~ 3:~ OJ - z m c -I o -I )> r- en c :;0 o o 3 ::s m 3: m :;0 G) m z o -< en -t o :;0 3: m c < m:;o~ aJ"T1C 2:!"'C> en~-t ogo 06Z r-O"T1 r-wO m :;0 ~ 3: o Z > Z c Q en "'C o en > r- CROWDER-GULF Disaster Recovery and Debris Management 15535 Business Parkway Theodore, Alabama 36582 Office: (800) 992-6207 Fax: (251) 654-0470 April 27, 2006 City of Ocoee - Finance Department Attn: Jocye Tolbert, Purchasing Agent 150 N. Lakeshore Drive Ocoee, FL 34761-2258 Re: RFP #06-003 EMERGENCY STORM DEBRIS COLLECTIONS & DISPOSAL Dear Ms, Tolbert: Crowder-Gulf Joint Venture, Inc. is a nationally recognized in disaster debris management and would like to formally express our interest in entering into a contract for RFP # 06-003 Emergency Store Debris Collection & Disposal with the City of Ocoee. Accordingly, Crowder-Gulf is pleased to submit herewith, in accordance with the terms and conditions of your RFP, the enclosed proposal for all phases of disaster management services for your review and consideration. Crowder-Gulf has worked all the major disasters in the Southeast for the past 37 years. Our personnel have worked in planning and managing successful disaster debris removal, reduction, and disposal operations in Alabama, Florida, Georgia, Kansas, Mississippi, Missouri, North Carolina, South Carolina, Tennessee, Texas, and Virginia. During our 37 years of work with storm debris removal, reduction, and disposal, we have developed a successful plan of operation to complete the clean up in a minimum amount of time, and in a safe, orderly and practical manner. Our people are experienced and qualified, with a reputation for providing efficient and effective disaster debris management services. We use a combination of company crews and subcontractors to perform work. We have numerous local subcontractors as well as subcontracts throughout the Southeast who have provided commitment letters and will respond and mobilize within 24 hours of notice. Crowder-Gulf is submitting this proposal solely as Principal and has not contacted or in any way colluded with any person or entity submitting a proposal pursuant to your request. Our proposal shall remain firm and irrevocable for 150 calendar days. We sincerely appreciate the opportunity to make this proposal and look forward to working with you on your clean-up requirements. If you have any questions, comments or require additional information, please do not hesitate to contact us. We appreciate your time and consideration. Best Regards, I ; I I I I I I I I I I I I I I I I I i I PRICE PROPOSAL FORM RFP #06-003 Please note that the above specifICations are intended as minimum and preferred guidelines. Please submit a proposal on only one (1) type of system for each line item that best meets the speciflcations. City maintains the right to mix and match the proposal items to meet budget constraints. Contractor shall be compensated for the debris removal per cubic vards of debris removed plus the actual disposal costs (if applicable). The minimum compensation per authorization shall be for 20 cubic yards collection and transportation plus the actual disposal costs. Total proposed compensation for the mobilization, collection, and transportation of debris: Biodegradable Debris: $ Non-Biodegradable Debris: $ 11.90 12.50 per Cubic Yard per Cubic Yard Crowder-Gulf Joint Venture, Inc. April 27, 2006 ~~~~~ ~~ Crowder Excavating - CGC054485 / Gulf Equipment - CGC040327 Contractor's License Number RFP #06-003 28 RFP #06-003 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORKIPRICE PROPOSAL FORM" ARE ACCURATE AND WITHOUT COLLUSION. I I I -1 Crowder-Gulf Joint Venture, Inc. COMPANY NAME 800-992-6207 TELEPHONE (INCLUDE AREA CODE) 251-654-0470 FAX (INCLUDE AREA CODE) aramsay@crowdergulf.com E-MAIL ADDRESS manual) IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: John Ramsay, President NAMErrITLE (pLEASE PRINT) 5535 Business Parkway STREET ADDRESS Theodore, AL 36582 CITY ST ATE ZIP FEDERAL ID # 01-0626019 _Individual -LCorporation _Partnership _Other (SpecifY) Sworn to and subscribed before me this 27th day of April '120~. Personally Known X or Produced Identification Notary PubJiQ. d:)P.f ~ L County of 'l\ . \ IL t~;e~i~~~~ '(Type ofIdentification) Printed, typed stamped Commissioned name of Notary Public MY COMMISSION EXPIRES APRlb Hi, 2008 RFP #06-003 29 PRICE PROPOSAL FORIVlI I RFP #06-003 I \ Please note that the above specifications are intended as minimum and preferred guidelines. Please submit II proposal on only one (1) type of system/or each line item that best meets the specifications. City maintains the right to mix and match the p,'oposa/ items to meet budget constraints. Contractor shall be compensated for the debris removal per cubic yards of debris removed plus the actual disposal costs (if applicable). The minimum compensation per authorization shall be for 20 cubic yards collection and transpOltation plus the actual disposal costs. Total proposed compensation for the mobilization, collection, and transportation of debris: Biodegradable Debris: $ Non-Biodegradable Debris: $ 9.50 9 so per Cubic Yard per Cubic Yard I 'I I Omni Pinnacle, LLC Company Name CUC054926 CBC056646 Contractor's License Number 4-29-0n Date Brian Reine Authorized Officer (print) ~ ~ ~ Authorized Signature RFP #06-003 28 RFP #06-003 COMPANY INFORM A TION/SIGNA TUftE SHEET FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/PRICE PROPOSAL FORM" ARE ACCURATE AND WITHOUT COLLUSION. Omni Pinnacle, LLC COMPANY NAME 985-645-0306 TE~~5~g~j~~~~UDE AREA CODE) FAX (INCLUDE AREA CODE) omnipinnacle@yahoo.com E-MAIL ADDRESS ~-~---_._-<--.- AUTHORIiED SIGNATURE (manual) IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Brian Reine NAME/TITLE (PLEASE PRINT) 130 W. Howze Beach Rd. STREET ADDRESS Slide1l, LA 70458 CITY ST ATE ZIP FEDERAL ill # 30-0305755 _Individual -X- Corporation _Partnership _Other (Specify) Sworn to "'" ",b"ribod b,lOm me thi, ,;z q ~y of ~ 20 06 . Personally Known ~ or Produced Identification__ 1\ j eft- (Type ofIdentifi atlOn) ~ 0;' \ <:>\-1 Notary Public - State of Lou.. t' 50 I' {~ n L GGlHHy of 51".70, vf\ yY\ O./H{} Wr)^VV\/(J- jJ ' r!JIOJY\..tP-O-LY~~. Signature of Notary Public V U Printed, typed or stamped Commissioned name ofNotalY PUbli~'Ju~~.,W~~'~;9 48e rownswltch Road SlIden, LA 70458 (985) 643-4860 Ote (985) 640-1985 Cell RFP #06-003 29 ASPLUNDH ASPLUNDH ENVIRONMENTAL SERVICES, INC. 217 FAIRHOPE AVENUE, FAIRHOPE, AL 36532 - AREA CODE 251 - TELEPHONE 928-4500 - FAX 928-0256 April 26, 2006 City of Ocoee Finance Department Attention: Purchasing Agent 150 N. Lakeshore Drive Ocoee, FL 34761-2258 To Whom It May Concern: Asplundh Environmental Services, Inc. (AES) is pleased to offer our proposal to assist the City ofOcoee in its clean up efforts after adisaster strikes the City. AES is a Utili con, Inc, company and a wholly owned subsidiary of the Asplundh Tree Expert Company, Inc. (ATE). ATE is a privately owned company, primarily held by members of the Asplundh family. ATE is the largest utility contractor in the Nation, and its 30,000 personnel are at work everyday throughout the USA, Canada, Australia, and New Zealand helping to keep the power on and utilities working. ATE has over 26 separate companies, and has approximately 7,000 personnel working in Florida on a daily basis. I am sure you have seen the "Orange Army" operating in your community. AES was created as a company specifically designed to provide ATE resources to the problem of cleaning up communities after a disaster event. For most of its 76 years, ATE has been the Nation's largest responder to natural disasters, and in the past storm season ATE deployed over 14,000 of its own personnel and associated equipment to support the recovery effort from the recent storms. AES directs those resources to the assistance of government agencies and communities to assist in the clean-up effort. ATE has vast fmancial, material, personnel and management resources available to support AES and our clients. A quick glance down our recent client list will show federal, state, and local governments who have called on AES to assist them as they recover. Please contact any of our past clients and ask about our responsiveness, financial depth, and professionalism in dealing with their problems caused by the storms that battered their communities. We hope our proposal has provided you with the information you need to fully evaluate our company and our capabilities, which we think are among the very best in the industry; however, if you have any questions, please contact me directly so that I may provide any additional information you may need. Asplll1ulll Environmental Services, Inc.-Here to serve your needs. II GENERAL SERVICES ADMINSTRA TION FEDERAl SUPPLY SCHEDULE CONTRACT HOLDER GS-10F-0531N I PRICE PROPOSAL FORM RFP #06-003 Please note that the above specifications are intended as minimum and preferred guidelines. Please submit a proposal on only one (1) type of system for each line item that best meets the specifications. City maintains the right to mix and match the proposal items to meet budget constraints. Contractor shall be compensated for the debris removal per cubic yards of debris removed plus the actual disposal costs (if applicable). The minimum compensation per authorization shall be for 20 cubic yards collection and transport~tion plus the actual disposal costs. Total proposed compensation for the mobilization, collection, and transportation of debris: Biodegradable Debris: $ . Non-Biodegradable Debris: $ grgS. ?'tf). ~er Cubic Yard er Cubic Yard ~ ' 'vJIf~~/ 1/-25-D~ Comp nyName ~ ~ Date 1- ~ -; Decaf) '1'-' '37/ f:'~ ~ Contractor's License Number RFP #06-003 28 RFP #06-003 COMPANY INFORMA TION/SIGNA TURE SHEET FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORKIPRICE PROPOSAL FORM" ARE ACCURATE AND WITHOUT COLLUSION. -IJg/u.v,,:L( tCtil;lroLl Me.tf-ta..\ CO ANYNAME 'S'e.t',dc..e$) IfK... '2.~ 1-9 ~~ -~eGrJn TELEPHONE (INCLUDE AREA CODE) "2.~/- 9~~-tf) ~~~ FAX 1::CLUDE AREA Con t -e ~a.~n/Il'(J ,COrM E- IL ADD SS I . IF REMlTIANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: PRINT) ").1 ? r;;.. ; r h ^ IJ 'P A II ~ STREET ADDRES~ ~iy"Aof)~ AL :'$~f;'3~ CITY tTATE . ZIP FEDERAL ID # ~ ~.. -;Z ~ ~ ttj () ':3 <<is _Individual ~Corporation _Partnership _Other (Specify) ,20~. or Produced Identification (Type of Identification) NOTARY PUBLIC STATE OF ALABAMA AT LARGE MY COMMISSION EXPIRES: May 17,2009 BONDED TlIRU NOTARY PUBLIC UNDERWRITERS RFP #06-003 29 PRICE PROPOSAL FORM RFP #06-003 Please note that the above specifications are intended as minimum and preferred guidelines. Please submit a proposal on only one (1) type of system for each line item that best meets the specifications. City maintains tlte right to mix ami match the proposal items to meet budget constraints. Contractor shall be compensated for the debris removal per cubic yards of debris removed plus the actual disposal costs (if applicable). The minimum compensation per authorization shall be for 20 cubic yards collection and transportation plus the actual disposal costs. Total proposed compensation for the mobilization, collection, and tr: asportation of debris: Biodegradable Debris: $ Non-Biodegradable Debris: $ 10.00 12.00 per Cubic Yard per Cubic Yard 4 Javs - Manae:ement. Inc. Company Name Mav 1.2006 Date Not applicable Contractor's License Number Keith June: Authorized Officer (print) Authorized Signature RFP #06-003 28 RFP #06-003 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/PRICE PROPOSAL FORM" ARE ACCURATE AND WITHOUT COLLUSION. 4 Javs - Manae:ement. Inc. COMPANY NAME 386-860-4355 TELEPHONE (INCLUDE AREA CODE) 386-575-1101 FAX (INCLUDE AREA CODE) FJL4444@Bellsouth,net E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Keith Jung. Vice President NAMEITITLE (PLEASE PRINT) P.O. Box 390395 1382 Howland Blvd. Suite 120 STREET ADDRESS Deltona, FL 32739 Deltona. CITY FL STATE 32738 ZIP FEDERAL ID # 59-3707204 _Individual_~_Corporation _Partnership _Other (Specify) Sworn to and subscribed before me this 1st day of May )20~. Personally Known XX or Produced Identification (Type of Identification) Florida Pamela Morgan Printed, typed or stamped Commissioned name of Notary Public RFP #06-003 - 29 ,........PAMELAj.~ . ({I) c-n. DOO4eIU7 I ~ . ExpI," 11812001 : ~ ~ Bonded lhru (800)432-4214 : "',}ff.~'\\" r"1....r '- ....1.. Ass" lno . 