Loading...
O'Brien's Response Management, LLC d042 a AGREEMENT BETWEEN THE CITY OF MIAMI BEACH, FLORIDA AND O'BRIEN'S RESPONSE MANAGEMENT, L.L.C., FORMALLY KNOWN AS O'BRIEN'S RESPONSE MANAGEMENT, INC. FOR EMERGENCY DISASTER DEBRIS MONITORING SERVICES FOR THE CITY OF MIAMI BEACH, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 28-11/12 THIS AGREEMENT made and entered into this 4th day of October , 2013 (Effective Date), by and between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 (hereinafter referred to as City), and O'BRIEN'S RESPONSE MANAGEMENT, L.L.C., a Delaware, limited liability company having its offices at 1501 M Street, 5t'' Floor, Washington DC 20005 (hereinafter referred to as Contractor). SECTION 1 1.1 DEFINITIONS Agreement: This Agreement between the City and Contractor. Contractor: For the purposes of this Agreement, Contractor shall be deemed to be an independent contractor, and not an agent or employee of the City. Data Entry Personnel: Employee of the Contractor who enters data gathered or transmitted by the field monitors and prepares required documentation and reports. Data Manager: Employee of the Contractor that supervises the Data Entry operations and documentation process. Debris: Scattered items and materials broken, destroyed, or displaced which are generated by an event and are located within a designated area. Debris Collection Monitor: Employee of the Contractor who observes the Debris Removal Contractor removing Debris from assigned areas. Debris Management Plan: The City's plan establishing policies, procedures, and guidelines for recovery from Debris generating events, including any amendments thereto. Debris Manager: The City's designated individual or his/her authorized designee who serves as the point of contact for the Contractor under this Agreement. Debris Removal Contractor: A person(s) or entity (ies) under contract with the City to remove the Debris according to federal and State of Florida (State) guidelines. r Disposal Site Monitor: Employee of the Contractor assigned to the Debris disposal site, to manage disposal operations and monitor the Debris Removal. Contractor's performance. The Monitor's duties include, but are not limited to, ensuring that Debris is eligible and to quantify and accurately document Debris loads consistent with Federal Emergency Management Agency (FEMA) and Federal Highway Administration (FHWA) guidelines. Emergency Operations Center (EOC): A central command and control facility responsible for carrying out the principles of emergency preparedness and emergency management/disaster management functions at a strategic level in an emergency situation. Exit Site Monitor: Employee of the Contractor who observes outbound trucks at temporary Debris management sites. Federal Emergency Management Agency (FEMA): FEMA is a branch of the Federal Government that provides funding sources for activities during an event declared a disaster by the President of the United States. FEMA eligible Debris removal is for the second and subsequent passes on FHWA roadways and all removal on other roadways not part of the Federal aid system. Federal Highway Administration (FHWA): FHWA, through the Emergency Relief Program administered by the City, is a federal funding source for work on Federal-Aid roadways and facilities. FHWA has designated federal aid roadways (also known as "on- system" roadways) that are eligible for emergency relief funding. Field Coordinator: Employee of the Contractor who oversees general field operations, including monitors GIS/IT Specialist: Employee of the Contractor to support field monitoring and documenting services and link such gathered information with City systems. Hand Held Units (HHU): Devices used to write data to, and read data from, removable storage media. The HHU are used in electronic Debris monitoring. Notice to Proceed: Written notice issued to the Contractor by the City fixing the date on which work outlined in a Task Order will commence. Project: The scope of work as identified in a Task Order. Project Manager: Employee of the Contractor who functions as the point of contact for the City and is responsible for the overall supervision, management, and.coordination of Contractor's work and services under this Agreement including, without limitation, Contractor's Debris clearance, removal disposal, and monitoring operations. System: The word "System" is used in reference to the electronic portion of electronic Debris monitoring. System Database: An electronic compilation of all information gathered or reconciled. Task Order: A written, detailed scope of service to be provided by the Contractor identifying the work and services, costs, time limits, and other terms required for a specific Project. The Task Order is not valid unless signed by the authorized agents for the City and the Contractor. Temporary Debris Management Sites TDMS : A Florida Department of Environmental P rY 9 ( ) P . Protection authorized site where Debris is stored, reduced, burned, grinded, or sorted. Debris resides at the site for a relatively short period of time prior to final disposal during the Debris management process. Ticket Manager: Employee of the Contractor responsible for overseeing the electronic ticket processing. Tower Monitor: Employee of the Contractor who observes the contents of trucks of the Debris Removal Contractor removing Debris from assigned areas. SECTION 2 SCOPE OF SERVICES (SERVICES) 2.1 GENERAL The City is entering into this Agreement pursuant to City Request for Proposals No. 28- 11/12 for Emergency Disaster Debris Monitoring Services, together with all amendments thereto (the RFP), and Contractor's proposal (the Proposal) in response thereto (the RFP and Contractor's proposal are collectively referred to as the "Proposal Documents," and are attached and incorporated as Attachment E hereto). The Proposal Documents shall set forth the Services to be provided pursuant to this Agreement which shall include, without limitation, the Services (and the terms and conditions related thereto) in this Section 2. The Services will be provided by the Contractor to suffice all requirements, as may be required by FEMA, which provides public assistance funds for Debris clearance, removal and disposal operations. The Contractor acknowledges that its successful performance of the Services is a critical component in the justification and documentation of any application for FEMA public assistance funding. Contractor shall be solely responsible for deploying any and all trained Debris Monitors to observe and document Debris removal activities which include, but are not limited to, monitoring the following: field operations regarding all storm generated Debris; Debris pick-up; Debris hauling; Debris staging and reduction; Debris management including, without limitation, temporary Debris storage site management; and final disposal of Debris to an approved facility. Roads and other City facilities will be identified by the City, and direction will be given to the Contractor in accordance with the Debris Management Plan. The City reserves the right to add or remove highway segments at the discretion of the Debris Manager. The.City, in its sole discretion, may elect to perform work and/or services contemplated under this Agreement with in-house forces; other contractors; or may cancel this Agreement at any time, without cause and/or for its convenience. r The Contractor shall have experience in the FHWA Emergency Relief Program (FHWA- ER), the FEMA Public Assistance Program (FEMA-PA), and other applicable federal, State, and/or local programs to assist the City in its emergency response and recovery efforts. Proper documentation by the Contractor, as required by FHWA and FEMA, is required for all Debris removal monitoring operations, to ensure reimbursement to the City from the appropriate agency (ies). The Contractor must follow the requirements set forth under FHWA 1273-Required Contract Provisions Federal-Aid construction Contracts (Attachment "F" hereto). The Contractor will be responsible for tracking all-of the Agreement costs and adhering to the not to exceed limit, as defined herein. Proper notification must be given to the City as costs approach this limit. The Services will commence upon authorization by the City. No guarantee on minimum or maximum amounts per item is made under this Agreement. No adjustment to prices will be considered due to increases or decreases in estimated quantities or fuel costs. 2.2 PERSONNEL(QUALIFICATIONS 1. Project Manager: Must have a minimum of five (5) years of experience in disaster Debris management. The Project:Manager must also be a permanent employee of the Contractor. 2. Field Coordinator: Must have a minimum of two (2) years of experience in disaster Debris management. 3. Debris Collection Monitors, exit site monitors, Disposal Site Monitors, and or Tower Monitors must have a high school diploma or GED, and be adequately trained in Debris operations. 4. Data Manager: Must have a minimum of two (2) years of experience working with a relational database management system. The data manager will work under the supervision of the Project Manager. 5. GIS/IT Specialist: Must possess extensive experience in geographical information system (GIS) mapping and information technology (IT) and associated database management. 2.3 SERVICES TO BE PROVIDED BY THE CONTRACTOR A. ADMINISTRATION The listed Services shall be performed by the Contractor: 1. The Contractor shall ensure daily reports are provided to the city's Debris Manager or his/her designee and other key City personnel within a minimum number of hours following request by the Debris Manager. The Contractor shall ensure that Debris monitors report within a minimum number of hours after a Debris generating event. 2. It is the responsibility of the Contractor to assist the City in performing: a) Contract administration b) Damage assessment c) Post-storm Debris quantifications d) Response operations planning e) Environmental permitting of Temporary Debris Management Sites f)Truck certification g) Debris removal monitoring h)Quality assurance and quality control of all documentation pertaining to Debris removal monitoring. i) Assist in troubleshooting collection delays and other operational issues in work areas. j)Assist the City in responding to public inquiries. k) Be available to address questions from FEMA and FHWA both during and after Services related to a Task Order have been performed. 3. Provide assistance as needed pre-Debris generating event, which may require contractor to establish a location in the City. B. DEBRIS MONITORING OPERATIONS The Contractor shall coordinate with the Debris Manager to schedule Debris removal monitoring and operations. Project Manager, shall oversee the Debris removal operations. The Project Manager shall be the point of contact for the City. The Project Manager shall assign field coordinator(s) to oversee the Debris Removal Contractor(s), Monitors, and Data Manager. The Project Manager's duties include, but are not limited to, the following: 1. Ensure a sufficient number of trained Debris monitors are available to monitor the "First Push" (cut&toss) operations. 2. Ensure a sufficient number of trained Debris monitors are available to monitor all "First Pass" (and subsequent passes) of Debris removal and hauling activities. 3. Provide Tower Monitors / Disposal Site Monitors to observe and record all Debris loads entering the Temporary Debris Management Sites. 