1.....1..... '1..1'.. ,;... ".....:...... PRICE PROPOSAL FORM RFP #06-003 Please note that the above specifications are intended, as minimum and preferred guidelines. Please submit a proposal on only one (1) type of system for each line item that best meets the specifications. City maintains the right to mix and match the proposal items to meet budget constraints. Contractor shall be compensated for the debris removal per cubic vards of debris removed plus the actual disposal costs (if applicable). The minimum compensation per authorization shall be for 20 Cll bic va rds collection and transportation plus the actual disposal costs. Total proposed compensation for the mobilization, collection, and transportation of debris: Biodegradable Debris: $ Non-Biodegradable Debris: $ 8.39 8.39 per Cubic Yard per Cubic Yard Pete & Ron's Tree Service/Inc. Company Name April 28, 2006 Date 59-1981074 Contractor's License Number RFP #06-003 28 RFP #06-003 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ArrESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORKlPRICE PROPOSAL FORM" ARE ACCURATE AND WITHOUT COLLUSION. Pete & Ron's Tree Service, Inc. COMPANY NAME 813-876-4444 TELEPHONE (INCLUDE AREA CODE) R1:1-R70-S::l?O FAX (INCLUDE AREA CODE) Curt@prtree.com E-MAIL ADDRESS IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDlCA TE BELOW: A Pete Fernandez-President NAMEfflTLE (PLEASE PRINT) 4615 N. Hale Ave STREET ADDRESS Tampa. Fl 3:1014 CITY STATE ZIP FEDERALID# 59-1981074 '_Individual ~ Corporation _Partnership _Other (Specify) Sworn to and subscribed before me this ~g- day of .{l pt; I ,20~. Personally Known (,/or Produced Identification (Type of Identification) Notary Public - State of F I County of t/,'/lsl:vh'DVbh Printed, typed or stamped Commissioned name of Notary Public 1IJSusanSeamoll \ t:.;My CommisSIon 00135517 ~ ,., Expires July 23. 2006 RFP #06-003 29 at ll.C_lll CIIITIII11.. I....'...J.I Gul/oocfllv~iIIIJIA'rod",.~ May 2, 2006 City ofOcoee Finance Department Ms. Joyce Tolbert Purchasing Agent 150 N. Lakeshore Drive Ocoee, FL 34761-2258 RE: RFP # 06-003-0-2006/JT EMERGENCY STORM DEBRIS COLLECTION AND DISPOSAL Dear Ms. Tolbert: 1. B. Coxwell Contracting, Inc. (JBCCI) is pleased to present our bid proposal to the City of Ocoee (hereinafter called "City") for the above referenced project. It is JBCCI's understanding that the City desires to obtain the services of a qualified and experienced disaster and debris removal services firm to provide professional technical services in the preparedness, response, recovery, and mitigation phases of any natural or man-made disaster or emergency situation, in accordance with this RFP and the resulting Agreement, as requested by the City. We stand ready to have a JBCCI representative at the City of Ocoee Emergency Operations Center within twelve (12) hours after notification to proceed, or sooner, based on contract negotiations. If you have any questions about this proposal, please do not hesitate to contact me. Sincerely, f~.~C. Eddie Greene Vice President Operations J.B. Coxwell Contracting, Inc. 6741 Lloyd Road West. Jacksonville, Florida 32254 Office (904) 786-1120 Fax (904) 783-2970 www.jbcoxwell.com PRICE PROPOSAL FORM RFP #06-003 Please note that the above specifications are intended as minimum and preferred guidelines. Please submit a proposal on only one (1) type of system for each line item that best meets the specifications. City maintains the right to mix and match the proposal items to meet budget constraints. Contractor shall be compensated for the debris removal per cubic yards of debris removed plus the actual disposal costs (if applicable). The minimum compensation per authorization shall be for 20 cubic yards collection and transportation plus the actual disposal costs. Total proposed compensation for the mobilization, collection, and transportation of debris: * Biodegradable Debris: $ 19.25 * Non-Biodegradable Debris: $ 23. 00 per Cubic Yard per Cubic Yard ** J _ R _ COXlJF.T.T. CON'I'R Ar.'J'TNf.: TIlC. Company Name - MAY ? ?001; Date CUC053986 Contractor's License Number SAM E. MOUSA, P.E., EXEC. VICE PRESIDENT . A orized Officer (print) * PRICE BASED ON UPTO 15 MILE ONE WAY HAUL. ** PRICE INCLUDES BURNING AND DIPOSAL OF ASH. RFP #06-003 28 RFP #06-003 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORKlPRICE PROPOSAL FORM" ARE ACCURATE AND WITHOUT COLLUSION. J . B. COXWELL CONTRACTING, INC. COMPANY NAME 904 786 1120 TELEPHONE (INCLUDE AREA CODE) 904 783 1178 FAX (INCLUDE AREA CODE) E-MAIL ADDRESS SAM E. MOUSA, P.E., C. VICE PRES. NAMEtrITLE (PLEASE PRINT) 6741 LLOYD ROAD WEST STREET ADDRESS JACKSONVILLE. FL 32254 CITY ST ATE ZIP FEDERAL ID # 59 3666875 _Individual ~Corporation _Partnership _Other (Specify) IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: N/A Sworn to and subscribed before me this 2ND day of MAY ,2006 . Personally Known X or Produced Identification (Type of Identification) Notary Public - State of FLORIDA ,,,,111"1/111 County of DUVAL l\"'~~~~ A. NAl~~/'", ~ a -:lJ ~ ,.. ...... Ir/~ ~ . . ~ ~ ,"c~\A18SJO~",,').- % .{. ~ ...~O~\~~ry$,.?~.. ~ Signature of Notary Public ~ * i ~ '<: % ~': i _. .. Cf). = -z- .. -*- NAN A. NANNEY i91 \ #00514334 ! ~ ~~ .1i, . ~~ Printed, typed or stamped '*'.~~'i"Y~tn(ll....\""."~~ . . . ~ ~"~""fIcunde"",;.':vel * COmmIssIoned name of Notary Pubhc ."",,3'l;,C........~'i' (( -# 'III . STATE. v ~"v. 1111'/1" 11I1\'\' RFP #06-003 29 --..-- ~_-_..___________________._______.___________________________._______._______________.__._..n________.______ m-PHILLIPS & JORDAN, INC. May 2, 2006 City of Ocoee, Florida Finance Department Attn: Purchasing Agent 150 Lakeshore Drive Ocoee, Florida 34761-2258 RE: RFP # 06-003: EMERGENCY STROM DEBRIS COLLECTION & DISPOSAL To All Concerned: Phillips and Jordan, Inc. is pleased to offer the City of Ocoee our Proposal in response to the above referenced announcement. We have read the Request for Proposals and understand the scope of services required. P&J will give the City of Ocoee first priority service response to any debris- generating disaster. Phillips and Jordan is a nationally recognized leader in the rapid-response disaster recovery field, with far more experience of a wider variety that any other finn in the industry. We have decades of experience in the operation and administration of debris management projects and have responded to hurricanes, floods, tornados, ice storms, train wrecks, oil spills, coal mine failures, terrorist attacks, and disposal of mass quantities of animal carcasses. The U.S. Army Corps of Engineers named P&J its Civil Works Construction Contractor of the Year 2002 for our management of the Disaster Forensic Recovery Operation following the terrorist attack of the World Trade Center Complex on September 11,2001. And last July at its annual congress, the American Public Works Association presented its Project of the Year 2005 award to the City of Virginia Beach, Virginia for its debris management operations following Hurricane Isabel during which P&J was the prime contractor. Our staff includes individuals with extensive knowledge of, and hands-on experience with, local, State and Federal reimbursement processes dealing with the laws, rules, practices, and regulations involved with disaster recovery projects. As evidenced by the performance evaluations and letters of commendation, our efforts in performing large, complex debris removal and reduction/investigation operations have earned us a reputation as an honest and competent contractor. Phillips and Jordan, Inc. was founded in North Carolina in 1952 and incorporated in 1959. Our headquarters are located in Knoxville, Tennessee and we have regional offices located in Robbinsville, North Carolina; Mobile, Alabama; and Zephyrhills, Florida. Phillips & Jordan, Inc. has an average base of approximately 750 employees, and over 1450 pieces of equipment normally utilized during disaster recovery operations. The full resources of the company will be dedicated to this project. P.O. Drawer 604; 16 Court St. · RObbinsville, NC 28771 ph 828.479.3371 . fax 828.479.301C www.pandj.cofT -flIPHILLTPS & JORDAN, 1Ne. As with each disaster recovery project we manage, local contractors and subcontractors are encouraged to join our team. If awarded this project, we would solicit local area contractors through a newspaper advertisement that would direct them to complete the subcontractor application form found on our website; ww\>,1.pandi.com. Authorized representatives ofthe firm are listed below. Randy Jordan Senior Vice President Office: 828-479-3371 Mobile: 828-735-1348 E-mail: randxi@pandi.com Dudley Orr Vice President Office: 828-479-3371 Mobile: 828-735-0947 e-mail: dorr@pandi.com Edd Satterfield Assistant Vice President Office: 828-479-3371 Mobile: 828-735-13 50 e-mail: esatterfield@pandi.com If awarded this contract, we will assist (at no cost) your staff in fmalizing the strategic planning that is necessary for timely, coordinated, and fiscally responsible disaster response and recovery, and train your staff in the Federal and State Public Assistance (reimbursement) Processes. Annual refresher training and participation in table top exercises is also included. To the best of our knowledge and experience, all proposed costs are reasonable and customary. We look forward to your further consideration of Phillips and Jordan. Sincerely, Timothy R. Berkhimer, P.E. Director, Disaster Recovery Group Mobile: 828-735-0072 E-mail: tberkhimer@pandi.com Corporate Headquarters 6621 Wilbanks Road Knoxville, Tennessee 37912 Phone: 865-688-8342 Fax: 865-688-8369 North Carolina Regional Office 191 P and J Road Robbinsville, North Carolina 28771 Phone: 828-479-3371 Fax: 828-479-3010 Alabama Regional Office 7856 Westside Park Drive, Suite H Mobile, Alabama 33695 Phone: 251-633-3540 Fax: 251-633-7154 Florida Regional Office 8930 Gall Boulevard Zephyrhills, Florida Phone: 813-783-1132 Fax: 813- 715-1820 P.O. Drawer 604; 16 Court St. · Robbinsville, NC 28771 ph 828.479.3371 · fax 828.479.301 C www.pandj.com PRICE PROPOSAL FORM RFP #06-003 Please note that the above specifications are intended as minimum and preferred guidelines. Please submit a proposal on only one (1) type of system for each line item that best meets the specifications. City maintains the right to mix and match the proposal items to meet budget constraints. Contractor shall be compensated for the debris removal Der cubic yards of debris removed Dlus the actual disposal costs (if applicable). The minimum compensation per authorization shall be for 20 cubic yards collection and transportation plus the actual disposal costs. Total proposed compensation for the mobilization, collection, and transportation of debris: Biodegradable Debris: $ Non-Biodegradable Debris: $ I'?> 00 1:1.50 per Cubic Yard per Cubic Yard Phil/iDS C{lId ~d()'ll} LIle: Company Name (,)41;udob Date I , ."""",.."",, ,. S & JO~ ..~ ~~~............~t )~ l"'/rfJ~'fi')f> ) \ ~:~~"J ~....~SVIl.\.. ti>~'~'" -......,....,,,." ( en "1 / BII Contractor's License Number EddStJo.1terF;e/J. Ars;,rla"f. f/,-'re:. f1r~.JjdQllt Authorized Officer (print) ~.~-_.__._---:-------_._---- Authorized Signature ::::::.. RFP #06-003 28 RFP #06-003 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW A'ITESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORKIPRICE PROPOSAL FORM" ARE ACCURATE AND WITHOUT COLLUSION. Ph rI;:c; o../l..l -;rc,rrla.J11 Tile- COMP NAME Bd.r!5' 4?q. 33'11 TELEPHONE (INCLUDE AREA CODE) ~:).~ - 't?Cf' 3010 FAX (INCLUDE AREA CODE) e -ra.ife.rF.-e/J If) L)Q.t\t)J' CoNI E-MAIL ADDRESS . OJ~'-'---------=~ AUTHORIZED SIGNATURE (manual) fE,.,J..J. Sc..ttp.rF;eJ.J, J1.r.r:,rtCl<11 V;c.e fJr-e.siJMt NAMEffITLE (PLEASE PRINT) ICJ I P+ d R ~n..~ STREET ADDRESS RI'>II>~ j MI/ ,'11 e. J .IV c.. ::J. ~ ? ? I CITY STATE ZIP FEDERAL ID # C; b f>(" 'f II ~ ?.3 _Individual ~Corporation _Partnership _Other (Specify) IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: ( Sworn to and subscribed before me this ~ 1S+"day of J1pri \ ,~_(.11./;:'~.. 1/ 1~ . . .)1:~/f, .:(~ rf:.'I-Y J - ~' ,',{' It (~, (~J. 'I (/.\~ Notary Public - State of N c... 4 \ ~" '..1 ~'J.' f.i;l ""- o~ -, "'-t,,{#A,,O,;',"IT ~~ 'ii,'fJ!.n""" .-l/ , f u'4' i I VI . Signature of Notary Public l:lJJj/, Jl" Gl()y-\~ 5u.e... P\~'& Printed, typed or stamped Commissioned name of Notary Public fY\\( C,olY\mir.slOr\ elc'.(J, rnA~ aSI ~OO~ ,20D(o. Personally Known / or Produced Identification (Type of Identification) RFP #06-003 29 DRC Emergency Services, LLC 740 Museum Drive Mobile, Alabama 36608 251-343-3581 251-343-5554 fax April 29, 2006 City of Ocoee Finance Department Attention: Purchasing Agent 150 N. Lakeshore Drive Ocoee, FL 34761-2258 Re: Request for Proposals #06-003 Emergency Storm Debris Collection and Disposal Dear Sir or Madam: DRC Emergency Services, LLC, part of the DRC family of companies (DRe), is pleased to submit this proposal to the City of Ocoee for Emergency Storm Debris Collection and Disposal. DRC specializes in Disaster Management and Response and offers the most professional and all encompassing emergency response and technical program management capability in the world. Since 1989, DRC has responded to virtually every type of natural and man-made disaster throughout the world including numerous hurricanes, typhoons, wars, ice storms, floods, train derailments, microbursts, and tornadoes. More recently, DRC has served the citizens of south and central Florida following the challenging cleanup projects after the hurricanes of the 2004 and 2005 seasons. We view this potential contract as a partnership between the Cities Ocoee and DRC, the same way we approach our dozens of pre-positioned disaster response contracts throughout the United States, including neighboring cities like Orlando and Tampa. We are dedicated to providing professional, cost effective, responsive, and quality disaster management services. We seek to become a valued member of your disaster response team. We invite you to review our qualifications and proposal, which are attached. We look forward to working with you during your evaluation of our qualifications. Please advise if we might provide any additional information or clarification. Sincerely, ~~ Mark Stafford Chief Operating Officer DRC Emergency Services, LLC RFP #06-003 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/PRICE PROPOSAL FORM" ARE ACCURATE AND WITHOUT COLLUSION, DRC Emergency Services, LLC COMP ANY NAME 251-343-3581 TELEPHONE {INCLUDE AREA CODE) 251-343-5554 FAX (INCLUDE AREA CODE) mstafford@drcusa.com E-MAIL ADDRESS AUTHO~GNA~~ Mark Stafford, Chief Operating Officer NAME/TITLE (PLEASE PRINT) 740 Museum Drive STREET ADD..RESS Mobile, Alabama CITY STATE ZIP FEDERAL ID # 63-1283729 Limited L' b'l't C _Individual _Corporation _Partnership _Other (Specify) 1a 1 1 Y ompany IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Sworn to and subscribed before me this l ~t- day of ~ , , 20.f.Xa.. Personally Known)( or Produced Identification ~ (Type ofIdentification) Ta.V'A\ e. Lo\lt-+\( Printed, typed or stamped Commissioned name of Notary Public RFP #06-003 29 PRICE PROPOSAL FORM RFP #06-003 Please note that the above specifications are intended as minimum and preferred guidelines. Please submit a proposal on only one (1) type of system for each line item that best meets the specifications. City maintains the right to mix and match the proposal items to meet budget constraints. Contractor shall be compensated for the debris removal per cubic yards of debris removed plus the actual disposal costs (if applicable). The minimum compensation per authorization shall be for 20 cubic yards collection and transportation plus the actual disposal costs. Total proposed compensation for the mobilization, collection, and transportation of debris: Biodegradable Debris: $ Non-Biodegradable Debris: $ 10.88 11.)~ per Cubic Yard per Cubic Yard ORe Emergency Services, LLC Company Name May 1, 2006 Date N/A Contractor's License Number Mark Stafford, Chief Operating Officer Authorized Officer (print) ~~ Authorized Signature RFP #06-003 28 ~ D & J Enterprises, Inc. 3495 Lee Road 10 · Auburn, AL 36832 · (334) 821-1249 . FAX (334) 821-5227 2 May 2006 City of Ocoee, FL Attn: Purchasing Agent 150 N. Lakeshore Drive Ocoee, FL 34761-2258 Reference: RFP # 06-003 - Emergency Storm Debris Collection & Disposal Subject: Submittal Letter Gentlemen/Madam: D & J Enterprises, Inc., Federal ID No. 63-0943382, is a corporation owned by Richard D. Starr and James L. Starr formed in 1987 in Auburn, AL. A list of persons authorized to make representations for the proposer can be found below. Our main office address is: 3495 Lee Road 10, Auburn, AL 36832 Phone: 334-821-1249 Fax: 334-821-5227 Ernail: info@dandienterprises.net Point of Contact: William Liveoak, Office Engineer Cell phone: (334) 559-0107 Email: wliveoak@bellsouth.net Normal Business Hours: Monday-Friday 6 am CST to 5 pm CST Storm Event Hours: As required Authorized personnel to make representations, all of which can be reached at the address and telephone number above: Richard D. Starr, President James L. Starr, Sec.lTreas. William Liveoak, Office Engineer In the event a disaster should occur, a temporary satellite office would be set up in Stuart, FL and work would be done out of that office. The number of professional staff at that office would be dependent on the event. D & J Enterprises, Inc. is a stand alone business and is certified to do business in the State of Florida. D & J is very familiar with the scope of work required for this RFP. Work may include emergency clearing for the first several hours of operation, debris load & haul from rights of way and proper disposal, stump removal, removal and disposal of leaning trees and hangers, and placement of fill dirt. All to be done by Federal, state, and local guidelines. If awarded this contract, D & J would be strongly committed to perform the work as can be seen by past performance on similar projects. This proposal is made without collusion with any other person or entity submitting a proposal. D & J has never failed to complete any awarded work nor has it defaulted on any contracts. D & J will be happy to submit updated resumes of key personnel if selected for the work. Upon request, D & .T will also furnish documentation to support information in this response. Thank you for your kind considerations. Sincerely, ~ (h: ,~ '-"vMl ~,' ,~~0 ames L. Stam \ ~ ecretary/Treasurer Attachment: FL Business License PRICE PROPOSAL FORM RFP #06-003 !ase note that the above specifications are intended as minimum and preferred guidelines. Please submit a proposal on only one (1) type of system for each line item that best meets the specifications. City maintains the right to mix and match the proposal items to meet budget constraints. Contractor shall be compensated for the debris removal per cubic yards of debris removed plus the actual disposal costs (if applicable). The minimum compensation per authorization shall be for 20 cubic yards collection and transportation plus the actual disposal costs. Total proposed compensation for the mobilization, collection, and transportation of debris: Biodegradable Debris: $ 24 . 25 per Cubic Yard Non-Biodegradable Debris: $ ? n ')0 per Cubic Yard i}Price includes load & haul right of way to temporary disposal site, reduction & haul-out to final disposal site within a 15 miles radiusir D & J Enterprises, Inc. Company Name May 2, 2006 Date N/A See Attached Section 1 Contractor's License Number James L. Starr Authorized Officer (print) ..' . I} '. l ' , ...... ,/." RFP #06-003 28 RFP #06-003 COMPANY INFORMATION/SIGNATURE SHEET FAll..URE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP ~STRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORKIPRICE PROPOSAL FORM" HE ACCURATE AND WITHOUT COLLUSION. D & J Enterprises, Inc. COMPANY NAME (334)821-1249 TEt~Pf4~I'~Y~~LiPr AREA CODE) FAX (INCLUDE AREA CODE) wliveoak@bellsouth.net E-MAIL ADDRESS James L. Starr NAME/TITLE (PLEASE PRINT) 3495 Lee Road 10 STREET ADDRESS Auburn, AL 36832 CITY STATE ZIP FEDERAL ID # 63-0943382 _Individual -LCorporation _Partnership _Other (Specify) IF REMIITANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: SAME Sworn to and subscribed before me this 1 day of May . 20--0..6. Personally Known x or Produced Identification (Type ofIdentification) Notary Public _ State of A 1 a b a m a County of Lee S~pUb~~ Cathy Bryant Printed, typed or stamped Commissioned name of Notary Public RFP #06-003 29 PRICE PROPOSAL FORM RFP #06-003 Please note that the above specifications are intended as minimum and preferred guidelines. Please submit a proposal on only one (1) type of system for each line item that best meets the specifications. City maintains the right to mix and match the proposal items to meet budget constraints. Contractor shall be compensated for the debris removal per cubic yards of debris removed plus the actual disposal costs (if applicable). The minimum compensation per authorization shall be for 20 cubic yards collection and transportation plus the actual disposal costs. Total proposed compensation for the mobilization, collection, and transportation of debris: Biodegradable Debris: $ Non-Biodegradable Debris: $ 140.00 33.';)0 per Cubic Yard per Cubic Yard - Ire, 10"''1 S 1...0NST\~uc.T\ON o. ,.n. Company Name oS - 0 J.. - 0 b Date QB32b1\ Contractor's License Number ? A- J) 4 \'{ ~ -, \--\ k. \J i L Ii- M .q. ~,t Authorized Officer (print) ~LJ zt' ~/!.- Authorized Signature RFP #06-003 28 RFP #06-003 COMPANY INFORMA TION/SIGNA TURE SHEET FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORKIPRICE PROPOSAL FORM" ARE ACCURATE AND WITHOUT COLLUSION. - \ . ~ d I ('/C 10f-.l~l.s l.....ON$T~()C.T\O,., l.D' ''1 . COMPANY NAME 1-\ 01- 10 S'=> - f) I').. \ TELEPHONE (INCLUDE AREA CODE) 1-\01 ... 105"0 - O:Sf g FAX (INCLUDE AREA CODE) R C>. f01l S l.t e fYl. 0.. d , Co r'V\ E-MAIL ADDRESS I!;/~ C'U_ AUTHORIZED SIGNATURE (manual) rA-.Dl'\-RA'TI-\- \.....J1C.H:VI1.A-N LOl.LJNE~)' NAMEmTLE (PLEASE PRINT) {)to E..BIt'{ ~T ~TJlliET ADDRPfiS ~INree. L/Ae.DENJ FL .$q12f1 CITY STATE ZIP FEDERALID# 01 - 0 5~ \ 34 \ _Individual ~Corporation _Partnership _Other (SpecifY) IF REMITTANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: Sworn to and subscribed before me thiS~day of~d' Personally Known /' or . ,200(,. Produced Identification (Type ofIdentification) Notary Public - State of ~ County of ()A""'-Y'- ~d __"--- -II~~ U~ Signature of Notary Public 'Deanu: C ha,\e..s Printed, typed or stamped Commissioned name of Notary Public ,,"'" ~ I- \f:j NOIaIY PublIc Slate 0' Florida Deana Ch8llea eMy Comllllaslon 00511986 xplllls 0312912010 RFP #06-003 29 Mavor S. Scott Vandergrift center of Good L . '\.'r>e Itri~ Commissioners Gary Hood, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Joel Keller, District 4 City Manager Robert Frank CITY OF OCOEE REQUEST FOR PROPOSALS RFP #06-003 EMERGENCY STORM DEBRIS COLLECTION & DISPOSAL City ofOcoee . 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100 . fax: (407) 656-8504 . www.ci.ocoee.f1.us Mayor S. Scott Vandergrift center of Good L . ~~e l~i~ Commissioners Gary Hood, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Joel KI City Manager Robert Frank April 20, 2006 ADDENDUM NO: ONE (1) CITY OF OCOEE RFP #06-003 EMERGENCY STORM DEBRIS COLLECTION & Dl~ru"AL This addendum shall modify and become a part of the original RFP Documents for the emergency storm debris collection and disposal. This addendum is a result of the questions from the pre-proposal conference held on April 18, 2006. Respondents shall acknowledge receipt of this Addendum in the space provided in the RFP documents. Failure to do so may subject the Respondent to disqualification. Chan2es and/or Clarifications to the RFP documents are as follows: 1. Pa2e 5. Proposal Instructions. Section 3. Para2raph 2: Delete paragraph 2 in its entirety as this paragraph is not applicable to this RFP. 2. Scope of Work. Section 2.0 Services: The City estimates the designated disposal site to be within fifteen (15) miles one way. Contractor should take into consideration that some roads might be impassable which may result in longer distances to the disposal site. All respondents shall acknowledge receipt of this addendum in the space provided on the RFP. Joyce Tolbert, CPPB Purchasing Agent Attachment: Pre-Proposal Conference Sign-In Sheet City ofOcoee. 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100 . fax: (407) 656-8504 . www.ci.ocoee.f1.us Mavor S. Scott Vandergrift center of Good L . <\.~e Itri~ Commissioners Gary Hood, District 1 Scott Anderson, District 2 Rusty Johnson, District 3 Joel Keller, District 4 City Manager Robert Frank NON-MANDATORY PRE-PROPOSAL CONFERENCE RFP #06003 EMERGENCY STORM DEBRIS COLLECTION & DISPOSAL 4/18/06 10:00 A.M ATTENDEE SIGN-IN SHEET COMPANY PRINT NAME City of Ocoee . 