4. Provide Tower-Monitors/ Disposal Site Monitors to observe and record all Debris loads exiting the Temporary Debris Management Sites for final disposal. 5. Provide Data Entry and document processing personnel, as applicable. 6. Conduct safety meetings with field staff, as necessary. 7. Respond to and document issues regarding complaints, damages, accidents or incidents involving the Contractor or City personnel and ensure that they are fully documented and reported. 8. Coordinate daily briefings with the Debris Manager and the Debris Removal Contractor, including daily status reports of work process and staffing. 9. Ensure the documentation of environmental authorizations and/or permits for Temporary Debris Management Sites and final disposal. 10. Review and reconcile Debris Removal Contractor invoices submitted to the City. 11. Preparation of interim operations and status reports and final report, as directed by the City. C. FIELD MONITORING The Contractor shall provide trained staff in sufficient numbers to adequately monitor all operations supervised by Field Coordinator(s). Duties of Coordinators shall include, but are not limited to, the following: 1. Truck certification and documentation of all vehicles used in the Debris removal activities. 2. Quality assurance / quality control (QA/QC) of truck certification measurements throughout the Debris removal process up to and including disposal.D 3. Provide monitoring services and documentation of all eligible Debris removal activities from Federal Aid eligible roadways— First Push (Cut& Toss) and First Pass. 4. Provide monitoring services and documentation of all eligible Debris removal activities on non-Federal Aid eligible roadway — "First Push" and "First Pass" — as directed by the City. 5. Provide monitoring services and documentation of all eligible Debris removal activities from second and subsequent passes on all roadways, as directed by the City. 6. Ensure that ineligible Debris is not collected by the Debris Removal Contractor, unless directed in writing by the City. 7. Disposal Site Monitor / tower monitors will observe and record the truck quantity estimates of inbound and outbound Debris. 8. Exit site monitors will observe that all outbound trucks are fully discharged of their load prior to exiting of the Temporary Debris Management Site. 9. Monitors will ensure that accurate, legible, and complete documentation is provided through load tickets, truck certifications, and/or other logs and reports, as required by the City. 10..Maintain photo documentation of the Debris removal trucks and activities, specifically of the hazardous stump removal process, hangers, leaners, or tree removal, and/or other special or unusual occurrences in the field. 11. Monitor TDMS restoration, conduct final inspections, and deliver closeout reports. 12. Document and report activities to the City which may require remediation, such as fuel spills, hazardous materials collection locations, and other similar environmental concerns. 13. Document and report to the City damages which occur on public or private property as a result of the Debris removal operations. 14. Document and report to the City any violations of Department of Environmental Protection's (DEP) Debris site conditions. 15. If DEP Debris site conditions are violated, the Contractor shall oversee tasks sufficient to satisfy the DEP performed by the Debris Removal Contractor. D. DATA MANAGEMENT AND DOCUMENTATION The Contractor shall ensure all necessary documentation is provided as follows: 1. Ensure all eligible Debris removal operations activities are documented and tracked specific to the FHWA-ER Program, the FEMA PA Program or other applicable Federal, State, or local agencies. 2. Documentation of the number of crews and types of equipment utilized, actual hours of operation, and locations of work performed during the time and materials phase of operations. 3. Completion of truck certifications, equipment certifications safely checklists, and establishment of a Quality Assurance/Quality Control (QA/QC) program throughout the removal process up to and including disposal. 4. Load tickets documenting the eligible Debris removal and/or disposal activities by the applicable program (FHWA — ER or FEMA PA), and/or other federal, State or local programs, as outlined in and in accordance with the Debris Management Plan. 5. Documentation of eligible hazardous stump removal hangers, leaners or tree II g P 9 , removal which includes photos, GPS coordinates street or milepost identifier, and/or other information, as available and applicable. 6. Environmental authorizations and/or permits, as applicable. 7. Daily electronic spreadsheet summaries of cubic yards / tons collected. The daily summary shall be communicated to the Debris manager. 8. Production in electronic format (scanned) and paper copies of all documentation for submittal to Federal and/or State agencies. 9. Provide certified weight measurements if required. F 10. Create field maps using the City's GIS, as well as track and present clearing progress in GIS. The City will expose ESRI ArcGIS Map Services for map creation and record the progress. 11. Organize, maintain, and provide the City electronic copies of documentation, in a format and manner acceptable to the Debris Manager. All documentation and information related to the Project shall be surrendered to the City upon completion of a Project. 12. The Contractor may exercise the option to utilize electronic Debris monitoring and if chosen, the Contractor should utilize a system that is comparable with or upgraded based on current technology with the requirements set forth in Sections 2.3, E through G, here of. E. EQUIPMENT REQUIREMENTS 1. Data Storage Media — .Debris management data will be stored and transferred on encryption protected data storage media. All data media will be provided by the Contractor. Data must include a unique user ID which identifies the user's role, limits the user's ability to collect or validate information, etc. and employs an anti-tampering mechanism. The Contractor shall provide media to each person performing a Debris mission role that result in data collection (i.e., drivers, ticket managers, etc). 