150 N Lakeshore Drive. Ocoee, Florida 34761 phone: (407) 905-3100 . fax: (407) 656-8504 . www.ci.ocoee.fl.us RFP DOCUMENTS 3 thru 4 5 thru 7 8 thru 19 Legal Advertisement Request for Proposal (RFP) #06-003 General Terms & Conditions SCOPE OF WORK/PROPOSAL FORM 20 thru 27 28 29 Scope of Work Price Proposal Form Company Information/Signature Sheet END OF TABLE OF CONTENTS RFP #06-003 2 LEGAL ADVERTISEMENT Ocoee City Commission Sealed proposals will be accepted for RFP #06-003, EMERGENCY STORM DEBRIS COLLECTION & DISPOSAL, no later than 2:00 P.M., local time, on May 2, 2006. Proposals received after that time will not be accepted or considered, and will be returned unopened. No exceptions will be made. The City reserves the right to reject any and all proposals and waive informalities. The City of Ocoee, Florida, in conformance with the policies and procedures of the City of Ocoee (City) is soliciting proposals from qualified and licensed contractors that have experience and expertise in providing the necessary services required for rapid mobilization, collection, and disposal of organic and non-organic storm debris in accordance to the RFP documents. The City intends to award a contract to one or more Contractor qualified and licensed in the State of Florida based on ability to rapidly mobilize, resources and machinery, experience with similar contracts, price proposal, and a successful reference check. The successful Respondent must have the required insurance and bid security. A Non-Mandatory Pre-Proposal Conference will be held on April 18, 2006 at 10:00 A.M., local time at the City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, FL 34761. A site visit will immediately follow the pre-proposal conference. All questions, comments and concerns shall be presented at the Pre-Proposal Conference, and no further questions will be accepted following the pre-proposal conference. All respondents will be held liable for contents as presented at the Pre-Proposal Conference. Bid Security: A certified check or bid bond shall accompany each proposal. The certified check or bid bond shall be for an amount not less than $1,000.00 and shall be made payable to the City of Ocoee as a guarantee that the Respondent will not withdraw for a period of (90) days after RFP closing time and will sign a Contract with the City for the Proposal Price. Each Respondent shall submit one (1) original and four (4) copies of the required proposal documents, in a sealed envelope plainly marked on the outside with the appropriate RFP number and closing date and time. Proposals will be received at the City ofOcoee, Attn: Purchasing Agent, 150 N. Lakeshore Drive, Ocoee, Florida 34761-2258. Proposals will be publicly opened and read aloud in the City Hall Conference Room on the above-appointed date at 2:01 PM, local time, or as soon thereafter as possible. Interested Contractors may secure a copy of the documents through Demandstar by accessing the City's website at www.ci.ocoee.fl.us under Finance/Purchasing, or copies are available from the Purchasing Agent for a non- refundable reproduction and/or administrative fee of $20.00. Checks should be made payable to the City of Ocoee. Copies via e-mail are not available and partial sets of RFP documents will not be issued. To ensure fair consideration for all Respondents, companies interested in providing the required services may be disqualified if they have contacts with the Mayor, City Commissioners, or any City staff, other than the Purchasing Agent concerning the RFP during the submission or selection process. Award of Contract: The City ofOcoee reserves the right to waive technicalities or irregularities, reject any or all proposals, and/or accept that proposal that is in the best interest of the City, price, qualifications and other factors taken into consideration. The City reserves the right to award the Contract to the Respondent, which, in the sole discretion of the City, is the most responsive and responsible Proposer, price, qualifications and other factors considered. RFP #06-003 3 Pursuant to Section 287. 133(2)(a), Florida Statutes, interested individuals or firms who have been placed on the convicted vendor list following a conviction for public entity crimes may not submit a Proposal on a contract to provide services for a public entity, may not be awarded a consultant contract and may not transact business with a public entity for services, the value of which exceeds CA TEGOR Y TWO for a period of 36 months from the date of being placed on the convicted vendor list. No fax or electronic submissions will be accepted. City Clerk March 26, 2006 RFP #06-003 4 CITY OF OCOEE, RFP 06-003 EMERGENCY STORM DEBRIS COLLECTION & DISPOSAL INTENT: Proposals for RFP #06-003 will be received by the City of Ocoee, hereinafter called "the City", by any contractor, person, firm, corporation or agency submitting a proposal for the work proposed, hereinafter called "the Contractor". The proposed contract will be for the purpose of rapid mobilization, collection, and disposal of organic and non-organic storm debris and shall provide for all labor, services, coordination, supervision, parts/materials, equipment, supplies and incidentals for a complete construction as required by the City of Ocoee as listed under the "Scope of Services" section of this RFP. PROPOSAL INSTRUCTIONS: A. The proposer shall furnish one (1) original and four (4) copies of a proposal that at a minimum contain the following required information: Section 1 - Company Information 1) Provide name, address, contact (office and emergency contact) information for the prime and all sub-contractors. 2) Provide copies of the appropriate State and/or City licenses for the prime and sub-contractors (if applicable ). Section 2 - Company Experience/References 1) Provide company history, number of years in business, the main focus of the company, etc. 2) Provide for each project references of projects you have completed similar in scope within the last three (3) years, including: client name, client contact information, description of service, project budget, and date completed. 3) Describe the type and quantity vehicles, equipment to be used on this project. 4) State and describe any litigation to which the Contractor was a party to and the outcome for the past three (3) years. Section 3 - Project Proposal 1) Provide a price proposal for items listed on the PROPOSAL FORM, including acknowledgement of any addenda issued. 2) Provide riptive~e and/or broc~epicting the man~r and type o~a~ osed. Section 4 - Insurance 1) Provide proof of insurance meeting or exceeding the City's requirements contained herein. Provide a sample insurance certificate from the current insurer containing the details of the policy. RFP #06-003 5 B. Any questions or concerns regarding this RFP should be addressed in writing to the Finance Department, City of Ocoee, FL, Attention: Joyce Tolbert, Purchasing Agent (407) 905-3100, extension 1516 and fax (407) 656-3501 or email jtolbert@ci.ocoee.fl.us, and shall be received not later than April 18, 2006. Any clarifications/changes will be made in the form of written addenda only, issued by the Finance Department. Proposers shall not contact other City staff or other City consultants for information before the award date. Any contact with any other member of the City Staff, City Commission, or its Agents during this time period may be grounds for disqualification. C. This RFP must be received as one (1) original and four (4) copies of the required RFP documents only, by the Finance Department not later than 2:00 P.M., local time, on May 2, 2006. RFP's received by the Finance Department after the time and date specified will not be considered, but will be returned unopened. "Postage Due" items will not be accepted. RFP's or any information transmitted by fax or e- mail will not be accepted. RFP's shall be delivered in a sealed envelope, clearly marked with the RFP number, title, and opening date and time to: City of Ocoee Finance Department Attention: Purchasing Agent 150 N Lakeshore Drive Ocoee, FL 34761-2258 D. RFP's will be reviewed by a 3-member selection committee appointed by the City Manager and will be ranked in accordance with the established evaluation criteria. Date, time, and location of any scheduled selection committee meeting(s) for this RFP will be announced publicly. The selection committee shall recommend ranking of the proposals and recommendation for selection to the City Commission for approval. Please be aware that all City Commission meetings are duly noticed public meetings and all documents submitted to the City as a part of a bid constitute public records under Florida law. E. All Proposers shall thoroughly examine and become familiar with the this RFP package and carefully note the items which must be submitted, such as bid security, list of References/Experience, list of Subcontractors, equipment listing, summary of litigation, any other information specifically called for in this RFP. F. Submission of a proposal shall constitute an acknowledgment that the proposer has complied with Paragraph E. The failure or neglect of a proposer to receive or examine a document shall in no way relieve it from any obligations under its proposal or the contract. No claim for additional compensation will be allowed which is based upon a lack of knowledge or understanding of any of the Contract Documents or the scope of work. All items quoted shall be in compliance with the contract documents/scope of work. G. A Non-Mandatory Pre-Proposal Conference will be held on April 18, 2006 at 10:00 A.M., local time at the City Hall Conference Room, 150 N. Lakeshore Drive, Ocoee, FL 34761. A site visit will immediately follow the pre-proposal conference. All questions, comments and concerns shall be presented at the Pre- Proposal Conference, and no further questions will be accepted following the pre-proposal conference. All respondents will be held liable for contents as presented at the Pre-Proposal Conference. H. Any response by the City to a request for clarification or correction will be made in the form of a written addendum which will be mailed, e-mailed or faxed by Demandstar to all parties to whom the RFP package RFP #06-003 6 have been issued. The City reserves the right to issue Addenda, concerning date and time of review committee meeting, clarifications, or corrections, at any time up to the date and time set for RFP submission. In this case, RFP's that have been received by the City prior to such an addendum being issued, will be returned to the proposer, if requested, unopened. In case any proposer fails to acknowledge receipt of any such Addendum in the space provided on the Addendum and fails to attach the Addendum to their proposal, its' proposal will nevertheless be construed as though the Addendum had been received and acknowledged. Submission of a proposal will constitute acknowledgment of the receipt of the RFP Documents and all Addenda. Only interpretations or corrections provided by written Addenda shall be binding on the City. Proposers are cautioned that any other source by which a proposer receives information concerning, explaining, or interpreting the RFP Documents shall not bind the City. I. Any of the following causes may be considered as sufficient for the disqualification and rejection of a proposal: a) Submission of more than one (1) proposal for the same work by an individual, firm, partnership or corporation under the same or different name. For purposes of this subparagraph, firms, partnerships or corporations under common control may be considered to be the same entity; b) Evidence of collusion between or among the proposers; c) Being in arrears on any existing contracts with the City, or litigation with the City or having defaulted on a previous contract with the City; d) Poor, defective or otherwise unsatisfactory performance of work for the City or any other party on prior projects which, in the City's judgment and sole discretion, raises doubts as to the proposer's ability to properly perform the work; or e) Any other cause which, in the City's judgment and sole discretion, is sufficient to justify disqualification of proposer or the rejection of its proposal. No proposal may be withdrawn and all proposed prices shall remain firm for a period of ninety (90) days after the time and date scheduled for the proposal deadline. The City reserves the right to accept or reject any or all proposals, to waive informalities or irregularities, to request clarification of information submitted in any proposal, or to readvertise for new proposals. The City may accept any item or group of items of any proposal. The City will make an Award, in its absolute and sole discretion to the most responsible and responsive proposer whose proposal, in the City's opinion, will be most advantageous to the City, price and other factors considered. The City reserves the right, to aid it in determining which proposal is responsible, to require a proposer to submit such evidence of qualifications as the City may deem necessary, and may consider any evidence available to the City of the financial, technical, and other qualifications and abilities of a proposer, including past performance (experience) with the City and others. The City Commission shall be the final authority in the award of any and all proposals. RFP #06-003 7 GENERAL TERMS & CONDITIONS: 1. BID SECURITY: a) Each proposal must be accompanied by a cashier's/certified check upon an incorporated bank or trust company or a bid bond in an amount equal to $1,000.00. A combination of any of the former is not acceptable. Cash or company check will not be accepted as bid security. The cashier's check or bid bond is submitted as a guarantee that the Respondent, if awarded the Contract, will after written notice of such award, enter into a written contract with the City, and as a guarantee that the Respondent will not withdraw its proposal for a period of ninety (90) days after the scheduled closing time for the receipt of proposals, in accordance with the accepted proposal and RFP documents. b) In the event of withdrawal of said proposal within ninety (90) days following the opening of proposals, or Respondent's failure to enter into said contract with the City or failure to provide the City with other requirements of the contract documents or the RFP invitation after issuance of Notice of intent or recommendation to award by the City, then such Respondent shall be liable to the City in the full amount of the check or bid bond and the City shall be entitled to retain the full amount of the check or to demand from the Surety the penal sum of the bid bond as liquidated damages and not a penalty. c) Surety companies executing bonds shall be duly insured by an insurer or corporate surety acceptable to the City and authorized to do business in the State of Florida and signed by a Florida licensed resident agent who holds a current Power of Attorney from the surety company issuing the bond. d) The cost of the required bond and required insurance coverage is to be included in the Respondent's overhead and is not eligible for reimbursement as a separate cost by the City. e) The checks of the three (3) most favorable Respondents will be returned not later than three (3) days after the City and the successful Respondent have executed the contract for work. The remaining checks will be returned within thirty (30) days after the opening of proposals. Bid Bonds will be returned upon request following the same criteria as a check. 2. PERFORMANCE AND PAYMENT BONDS None Required. 3. DEFAULT: As a result of proposals received under this Invitation, the award of the contract may be based, in whole or in part, on delivery and specification factors. Accordingly, should the Contractor not meet the delivery deadline(s) set forth in the specifications or should the Contractor fail to perform any of the other provisions of the specifications and/or other contract documents, the City may declare the Contractor in default and terminate the whole or any part of the contract. Upon declaring the Contractor in default and the contract in whole or in part, the City may procure and/or cause to be delivered the equipment, supplies, or materials specified, or any substitutions thereof and the Contractor shall be liable to the City for any excess costs resulting therefrom. In the event the Contractor has been declared in default of a portion of the contract, the Contractor shall continue the performance of the contract to the extent not terminated under the provisions of this paragraph. Where the Contractor fails to comply with any of the specifications, except for delivery deadline(s), the City may, in its discretion, provide the Contractor with written notification of its intention to terminate for default unless prescribed deficiencies are corrected within a specified period of time. Such notification shall not constitute a waiver of any of the City's rights and remedies hereunder. RFP #06-003 8 4. PATENT INDEMNITY: Except as otherwise provided, the successful respondent agrees to indemnify the City and its officers, agents, and employees against liability, including costs and expenses for infringement upon any letters patent of the United States arising out of the performance of this Contract or out of the use or disposal by or for the account of the City or supplies furnished or construction work performed hereunder. 5. PRICING: Pricing should be provided as indicated on the Scope of Work/Price Proposal Form attached, to include any alternate proposals. Please note that alternate proposals will not be accepted unless specifically called for on the Scope of Work/Price Proposal Form. A total shall be entered for each item proposed. In case of a discrepancy between the unit price and extended price, the unit price will be presumed to be correct. Cost of preparation of a response to this proposal is solely that of the Respondent and the City assumes no responsibility for such costs incurred by the Respondent. By submission of this proposal, the proposer certifies, and in the case of a joint proposal, each party thereto certifies as to its own organization, that in connection with this procurement: a) The proposer represents that the article(s) to be furnished under this RFP is (are) new and unused (unless specifically so stated) and that the quality has not deteriorated so as to impair its usefulness. b) The prices in this RFP have been arrived at independently, without consultation, communication, or agreement for the purpose of restricting competition, as to any matter relating to such prices with any other proposers or with any competitor; c) Unless otherwise required by law, the prices which have been provided in this RFP have not been knowingly disclosed by the proposer and will not knowingly be disclosed by the proposer prior to opening, directly or indirectly to any other proposer or to any competitor; d) No attempt has been made or will be made by the proposer to induce any other person or firm to submit or not to submit a proposal for the purpose of restricting competition. Every contract, combination or conspiracy in restraint of trade or commerce in this State is unlawful (Florida Statutes, Section 542.18 and all applicable federal regulations); e) Proposer warrants the prices set forth herein do not exceed the prices charged by the Proposer under a contract with the State of Florida Purchasing Division; and t) Proposer agrees that supplies/services furnished under this price proposal, if awarded, shall be covered by the most favorable commercial warranties the proposer gives to any customer for such supplies/services and that rights and remedies provided herein are in addition to and do not limit any rights offered to the City by any other provision of the contract award. 6. DISCOUNTS: a) Trade and time payment discounts will be considered in arriving at new prices and in making awards, except that discounts for payments within less than 30 days will not be considered in evaluation of proposals. However, offered discounts will be taken for less than 30 days if payment is made within discount period. b) In connections with any discount offered, time will be computed from date of delivery and acceptance at destination, or from the date correct invoice is received in the office of Finance, whichever is later. Payment is deemed to be made, for the purpose of earning the discount, on the date of City Check. RFP #06-003 9 7. SAMPLES: Samples of items, when required, must be furnished free of expense to the City and if not called for within fifteen days from date of RFP closing date, same will be disposed of in the best interest of the City. 8. AWARD & EVALUATION CRITERIA: The contract will be recommended to be awarded to the overall most responsive and responsible proposal according to the following criteria: 1. Ability to rapidly mobilize and respond (0 - 30 points) 2. Resources (personnel, equipment, machinery, etc.) (0 - 30 points) 3. Previous similar experience, licensing, and references (0 - 20 points) 4. Price proposal (0 - 20 points) The City of Ocoee may waive technicalities or irregularities, reject any or all proposals, and/or accept that proposal(s) that is in the best interest of the City, with price, qualifications and other factors taken into consideration. The City reserves the right to award the Contract to the Contractor which, in the sole discretion of the City, is the most responsive and responsible Contractor, price, qualifications and other factors considered. However, the City specifically reserves the right to accept other than the lowest responsible and responsive proposal when the City considers that to be, in its sole and absolute discretion, in the best interests of the City. 9. LITERATURE: If required by the proposal, or the specifications, descriptive literature/brochures shall be included with this proposal in order to properly evaluate make/model offered. Proposals submitted without same may be considered non-responsive and disqualified. 10. PROTESTS: The City's Finance/Purchasing Department will consider Protests seeking contract award, damages, and/or any other relief. Any proposer seeking to file a Bid Protest SHALL use the following procedures: 1. A proposer SHALL file a written Protest under this Article, or be barred any relief. 2. A Protest: (a) must be in writing (oral protests will NOT be acknowledged); (b) the content of the Protest shall fully state the factual and legal grounds for the protest and the legal basis for the relief requested; and (c) The Protest shall be filed with the Purchasing Agent not later than three (3) calendar days after the posting of the notice of intent to award or recommendation of award by staff. RFP #06-003 10 3. After a Protest has been properly filed with the City, the City, by and through its FinanceIPurchasing Department shall make a determination on the merits of the protest not later than five (5) business days after receipt of the protest. If the City denies the protest, the City may proceed with the award of the Contract unless enjoined by order of a Court of competent jurisdiction. 4. A Protest SHALL be limited to the following grounds: (a) issues arising from the procurement provisions of the Project Manual and/or the Proposal Package or Contract Documents; and/or (b) applicable federal, state or local law. No Protest may be based upon questions concerning the design documents. The proposer shall clarify all such questions concerning the design of the project prior to submitting its proposal. 11. PAYMENT TERMS: Payment for work completed may be invoiced at the end of each authorization or on a monthly basis. Invoices shall be based on verified quantities from the daily operational reports as approved by COR. See Scope of Work Section. Payment for work completed will be made within (30) days of approved InVOIce. No payment will be made for materials ordered without proper purchase order authorization. Payment cannot be made until materials, goods or services, have been received and accepted by the City in the quality and quantity ordered. Any contract resulting from this solicitation is deemed effective only to the extent of appropriations available. The City of Ocoee, Florida has the following tax exemption certificates assigned: . Florida Sales & Use Tax Exemption Certificate No. 58-00-094593-54C; and · The City is exempt from federal excise, state, and local sales taxes. 