2. Handheld Units (HHU) - The Contractor will provide weather proof and shock resistant and be rugged and durable handheld units (HHU) for recording Debris management data in the field. These HHU devices will be capable of writing data to, and reading data from, the removable data storage media. HHU's shall have the capability to locate the position of any recoding using integrated or external GPS device and record this location with the recorded data. The HHU's will perform two functions: (1) Recording of initial load data information; and (2) verification of vehicle certification, and recording of Debris type and quantity and (3) All field units will be operated by stand-alone power sources which will allow the units to perform uninterrupted for a shift. . (a) HHU's capable of recording truck certification data onto driver removable media are used at the truck certification area. Truck certification records will include truck measurements, Truck ID, Driver ID and a digital photograph of the truck and trailers. (b) HHU's capable of recording user ID information, including a unique user ID, digital photograph and any additional user information required for system operation. (c) GPS- HHU units shall have integrated or external GPS capability. The recorded GPS location will have an accuracy of three (3) meters or less. The HHU shall automatically record the location without any additional manual effort each time the HHU unit records and retrieves information related to the Debris mission. The GPS location shall be recorded in Florida State Plan Coordinates East in feet (NAD 1983 State Plane Florida East FIPS 0901 Feet). 3. Durable Printer— The Contractor shall provide a durable printer to print load tickets at the request of the City. Once the tower monitor completes the load data entries the information shall be transmitted to the printer. The printer will print a minimum two (2) copies of the ticket. Two copies shall be given to the driver (one copy for the driver and the other for the Debris Removal Contractor). The HHU should have program flexibility to alter the number of printed tickets. The printed ticket paper and print shall be of a quality that the print is not affected by harsh weather conditions and does not fade over time, nor smear or deteriorate due to moisture or UV rays. All field units will be operated by stand-alone power sources which will allow the units to perform uninterrupted for a minimum of a shift. 4. Server(s) — The Contractor shall provide computer servers for the storage and maintenance of records. The data contained in the Contractor's database shall be made available on the Internet for controlled use, and be password protected. Upon completion of work and services pursuant to a specific Task Order, the Contractor shall surrender all records related to such work and services to the City. 5. Back-up equipment — In the event of equipment malfunction, loss or damage, the Contractor shall assure a sufficient supply of replacement equipment and personnel are available such that production is not affected. The back-up equipment shall be readily available on-site for rapid distribution. 6. GIS —The City shall provide an ESRI ArcGIS Rest Map Service to be used as a base map to visually illustrate work zones, ticket and tower personnel locations and activities, work progress, historically and/or environmentally sensitive areas, geospatial data, and other mission informational needs from the data gathered by the HHU's. 7. Internet Accessible database — The Contractor will establish a web based database which is updated daily if not real-time. The data shall be accessible, by permission only, to neighborhood's, local and State officials and others on a "need to know" basis. Database access will be role-based and no direct access to the data tables shall be allowed, unless approved by the City. F. GENERAL ELECTRONIC DEBRIS MONITORING SYSTEM PARAMETERS 1. The system must utilize an encryption protected removable data storage device. The data storage device will store data collected in the field, such as fields from traditional Debris paper load tickets as well as truck certification information..The device must be capable of depicting images and other identifying data. 2. The system must have a database capable of storing all data collected in the field. The Contractor shall provide the Debris Manager a copy of the database with a matching structure at the completion of the work unless otherwise specified. 3. The system must include the capability to share database records with the City, the City's contractors, and others via the internet. Data contained in the system must be password protected, implement role-based access controls and must have viewing, printing and editing capabilities. Each user must have permissions that allow only them to review and print information specific to their need. The system shall also have the capability to generate reports on all aspects of the Debris mission. 