12. CONTRACT: The successful Respondent hereinafter referred to as "Contractor" will be required to enter into a contract with the City. Automatic adjustment of3% per year shall be applied upon renewal of the contract each year. The City may in its sole discretion award any additional work, whether in the existing areas, or in any additional area, or any additional area, to any third party, or such work may be performed by the City's employees. Contractor will be expected to cooperate with any or all other Contractors who may be performing work for the City. 13. SAFETY REQUIREMENTS: The respondent guarantees that the services to be performed and the goods to be provided herein, shall comply with all applicable federal, state and local laws, ordinances, regulations, orders and decrees, including without limitation such of the following acts as may be applicable: Federal Consumer Product Safety Act, Federal Fair Labor Standards Act, Occupational Safety and Health Act, Federal Hazardous Substances Labeling Act, Federal Flammable Fabrics Act, and any applicable environmental regulations. a) All contractors are required to comply with the Congressional Federal Register (CFR) of the U.S. Department of Labor, Occupational Safety and Health Administration (OSHA) Construction RFP #06-003 11 Industry, Part 1926, and CFR 1910, General Industry Standards, that are applicable in construction work. b) The prime contractor is not only responsible for the safety aspects of his operation and employees, but also that of all subcontractors on the job site. c) Assure that a certified first aid person is designated, phone numbers of physicians, hospital and ambulance services are posted (copy to Human Resources Director, City of Ocoee) and that a first aid kit is available. d) All individuals are required to wear hard hats on all construction sites. e) Provide personal protective equipment that may be required for jobs in progress (e.g.: hard hats, safety glasses, respirators, ear protection, long pants and shirts, etc.). f) Observe the speed limit on City property. g) Construction areas cleaned daily; excavations must be barricaded or flagged until backfilled. In some cases, bracing, shoring and sloping may be required. h) Scaffolds shall have guard rails on all open sides and secured to prevent displacement. i) Powder actuated stud guns or low velocity and/or similar powder actuated tools require eye and ear protection as well as to ensure that all unauthorized personnel are well clear. j) Welding and cutting - a fire watch and appropriate fire extinguisher shall be provided and combustible materials cleaned up. k) All heavy equipment must have, where applicable, (a) back-up alarms, (b) boom angle indicator, ( c ) load chart, (d) reeving, (3) fire extinguisher, (f) condition of hook and other items in accordance with OSHA 1926.550 and ANSI B30.5. 1) Construction material shall not be stored so as to block exits. m) Ground fault circuit interrupters are required on all electrical circuits not part of the permanent wiring of the building. n) Personal fall protection must be provided at elevations exceeding ten (10) feet. 0) Per City Ordinance, any Contractor using construction dumpsters within the City of Ocoee must obtain these services through Superior Waste Services of Florida, Inc. 14. DRUG-FREE WORKPLACE: If applicable, provide a statement concerning the respondent's status as a Drug-Free Work Place or evidence of an implemented drug-free workplace program. 15. CERTIFICATION OF NON-SEGREGATED FACILITIES The respondent certifies that it does not and will not maintain or provide for the Respondent's employees any segregated facilities at any of the Respondent's establishments and that the Respondent does not permit the Respondent's employees to perform their services at any location, under the Respondent's control, where segregated facilities are maintained. The Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this Proposal. As used in this certification, the term "segregated facilities" means any waiting room, work areas, time clocks, locker rooms and other storage and dressing areas, parking lots, drinking facilities provided for employees which are segregated on the basis of race, color, religion, national origin, habit, local custom, or otherwise. The Respondent agrees that (except where the Respondent has obtained identical certification from proposed contractors for specific time periods) the Respondent will obtain identical certifications from proposed subcontractors prior to the award of such contracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that the Respondent will retain such certifications in the Respondent files. RFP #06-003 12 The non-discriminatory guidelines as promulgated in Section 202, Executive Order 11246, and as amended by Executive Order 11375 and as amended, relative to Equal Opportunity for all persons and implementations of rules and regulations prescribed by the U.S. Secretary of labor, are incorporated herein. 16. STATEMENT OF AFFIRMATION AND INTENT: The Respondent declares that the only persons or parties interested in their proposal are those named herein, that this proposal is, in all respects, fair and without fraud and that it is made without collusion with any other vendor or official of the City of Ocoee. Neither the Affiant nor the above named entity has directly or indirectly entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive pricing in connection with the entity's submittal for the above project. This statement restricts the discussion of pricing data until the completion of negotiations and execution of the Agreement for this project. The Respondent certifies that no City Commissioner, other City Official or City employee directly or indirectly owns assets or capital stock of the Responding entity, nor will directly or indirectly benefit by the profits or emoluments of this proposal. (For purposes of this paragraph, indirect ownership or benefit does not include ownership or benefit by a spouse or minor child.) The Respondent certifies that no member of the entity's ownership or management is presently applying for an employee position or actively seeking an elected position with the City. In the event that a conflict of interest is identified in the provision of services, the Respondent agrees to immediately notify the City in writing. The Respondent further declares that a careful examination of the scope of services, instructions, and terms and conditions of this RFP has occurred, and that the proposal is made according to the provisions of the RFP documents, and will meet or exceed the scope of services, requirements, and standards contained in the RFP documents. Respondent agrees to abide by all conditions of the negotiation process. In conducting negotiations with the City, Respondent offers and agrees that if this negotiation is accepted, the Respondent will convey, sell, assign, or transfer to the City all rights, title, and interest in and to all causes of action it may now or hereafter acquire under the Anti-trust laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the City. At the City's discretion, such assignment shall be made and become effective at the time the City tenders final payment to the Respondent. The proposal constitutes a firm and binding offer by the Respondent to perform the services as stated. 17. PUBLIC ENTITY CRIME STATEMENT: All invitations to bid as defined by Section 287.012(11), Florida Statutes, requests for proposals as defined by Section 287.012(16), Florida Statutes, and any contract document described by Section 287.058, Florida Statutes, shall contain a statement informing persons of the provisions of paragraph (2)(a) of Section 287.133, Florida Statutes, which reads as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of public building or public work, may not submit proposals on leases of real property to a public entity, may not RFP #06-003 13 be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." All bidders that submit a Bid or Request for Proposal to the City of Ocoee are guaranteeing that they have read the previous statement and by signing the bid documents are qualified to submit a bid under Section 287.133, (2)(a), Florida Statutes. 18. PERMITSILICENSESIFEES: a) Any permits, licenses or fees required will be the responsibility of the contractor; no separate payments will be made b) The Contractor shall be responsible for filing the necessary permit application with the City's Building Department. The City permit fees are waived for this purpose. The Contractor shall be responsible for scheduling, attending, and completing all necessary inspections to satisfy the permit requirements. c) The City requires a City of Ocoee registration if permitting is required. Please contact the City's Protective Inspections Department at (407) 905-3100 extension 1000, directly for information concerning this requirement. d) Adherence to all applicable code regulations (Federal, State, County, and City) is the responsibility of the contractor. See "Scope of Work" section. e) All Contractors and sub-contractors proposed for this project shall be fully licensed in their discipline in the State of Florida as required by Florida law. A copy of the license for the prime and all sub-contractors shall accompany the proposal. Failure of the firm to follow the guidelines specified above may result in disqualification from the selection process. 19. INSURANCE TERMS & CONDITIONS: The Contractor shall not commence any work in connection with the Agreement until all of the following types of insurance have been obtained and such insurance has been approved by the City, nor shall the Contractor allow any Subcontractor to commence work on a subcontract until all similar insurance required of the subcontractor has been so obtained and approved. Policies other than Workers' Compensation shall be issued only by companies authorized by subsisting certificates of authority issued to the companies by the Department of Insurance of Florida which maintain a Best's Rating of "A" or better and a Financial Size Category of "VII" or better according to the A.M. Best Company. Policies for Workers' Compensation may be issued by companies authorized as a group self-insurer by F.S. 440.57, Florida Statutes. a) Loss Deductible Clause: The City shall be exempt from, and in no way liable for, any sums of money which may represent a deductible in any insurance policy. The payment of such deductible shall be the sole responsibility of the General Contractor and/or subcontractor providing such insurance. b) Workers' Compensation Insurance: The Contractor shall obtain during the life of this Agreement, Worker's Compensation Insurance with Employer's Liability Limits of $500,000/$500,000/$500,000 for all the Contractor's employees connected with the work of this project and, in the event any work is sublet, the Contractor shall require the subcontractor similarly to provide Workers' Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. Such insurance shall comply fully with the Florida Workers' Compensation Law. In case any class of employees engaged in hazardous work under the Agreement for the City is not protected under the Workers' Compensation statute, the Contractor shall provide, and cause each subcontractor to provide adequate insurance, satisfactory to the City, for the protection of the Contractor's employees not otherwise protected. . Include Waiver of Subrogation in favor of the City of Ocoee c) Contractor's Public Liability and Property Damage Insurance: The Contractor shall obtain during the life of this Agreement COMMERCIAL AUTOMOBILE COVERAGE, this policy should name the City of Ocoee as RFP #06-003 14 an additional insured, and shall protect the Contractor and the City from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operations under this Agreement whether such operations be by the Contractor or by anyone directly or indirectly employed by the Contractor, and the amounts of such insurance shall be the minimum limits as follows: 1) Automobile Bodily Iniury Liability & Property Damage Liability . $1,000,000 Combined single limit per occurrence (each person, each accident) . All covered automobile will be covered via symbol 1 . Liability coverage will include hired & non-owned automobile liability . Include Waiver of Subrogation in favor of The City of Ocoee 2) Comprehensive General Liability (Occurrence Form) - this policy should name the City of Ocoee as an additional insured and should indicate that the insurance of the Contractor is primary and non-contributory. . $2,000,000 GENERAL AGGREGATE . $2,000,000 PRODUCTS-COMPLETED OPERATIONS AGGREGATE . $1,000,000 PER OCCURRENCE . $1,000,000 PERSONAL & ADVERTISING INJURY . Include Waiver of Subrogation in favor of the City of Ocoee 3) Subcontractor's Comprehensive General Liability, Automobile Liability and Worker's Compensation Insurance: The Contractor shall require each subcontractor to procure and maintain during the life of this subcontract, insurance of the type specified above or insure the activities of these subcontractors in the Contractor's policy, as specified above. 4) Owner's Protective Liability Insurance: As applicable for construction projects, providing coverage for the named insured's liability that arises out of operations performed for the named insured by independent contractors and are directly imposed because of the named insured's general supervision of the independent contractor. The Contractor shall procure and furnish an Owner's Protective Liability Insurance Policy with the following limits: $1,000,000 per occurrence, $2,000,000 aggregate, and naming the City of Ocoee as the Named Insured. 5) Contractual Liability: If the project is not bonded, the Contractor's insurance shall also include contractual liability coverage to insure the fulfillment of the contract. NOTE: WITH RESPECT TO PUBLIC LIABILITY INSURANCE AND AUTOMOBILE LIABILITY INSURANCE, THE CITY SHALL BE NAMED AS ADDITIONAL INSURED. . $1,000,000 PER OCCURRENCE . $2,000,000 AGGREGATE 6) Commercial Umbrella: . $1,000,000 PER OCCURRENCE . $2,000,000 Aggregate . Including Employer's Liability and Contractual Liability 7) Builders Risk: · $100,000 Any (1) Location · $1,000,000 Any (1) Occurrence 8) Certificates of Insurance: Certificate of Insurance Form (see sample attached), naming the City of Ocoee as an additional insured will be furnished by the Contractor upon notice of award. These shall be completed by the authorized Resident Agent and returned to the Office of the Purchasing Agent. This certificate shall be dated and show: . The name of the Insured contractor, the specific job by name and job number, the name of the insurer, the number of the policy, its effective date, its termination date. RFP #06-003 15 . Statement that the Insurer shall mail notice to the Owner at least thirty (30) days prior to any material changes in provisions or cancellation of the policy, except ten (10) days written notice of cancellation for non-payment of premium. RFP #06-003 16 /teOR/)_ CERTIFICATE OF LIABILITY INSURANCE OP 10 J9 DATE IMlNtlDl'fYV'Y) PRAU-J. J.l/04/04 , P-ROOOCP THIS CERTlFICATE IS ISSUED AS A MAlTER OF INFORMATION ONLY ANO CONFERS NO RIGHTS UPON THE CERTIFICATE HOlDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POUCIES BELOW. INSURERS AFFORDING COVERAGE N....C. INSURED - INSURER/\: ),II ..., htiDg J.. or ..t~n' -.. i~~~~:;tor'8 Name --.- INSURER .. --- WSUREA 0: _E: THE POUC1ES OF INSUFtANCE LISTED BaC1tN HAVE BEEN 5SUED TO' THE IMSURED NAMED ABOVe FOR THE POUCY PERIOD INDICATED. NOTWJTIiS1'ANOtNO AHY REQUt;RENENT, ,.RM OR CONOmON OF /IJN CON'l'MCT OR OTHER 00CtJMENT WtTH RUPECT TO WHICH ntlS CERTtFlCATE MAY IE IssueD OR IrAAv PERTAIN, TWE INSURANCE AFFORDED av'THE POLICIES OESCRIIEO HEROlI! SUBJECT TO ALL TlE TE"RMS. EXCLuSK:lNS AND CONDITIONS OF SUCH POlICIES. AGGREGATE llMfTS SHCWffl w.Y HAVE 8EEN AEOUCEOIY PAID ClAItAS I~R ;p~ TVPt!i or INSUltAHCE I PClLlCV NUUIIER D.t; .... OAT L_. ~EAAl. UAIII.IlY _, EACl< OCCUAAfIICe '1,000,000 X 1L~CIA' GENERAL "".'UlY PREMlSE9 6a DtAlfI1\ai ,50,000 _ Cl..AlUS MAce [i] OCCUR I MeD EXP IMy 0I'tt Cl'IQOI\) '5,000 I i PEMONAI..IArNtNJURY . J., 000,000 I -' -.~1 GENEAAL AQGREGATE '2.000,000 __ ~m AG~filE ~ r~:~f,~ PROOUCTS . COIolPlOP AGG .'2,000,000 POLICY X Jeer l.OC AUTOMOBIL.E LWlIlJ'TY COMIIINEO SINGLE lIMIT ~ ANY AUTO Ce..a:ldenl) '1,000,000 : i ALL OWNED AUTOS I 800Il Y u.l./URY oo~.,.- II (perj)<<SQl1) I X HIRED AUTOS 8OO1l.Y \HJURV , X NON--OWNED ....UTOS 1P4f'.ttkSe/'ll) PROPERTY OAMAGE . I I I I tP....~) H""""" UAIIlUTY I i AurO ONlY" EA -'CC1OENT . ! Am AUTO OTHER THAN ""IoCC , AllTOONlY: AGO , lfJ.....-IU!LUI LlA81l-lTY I EACH OCCURRENCE '1,00Q.~ I X X OCCUR n CW'" MADE I i AGGReGATE '2,000,000 I I i I . --,. -I ~l H DEDUCTI8lE I : RETEHTlON , , WORKaU COMPlE.NSAT1OH AHD X T~IiV ,..;r~ I~..- E.Mf>\.ovlVtS" UAIILfTY E.L. EACH ACQOENT , 500.000 : ~y PROPRJE'TOR/PAATNERlEXEcvrrve OFl=ICER/NEMBEFt EXCI.UOED? \ E.L.DfSEA.se.E.A.EMPI.OYEE S 500,000 ~m:~~NSbdow I I E.l. DISEAse. POlICy UMrT .500,000 I OTHER I Builder8 Riek Any 1 Loe 1 00, OCO i I Anv 1 Oee 1,000,000 DE.5CR~TION 0' OPEA.AnOH91 LOCATIONS/VEHiCLES/EXCLUSIONS ADDED IV IHDORSENM (8PICW.. ~ Th8 in8urenee evidenced by this certificate 8hall name the certificate holders a8 en additional in8ured on the General Liability ~ umbrella Liabili ty. Workers' Compen..tion, IIIIployan ' Liability ~ Oeneral Liability 8hall contain a Waiver of Subrogetion in favor of the eertifieete holder. The certificate hold8r ie added 88 e rDIBi :inuBi frr .a:d.liH5 R:l::k. C ERTlFICA TE HOLDER COVERAGES OCOllllOJ. CANCELlATION &HOUL.D MY OF TM! A8OYI! IU!KRlII!D flO1.1CIU 81 CANCtLLaO IIPOH 1'HE DrlRATIO~ o...TE THIDlIIO'. THI! IISUIHO INSU'Rl!!~ W1LL ENDIAVOA. TO MAlL !.L DAYS WfU'n'1H NOTlCI TO THe Cf~TI HOf..l)I!R NN'IDTOTH8 LUf. aut FAIlURE TO DO so SHALl _ NO O8lIGATIOH Oft UIJSIIJ1Y <l' *'" KINO UPOIl THe 'NSUlWI. ITS AGeKTS OR .......-rATMIlS- AUTHOJUZIO RtftllUlHT AT1YE City of Ocoe. 150 N. Lake.hore Drive Oco.e PL 34761-2258 ACORD 25 (2001108) S/+-MPI. IF iC ACORD CORPORATION 198! RFP #06-003 17 20. LIST OF SUBCONTRACTORS, SUPPLIERS, TEMPORARY WORKER AGENCIES NAME/ ADDRESS/FEDERAL J.D. NO./CONT ACT PERSON/PHONE #: (Attach additional sheets if necessary) The proposer certifies that the proposer has investigated each company listed above and has received evidence that it maintains a competent and capable staff that is technically and financially capable of performing the pertinent work and that it has done similar work in a satisfactory manner. It is further acknowledged by the Contractor that any CHANGE in the companies listed above shall require the City of Ocoee's approval before any work shall commence by the new party on this project. See "Scope of Work" section. 21. LIST OF EQUIPMENT AND VEHICLES: Please list year, make & model of all equipment and vehicles that will be used on this Project, including whether owned or leased. Ifleased please provide name oflessor. See Scope of Work section: RFP #06-003 18 22. REFERENCES/EXPERIENCE OF PROPOSER WITH SIMILAR WORK The Proposer must demonstrate that it has the experience to perform services similar to those required for this project. The proposer shall provide information regarding its experience on at least two (2) similar projects within the past five (5) years. DATE OF CONTRACT/AMOUNT OF PROJECT/CLIENT'S NAME AND ADDRESS/ TELPHONE NUMBERJEMAIL ADDRESSINAME OF CONTACT Have you any similar work In progress at this time? Yes business No Length of time In Bank or other financial references: (Attach additional sheets if necessary) 23. SUMMARY OF LITIGATION: Provide a summary of any litigation, claim(s), bid or contract dispute(s) filed by or against the proposer in the past five (5) years which is related to the services that the proposer provides in the regular course of business. The summary shall state the nature of the litigation, claim, or contact dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. If none, please so state. (Attach additional sheets if necessary) 24. ACKNOWLEDGMENT OF ADDENDA: Proposer acknowledges receipt of the following addenda: Dated Dated Dated No. No. No. RFP #06-003 19 SCOPE OF WORK/SPECIFICATIONS RFP #06-003 EMERGENCY STORM DEBRIS COLLECTION & DISPOSAL This EMERGENCY STORM DEBRIS COLLECTION AND DISPOSAL CONTRACT is intended for the rapid mobilization and response, collection and removal, and disposal of biodegradable and non- biodegradable storm debris from the public rights-of-way and publicly owned land and facilities upon notification by the City. The contract is on an as needed basis as deemed necessary by the City and shall be renewable for four (4) consecutive years. No minimum or maximum quantities are stated for this contract. 1.0 GENERAL. 1.I.The work performed shall include rapid mobilization, collection, and disposal of eligible biodegradable and non-biodegradable storm debris from public rights-of-way (ROW), publicly owned land, and City facilities. Upon written authorization by the City Director of Public Works, Contractor shall mobilize and begin work within 24 hours. The work shall include both "declared emergencies" such as hurricanes and tornados and debris removal from other minor storms as requested by the City. 1.2 Under declared emergencies where reimbursement by FEMA is anticipated, adherence to FEMA rules and guidelines is required. This shall include identification of eligible storm debris, type of equipment used, inspection process, record keeping, and permitted disposal. The selected Contractor shall demonstrate an in-depth understanding associated with FEMA process, eligible debris, method of inspection, and method of compensation. 2.0 SERVICES. 2.1 The Contractor shall mobilize and begin operations within 24 hours of verbal authorization, followed by an original written authorization, from the City's Public Works Director for debris removal and disposal of all eligible debris. 2.2 The debris shall be transported to an approved dumpsite as directed by City Public Works Director. 2.3 The work authorization shall include an estimated debris quantity to be removed, but not guaranteed. If the estimated debris quantities are exceeded, the Contractor shall notify the Public Works Director as soon as possible for authorization. 2.4 Haul and Dispose. For FEMA sanctioned events, the work shall consist of clearing, separating, and removing any and all eligible debris (see definitions of eligible debris) from the right-of-way streets and roads and eligible public property. Work will include: 1) examining and sorting debris to determine whether or not debris is eligible and to determine whether eligible debris is burnable or non-burnable; 2) loading and sorting the debris; 3) hauling the eligible debris to an approved dumpsite authorized by the City. Ineligible debris will not be loaded, hauled, or dumped under this contract. The contracting officer shall be immediately notified of any ineligible debris placed at the right-of-way for collection. The Contractor shall make a maximum of three (3) passes with a minimum of one weekend between each pass. The contractor shall not move from one designated work area to another designated work area without prior approval from the Contracting Officer's Representative (COR). Any eligible debris, such as fallen trees, which extend onto the ROW from private property shall be cut at the point where it enters the ROW. Only that part of the debris that lies within the ROW shall be removed. The Contractor shall not enter onto private property during RFP #06-003 20 the performance of this contract unless expressly authorized by the COR or Director of Public Works. 2.5 For City sanctioned minor storms and emergencies, as authorized by the Director of Public Works, Contractor shall inspect the debris, sort the debris into burnable and non-burnable piles, remove and haul all sorted piles to appropriate and approved disposal site or sites. 2.6 Contractors shall note that a portion of the project will occur in residential areas. The contractor should exercise due care to minimize any damages to trees, shrubs, lawns, landscaping and any other parts of the property. The contractor shall restore any damage caused by the contractor's equipment in a timely manner to the satisfaction of the Public Works Director. The debris work area shall be cleared of all debris as reasonably as possible. 2.7 The contractor will use equipment and perform work in a manner to prevent damages to City, County, State or private infrastructure facilities and adjacent rights-of-way including all landscaped areas. Equipment with metal tracks shall not be used on lawns and landscaped areas. Loading of debris shall be accomplished with the street or right-of-way to minimize damage to private property as much as possible. Contractor shall utilize buckets and/or boom and grapple devices to remove and load the debris. 2.8 The Contractor shall conduct the work so as not to interfere with the disaster response and recovery activities of federal, state, and local governments or agencies, or of any public utilities. 2.9 The City and other authorizing agencies reserve the right to inspect the site, verify quantities and review operations at any time. 2.10 All work shall be accomplished in a safe manner in accordance with all applicable City, County, State, and Federal standards. 3.0 LOAD TICKETS. 