4. The Contractor uses the HHU to initiate the load data by entering the Debris type into the HHU. The driver's media card will either be swiped or inserted into the HHU and the HHU will write the Debris type, pick-up GPS location, address of pick-up if applicable, time, date, truck certification and driver information, and the ticket manager's unique ID code onto the removable media. Once the data is written to the media, the monitor will return the media to the driver. By this action, the Contractor verifies the Debris meets FEMA and FHWA eligibility requirements, 5. HHU's are used at the Debris verification area of disposal site(s) by Tower Monitor. The vehicle driver presents the removable media, which was previously initiated by the field monitor, to the tower monitor located in the disposal site tower(s). The tower monitor verifies the Debris classification is appropriate (vegetative, construction and demolition, mixed, etc. and manually revises, if needed, verifies vehicle(s) and driver information is correct, estimates and enters the load quantity into the HHU. The HHU will automatically extract the information recorded earlier on the smart card and add the information to the tower monitor's.HHU including the date, time Debris arrives, site ID, GPS readings, load quantity and tower monitor unique ID Code. 6. All information regarding each Debris load will be stored in the HHU's internal memory or on a separate, encryption protected removable media device. The Debris load information will be uploaded to the system databases. Once this information is recorded, the tower monitor HHU will clear the removable media's Debris data for the driver to re- use. 7. The media will retain a running total of the quantity and type of Debris hauled by a particular vehicle. All Debris load information within the tower monitor's HHU will be retained until upload to the database has been accomplished and confirmed by authorized personnel. G. FUNCTIONAL SPECIFICATIONS AND SYSTEM ARCHITECTURE 1. The system shall have the capability to manage user roles. The majority of the system users will be either Ticket Manager or Tower Monitors. At a minimum, the system must have the following capabilities: A means to create encryption protected electronic media with unique User ID, digital photograph, user roles and other identifying data Electronic registration of ticket/tower monitor Link designated ticket/tower personnel roles to a specific mission The ability to edit ticket/tower personnel roles i.e., create, update and delete Store ticket/tower personnel contact information relative to the mission Track and manage ticket/tower personnel role and status Assign and track equipment assigned to the user Reject invalid ticket/tower personnel credentials Reject invalid certification credentials 2. The system shall have the capability to record truck and trailer certification data. Truck certification is used to register authorized Debris hauling vehicles and equipment. At a minimum, the following must be included: A means of electronically registering authorized Debris contractor vehicles and equipment Link electronic registration to digital images Generate unique ID's for City vehicles and equipment Utilize uniform measurements e.g. feet and inches Capture vehicle volume Utilize industry standard equations for all volume calculations Capture drivers and certification team member unique identification number A means to create.encryption protected electronic driver removable media with unique Truck ID, digital photograph, truck and /or trailer measurements, vehicle volume, and other identifying data Must depict image and other identifying data Must contain counter area for total cubic yards hauled Must employ anti-tampering mechanism Capability to recertify vehicles Recertified vehicles must be recorded in an audit table Certification data must be associated to authorized system user Reject media which are not associated with current event and applicant Capture vehicle audit records Create a printed certification record Administrative reporting capabilities 3. Right-of-Way (ROW) transactional data must be captured, stored, validated, audited, reported and transmitted to mission managers, haulers and applicants. At a minimum, the application must exhibit the following characteristics: Allow creation of point of origin load data on encryption protected driver media when position is known and credentials have been authenticated Capture date and time and other relevant point of origin data Validate media is present in system and configured to receive data Designate Debris type Designate Debris location as Federal aid or Non-Federal aid Designate first pass and subsequent passes Write point of origin load data using encrypted storage algorithms Associate ticket/tower personnel credentials with point of origin load data Acknowledge successful card write via display status message Provide user configurable time option for GPS audit Detect current location using GPS and store data to secure memory location Provide capability to add digital image if Debris is other than vegetative or C&D 4. Completed ROW, and per-unit point of origin transactions must be received at the approved disposal site. Transactions are not considered complete until they are processed thru the receiving applications. At a minimum, the system must provide the capability to: Accept site configuration data at the beginning of each work day Dynamically configure receiving application based on site configuration data Display certification data and photo from driver smart card so that ticket/tower personnel can perform a field audit of truck/trailer to assure data matches certification and placard number Accept loads where: - Mission and applicant are valid - Media authentication data is valid and unaltered - Media contains valid load data Designate Debris type i Record Debris volume (based on unit of measure) Receive volume or per unit loads Identify original load data Identify duplicate load data Configure number of hard copies Create load data record in internal storage Create backup copy of internal storage Prepare driver media for next load Increment driver smart card based on total CY counter value Continuously calculate and present real-time disposal site statistics Re-print load ticket data Interface with durable outdoor printer Preserve in its original state, then transmit daily transaction data Associate ticket/tower personnel credentials with each received load 5. The system must have the capability to perform administrative duties in the field. Requirements include the capability to edit user roles, verify vehicle audit information, display real-time collection volumes, and review ticket/tower personnel GPS audit logs. At a minimum, the system must provide the capability to: Change ticket/tower personnel identification badge roles and responsibilities Review media total CY counter value Audit vehicle certification data Validate/Invalidate smart cards Reinitiate security sequence for ticket/tower personnel or media In tabular format, display the results of ticket/tower GPS audit files by limiting access to the internet data. 6. Transactional data must be summarized, validated, presented and audited to provide an overall status of mission performance. The system must facilitate billing, error reporting, performance tracking and graphical data preparation. At a minimum the Data Consolidation/Data Storage and Data Analysis/Reports tools must provide the capability to: Accept transactional data sets from multiple Debris location systems Recognize multiple mission/applicant configurations Grant access to authorized authenticated users or processes Contain a master record of: - Roles and responsibilities -Ticket/tower personnel credentials and other data - Certification credentials and other data - Mission data -Applicant data - Geospatial data o Street centerlines o City outlines o Population and demographic o Elevation o Wetlands delineation f o Historic and environmentally sensitive areas o Debris work zones o Parcel data o Land use o FEMA flood zones Graphically depict: - Load locations by City - Load locations by neighborhood - Load locations by driver - Load locations by ticket/tower personnel - Load locations by date range - Load locations by zone - Load locations by applicant - Load locations by mission - Load locations by Debris type - Load locations by disposal site - Load locations by roads: Federal, State, City, private - Load locations by land use - Load locations by disposal site Thematic mapping techniques to distinguish different data by color and/or symbol Identify data attributes for a single point of data Select one or many points of data Calculate operational efficiency statistics such as: -Trip turnaround time - Trip distance to disposal site (straight line projection sorted by 0 -15 miles, 16— 30 miles, 31 -60 miles and greater than 61 miles) -Average container fill percentage -Average tower manager load call - Load call trend data e.g., by tower managers, City, neighborhood, driver, etc. Dynamically configure user interface in response to point data selection to limit user authorities Multiple data selections generate tabular data reports Filter mechanisms to highlight geospatial data Control data access using role based security User interface and access to underlying system data must dynamically configured at run time through the presentation of appropriate user credentials Manage data ownership Provide access based on security role model Identify and distribute "owned" transactional datasets to limit internet access to the website data to view only your data Prevent distributed data from being reprocessed for billing purposes Identify billing data sets based on parameters such as: -Time/Date - City/SubCity - Debris type - Debris disposal method (haul-in, reduction, open burn, incineration, haul-out, leave in place, etc.) - Haul distance Route billing data sets via defined and customizable workflow rules Approved billing data sets Communicate general event status e.g.: -Total cubic yard hauled (by Debris type) -Total cubic yard by disposal site -Total cubic yard by City/neighborhood -Total cubic yard by work zone/sector -Total cubic yard by Federal, State and private roads -Total cubic yard by certified vehicle - Number of vehicles utilized - Number of ticket/tower personnel resources assigned Manage user roles, responsibilities and passwords Prevent modification to original data by unauthorized or unauthenticated users Insert audit records into audit tables for all insertions, modifications, and deletions to original data 7. Field Architecture — The field based system must be characterized by the following general statements of direction with respect to construction, operability, supportability and security. At a minimum, the system must: Require user authentication credentials Display current version at application start-up Synchronize with Greenwich Mean Time (GMT)for all date/time fields System must utilize location specific configuration data to initiate a warm start sequence for global positioning system System must remain in a ready state by default Acknowledge successful card write via display status message Create identification structures which utilize encryption technologies Employ anti-tamper and anti-tearing methods and technologies Where applicable, utilize three (3) DES data encryption technologies to protect data Perform validation and checksum (a running production total of cubic yards or appropriate payment capacity) stored on each Debris vehicle's removable media). 