3.1 Load Tickets meeting FEMA (Federal Emergency Management Agency) standards shall be used for each load of debris removed for disposal. A copy of the load ticket to be used by the contractor shall be submitted for City approval prior to beginning work. Each ticket shall contain the following information: 1. Ticket Number 2. Contract Number 3. Date 4. Contractor Name 5. Truck or Roll-off Number 6. Truck Capacity 7. Point of Debris Collection 8. Loading Departure Time 9. Dump Arrival Time 10. Percent of Load 11. Actual Debris Volume 12. Debris Eligibility (Y IN) RFP #06-003 21 3.2 A minimum four-part load ticket will be issued by a City monitor prior to transport of the debris from the loading site. The entire four-part load ticket is given to the vehicle operator. Upon arrival at the dumpsite, the vehicle operator will give the entire four-part load ticket to the COR monitor. The COR monitor will verify the hauler and equipment and establish a percent of truck capacity of the eligible cubic yardage of debris load. After documenting the percentage, the COR monitor will calculate the actual cubic yardage of the load, to the nearest 0.10 yard. The COR monitor will document his data on the load ticket. The COR monitor will detach one copy ofthe load ticket and give that one copy to the vehicle operator. One copy is then given to the contractor, one copy is given to FEMA and the original is kept by the COR. The load tickets will be submitted with the daily report. 3.3 The Director of Public Works may waive the foregoing procedures on a case-by-case basis if compliance is not practical in light of the emergency situation. 4.0 DEBRIS CLASSIFICATION. 4.1 Eligible Debris. Debris that is within the scope of this contract includes, but is not limited to, damaged and disturbed trees, bushes and shrubs, broken, partially broken and severed tree limbs and brush. 5.0 PERFORMANCE SCHEDULE. 5.1 The Contractor shall commence performance within twenty-four (24) hours of receipt of verbal notice-to-proceed. A written authorization shall follow the verbal issue. 5.2 Prior to commencing debris removal operations a contractor shall, with the COR's direction, provide a work plan showing where operations will begin and which streets/roads will be cleared on a 7 and 14 day projection. The plan will be updated every Monday. 5.3 All activity associated with debris operations shall be performed during visible daylight hours only. The contractor may work daylight hours seven (7) days per week, including holidays. 5.4 Maximum allowable time for completion will be stated in the written authorization in calendar days. City may grant additions or deletions to the contract by written change orders. Subsequent changes in completion time will be equitably negotiated by both parties pursuant to applicable county, state and federal law. 6.0 EQUIPMENT. 6.1 All trucks and other equipment must be in compliance with all applicable federal, state, and local rules and regulations. Any truck used to haul debris must be mechanically loaded by an appropriately sized front end loader, backhoe or other approved and appropriate equipment. Additionally, the truck or trailer must dump hydraulically and be controlled from the cab of the vehicle and capable of rapidly dumping its load without the assistance of other equipment. If rear- load trucks are used for hauling eligible storm debris, mechanical loading is waived in favor of manual labor. 6.2 Sideboards or other extensions to the bed are allowable provided they meet all applicable rules and regulations, cover the front and both sides, and are constructed in a manner to withstand severe operating conditions. The sideboards are to be constructed of 2" by 6" boards or greater and not to RFP #06-003 22 extend more than two feet above the metal bedsides. All extensions are subject to acceptance or rejection by the COR. The contractor will provide means to rapidly unload any trailer that does not have a means for dumping. All trailers must have a metal-framed exterior and a minimum of 5/8" plywood (not wafer board) interior walls. All equipment used to haul debris must be equipped with a tailgate that will effectively contain the debris during transport and permit the truck to be filled to capacity. No plastic snow/construction fencing will be used. All hauling equipment must be measured and marked for its load capacity. All equipment will be inspected by the Contractor prior to use. The COR will provide a form for this purpose. 6.3 If not already marked with proper identification signs, trucks and other heavy equipment designated for use under this contract shall be equipped with two signs, one attached to each side. These signs will be furnished by the Contractor and shall be pre-approved by the COR. 6.4 Prior to commencing debris removal operations, the Contractor shall present to the COR all trucks, trailers, or containers that will be used for hauling debris. Each truck or trailer will be measured to determine the load capacity. Each truck or trailer will be numbered and clearly display the load capacity for identification with a permanent marking. The COR may, at any time, request that the trucks be re-measured. The Contractor shall notify the COR each time a new truck, trailer or container is to be used under this contract. No capacity can exceed 100% of the measured volume. 6.5 Trucks or equipment, which are designated for use under this contract, shall not be used for any other work during the working hours of this contract. The Contractor shall not solicit work from private citizens or others to be performed in the designated work area during the period of this contract. Under no circumstances will the Contractor mix debris hauled for others with debris hauled under this contract. 6.6 Loading equipment used under this contract shall be rubber tired and sized properly to fit loading conditions. Excessive size loading equipment (6 CY and up) and non-rubber tired equipment must be approved by the COR. 6.7 When requested by the City, the contractor will provide an inspection tower at the dumpsite. This tower must be constructed such that the COR monitor can look down into the bed to fully view the debris load, establishing a volume. The inspection tower must be constructed to meet all local, state, federal requirements. The contractor may provide a mechanical lift to be used in place of the constructed tower. Compensation for the towers if requested by the City, shall be negotiated prior to commencement of work. At dumpsites with no restrooms, the contractor shall provide a restroom when requested by the City Public Works Director. Cost of a restroom shall be negotiated between the City and Contractor prior to work. 7.0 REPORTING. 7.1 The Contractor shall submit a report to the COR during each day of the term of the contract. Each report shall contain, at a minimum, the following information: 1. Contractor's Name 2. Contract Number 3. Crew 4. Location of work 5. Day of Report 6. Daily and cumulative totals of debris removed, by category RFP #06-003 23 7.2 Discrepancies between the daily report and the corresponding weigh tickets will be reconciled no later than the following day. 8.0 OTHER CONSIDERATIONS. 8.1 The Contractor shall supervise and direct the work, using skillful labor and proper equipment for all tasks. Safety of the Contractor's personnel and equipment is the responsibility of the Contractor. Additionally, the Contractor shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract. 8.2 The Contractor must be duly licensed in accordance with the state's statutory requirements to perform the work. 8.3 The Contractor shall be responsible for taking corrective action in response to any notices of violations issued as a result of the Contractors or any subcontractors' actions or operations during the performance of this contract. Corrections for any such violations shall be at no additional cost to the City. 8.4 The Contractor shall be responsible for control of pedestrian and vehicular traffic in the work area. When applicable, the Contractor shall provide all flag persons, signs, equipment, and other devices necessary to meet federal, state, and local requirements. The traffic control personnel and equipment shall be in additional to the personnel and equipment required in other parts of this contract. At a minimum, one flag person should be posted at each approach to the work area. Work shall be accomplished in a safe manner in accordance with all applicable City, County, State, and Federal standards. 8.5 When applicable, the COR is responsible for obtaining all applicable environmental and regulatory permits prior to the contractor commencing operations. 9.0 FINAL DISPOSITION 9.1 The method of final disposal will be determined by the COR. Debris may be chipped, burnt, or otherwise disposed of as determined by the COR. 10.0 MEASUREMENT. 10.1 Measurement for all debris removed will be by the cubic yard as determined by the eligible debris delivered to dumpsite, as supported by the load ticket. Measurement will be documented by load tickets. 11.0 BONDING AND INSURANCE 11.1 Contractor shall maintain all applicable certificates of insurance in accordance with the terms of current City requirements. RFP #06-003 24 12.0 COMPENSATION & PAYMENT. 12.1 Compensation for the each authorization shall be for all labor, supervision, administration, material, fuel, fuel surcharge, equipment rental, etc. The compensation shall also be for complete mobilization, collection, and disposal of debris shall be in accordance with PRICE PROSAL FORM attached. Payment for work completed may be invoiced at the end of each authorization or on a monthly basis. Invoices shall be based on verified quantities from the daily operational reports as approved by COR. 12.2 As disposal fees may vary, Contractor shall be compensated for the actual disposal costs provided the Contractor use a City authorized disposal site and the Contractor submits a disposal ticket. Contractor must submit the location of the disposal site and schedule of fees for approval by the City Public Works Director. 12.3 Automatic adjustment of 3% per year shall be applied upon renewal of the contract each year. 13.0 OTHER CONTRACTS. 13.1 City reserves the right to issue other contracts or direct other contractors to work within the area included in this contract. Accordingly, the services to be provided hereunder are deemed to be non- exclusive. 14.0 ENCLOSURES/ATTACHMENTS. 14.1 Daily Report- (By Cubic Yard or By Ton) RFP #06-003 25 DAIL Y HAUL RECORD DAILY REPORT CONTRACTOR: DATE OF REPORT: CONTRACT NO: Truck Tare Landfill trips Tonnage No. Totals 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 DAIL Y TOTALS RFP #06-003 26 DAILY HAUL RECORD RFP #06-003 27 PRICE PROPOSAL FORM RFP #06-003 Please note that the above specifications are intended as minimum and pre/erred guidelines. Please submit a proposal on only one (1) type o/system/or each line item that best meets the specifications. City maintains the right to mix and match the proposal items to meet budget constraints. Contractor shall be compensated for the debris removal per cubic yards of debris removed plus the actual disposal costs (if applicable). The minimum compensation per authorization shall be for 20 cubic yards collection and transportation plus the actual disposal costs. Total proposed compensation for the mobilization, collection, and transportation of debris: Biodegradable Debris: $ Non-Biodegradable Debris: $ per Cubic Yard per Cubic Yard Company Name Date Contractor's License Number Authorized Officer (print) Authorized Signature RFP #06-003 28 RFP #06-003 COMPANY INFORMATION/SIGNATURE SHEET FAILURE TO COMPLY WITH THESE RFP INSTRUCTIONS WILL RESULT IN DISQUALIFICATION OF YOUR PROPOSAL. PLEASE SIGN BELOW ATTESTING THAT YOU HAVE READ AND UNDERSTAND ALL RFP INSTRUCTIONS AND THAT THE PRICES REFLECTED ON THE "SCOPE OF WORK/PRICE PROPOSAL FORM" ARE ACCURATE AND WITHOUT COLLUSION. COMPANY NAME TELEPHONE (INCLUDE AREA CODE) FAX (INCLUDE AREA CODE) E-MAIL ADDRESS AUTHORIZED SIGNATURE (manual) IF REMlTT ANCE ADDRESS IS DIFFERENT FROM PURCHASE ORDER ADDRESS, PLEASE INDICATE BELOW: NAME/TITLE (PLEASE PRINT) STREET ADDRESS CITY STATE ZIP FEDERAL ID # _Individual _Corporation _Partnership _Other (Specify) Sworn to and subscribed before me this day of ,20_ Personally Known or Produced Identification (Type of Identification) Notary Public - State of County of Signature of Notary Public Printed, typed or stamped Commissioned name of Notary Public RFP #06-003 29