8. Back-office Architecture — At a minimum, the back-office 'applications must be characterized by the following general statements of direction with respect to construction, operability, supportability and security. Utilize relational database technology Employ geospatial analysis tools for data visualization Enable audit ability for: - Data insertion - Data modification - Data deletion Prevent field and row level data deletion All access to data must be controlled Store certification and other identification data using encrypted relational technology Reside in a secure internet environment I Preserve base transactional data in its original state prior to. processing or consolidation with other data 9. Initial startup procedure for Debris removal — Debris missions are critical to emergency response and the Contractor should be adequately prepared to respond. H. REPORTING The City requires the Contractor to provide daily status reports, unless otherwise specified, of the Debris removal operations, preparation of interim reports (as directed by the Debris Manager), as well as a final report of the Debris removal operations. 1. The daily status report shall include at a minimum: the daily cubic yards/tons collected by material and by program (FHWA-ER First Pass, First Pass on non-Federal Aid roadways, second and subsequent passes on all roadways); cumulative totals in cubic yards/tons by Debris type; number of Debris removal crews and equipment operating; number of Debris monitors in field; cubic yards/ton by Debris type hauled to final disposal and location of final disposal; and total cubic yard/tons hauled to recycling or salvage facilities. 2. An interim status report may be required at the discretion of the Debris Manager. A final report covering the history of the operations; the locations of temporary Debris sites used; remediation and site closure activities, including any environmental reports or authorizations generated; and the locations of final disposal sites and permits, recycling facilities and salvage facilities used during operations. The report may include identification of weakness in the operations and recommendations for future Debris activities. I. PERMITS 1. Assist the City with any permit applications and coordination with environmental agencies. 2. Assist the City with any pre or post sampling of soil or groundwater. 3. Monitor compliance by the City to any permit requirements. J. MEETINGS AND COMMUNICATION 1. Conduct daily meetings with the Debris Manager and the Contractor. 2. Conduct field meetings as needed. K. ADDITIONAL SERVICES If mutually agreed, the Contractor may be requested to perform other related assignments, as directed by the City, in writing, but only if authorized in advance to do so. 1. Ensure all agreement quantities for all Debris Removal Contractors and Monitors are documented and recorded according to current Federal requirements including, but not limited to, FHWA-ER actual costs incurred (cradle to grave) for work conducted on First Push and First Pass Federal Aid roadways, including time at disposal sites estimating loads on incoming and outgoing Debris loads. 2. For Non-Federal Aid eligible roadways FEMA PA Program actual costs incurred (cradle to grave) for work conducted on non-Federal Aid eligible roadways First Push, First Pass, and second and subsequent passes. Monitor's invoices must delineate between hours spent on FHWA vs. FEMA reimbursed tasks. SECTION 3 COMPENSATION 3.1 AUTHORIZATION FOR SERVICES Authorization for performance of Services by the Contractor under this Agreement shall be in the form of a written Task Order(s) issued and executed by the City and signed by the Contractor. A sample Task Order is attached as Attachment "A" hereto. Each Task Order shall describe the Project; the Services required for the Project; state the date for commencement and completion of the Services; and establish the amount and method of payment. THE CITY MAKES NO REPRESENTATION OR WARRANTY AS TO THE NUMBER OF AVAILABLE PROJECTS, NOR THAT THE CONTRACTOR WILL PERFORM ANY PROJECT FOR THE CITY OF MIAMI BEACH DURING THE TERM OF THIS AGREEMENT. 3.2 COMPENSATION The Contractor shall be compensated for Services for a Project, in accordance with the Task Order issued by the City for same. The Services will be paid for at the productive hourly rates listed in Attachment "B" hereto for the personnel classifications. Any additional personnel will need to be authorized in advance by the City and accompanied by a new Task Order explicitly outlining the Services to be provided by that personnel. 3.3 REIMBURSABLE EXPENSES Reimbursable expenses shall be in addition to the hourly rates. Reimbursable expenses are subject to the applicable "Not-to-Exceed" or "Limitation of Funds" amount set forth in the Task Order. All Contractor employees or subcontractors working on this Agreement should have their permanent residence within a reasonable distance of the City of Miami Beach's boundaries, as reimbursable expenses WILL NOT cover lodging and meals, and be limited to vehicle mileage; unless otherwise approved, in writing, by the City Manager, prior to the Contractor's performing, or incurring charges for, same. Vehicle mileage will be based on the submittal of daily activity logs reporting mileage driven between locations at the rates authorized in FEMA's Schedule of Equipment Rates. Any other reimbursable expenses approved by the City in the Task Order must be supported with original previously agreed upon documentation, as reimbursement will only be made on actual costs incurred. Supporting documentation (daily activity logs showing mileage, etc.) must-be provided by the Contractor within thirty (30) days following the end of the relevant month, in order for reimbursement to be made. In addition, the City will not be liable for reimbursing the Contractor for any charges that are in excess of the "Not-to-Exceed" or "Limitation of.Funds" amount in a Task Order, unless they were approved, in writing, by the City Manager, prior to the Contractor's performing, or incurring charges for, same. Reimbursable expenses may include actual expenditures made by the Contractor, and/or its employees or subcontractors for the following expenses: a. Expenses of transportation, when traveling in connection with the performance of Services pursuant to a Task Order, based on Sections 112.016 (7) and (8), Florida Statutes, as same may be amended. b. If authorized in writing in advance by the City Manager, the cost of other expenditures made by the Contractor in the interest of the particular Services requested pursuant to a particular Task Order. 3.4 PAYMENT AND BILLING a. The Services shall be specifically set forth and defined by the City in the Task Order; shall be issued on a "Time Basis Method"; and contain a Limitation of Funds amount. The Contractor shall not be authorized to exceed the Limitation or Funds amount without the prior written approval of the City Manager. Said approval, if given at all, shall indicate a new Limitation of Funds amount(for the particular Task Order). b. The Contractor shall advise the Debris Manager whenever the Contractor has incurred expenses on any Task Order that equals or exceeds eighty percent (80%) of the Limitation of Funds amount. c. The Contractor may invoice the amount due for actual Service hours performed, but in no event shall the invoice amount exceed the work order amount listed on the Task Order. d. All invoices shall be submitted in an acceptable format to the City in an electronic and hard copy format with daily reports as supporting documentation. The invoices must be submitted in accordance with the Consultant Invoice Transmittal System (CITS) procedures and other federal, state and local rules, regulations and laws. e. Payments shall be made by the City to the Contractor as work progresses for Services furnished on a particular Task Order, but not more than once monthly. Each Task Order shall be invoiced separately. The Contractor shall submit to the City, at the close of each calendar month, an itemized invoice properly dated, describing any Services rendered; the cost of the Services; the name and address of the Contractor; Task Order Number; RFP No.; and any and all other information required by the City. e. Contractor's original invoice shall be sent to: Eric Carpenter, PE Public Works Director City of Miami Beach City Hall 1700 Convention Center Drive, 4d Floor Miami Beach, Florida 33139; With a duplicate copy of the invoice sent to: Procurement Director City of Miami Beach City Hall 1700 Convention Center Drive, 3rd Floor Miami Beach, Florida 33139 3.5 COMPLIANCE WITH CITY'S LIVING WAGE REQUIREMENT THE CONTRACTOR ACKNOWLEDGES THAT IT SHALL BE REQUIRED TO COMPLY WITH THE PROVISIONS OF THE CITY'S LIVING WAGE ORDINANCE, PURSUANT TO CHAPTER 2, ARTICLE VI, DIVISION 6, SECTIONS 2-407 THROUGH 2-410 OF THE MIAMI BEACH CITY CODE, AS SAME MAY BE AMENDED FROM TIME TO TIME (THE ORDINANCE). THE CONTRACTOR SHALL BE REQUIRED TO PAY ALL OF ITS EMPLOYEES WHO PROVIDE SERVICES PURSUANT TO THIS AGREEMENT, NO LESS THAN THE LIVING WAGE RATE AND HEALTH CARE BENEFITS RATE BY THE CITY COMMISSION, FOR THE CURRENT YEAR THROUGHOUT, FOR THE DURATION OF THE AGREEMENT AS IN THE ORDINANCE, AND AS SUCH RATE MAY BE ADOPTED. THE CONTRACTOR'S FAILURE TO COMPLY WITH THE ORDINANCE SHALL BE DEEMED A MATERIAL BREACH UNDER THIS AGREEMENT, UNDER WHICH THE CITY MAY, AT ITS SOLE OPTION, IMMEDIATELY TERMINATE THE AGREEMENT, AND MAY FURTHER SUBJECT CONTRACTOR TO ADDITIONAL PENALTIES AND SANCTIONS, AS PROVIDED BY THE ORDINANCE (AS SAME MAY BE AMENDED). THE LATEST COPY OF THE ORDINANCE (I.E. AS OF THE EFFECTIVE DATE) IS ATTACHED AS ATTACHMENT "D" HERETO. NOTWITHSTANDING THE PRECEDING, IT SHALL BE THE CONTRACTOR'S SOLE RESPONSIBILITY AND OBLIGATION TO FAMILIARIZE ITSELF WITH THE LIVING WAGE ORDINANCE, AS WELL AS ANY SUBSEQUENT AMENDMENTS THERETO. SECTION 4 GENERAL PROVISIONS 4.1 RESPONSIBILITY OF THE CONTRACTOR a. The Contractor shall be responsible for the professional quality, technical accuracy, competence, methodology, accuracy and the coordination of all of the following which are listed for illustration purposes and not as a limitation: documents, analyses, reports, data, plans, specifications, and any and all other documents of whatever type or nature furnished by the Contractor under this Agreement. The Contractor, shall, without additional compensation, correct or revise any errors or deficiencies in any and all documents of whatever type or nature that is required to be furnished by the Contractor pursuant to this Agreement. b. Neither the City's review, approval or acceptance of, nor payment for, any of the i Services required herein shall be construed to operate as a waiver of the'City's rights under this Agreement, nor of any cause of action arising out of the performance of this Agreement, and the Contractor shall be and always remain liable to the City in accordance with this Agreement and applicable laws for any and all damages to the City caused by the Contractor's negligent and wrongful performance of any of the Services furnished under this Agreement. c. In its performance of the Services, the Contractor shall comply with all applicable laws, ordinances, and regulations of the City, Miami-Dade County, State of Florida, and Federal government. 4.2 PUBLIC ENTITY CRIMES A State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes shall be filed with the City's Procurement Division, prior to commencement of the Services herein. 4.3 DURATION AND EXTENT OF AGREEMENT(TERM) The term of this Agreement (Term) shall be for an initial term of three (3) years, commencing on the last date of execution of the Agreement by the parties hereto, as set forth in the Effective Date on p. 1 hereof. At its sole discretion, the City Manager may renew this Agreement, upon the same terms and conditions, for up to three (3) additional one (1) year terms, upon thirty (30) days written notice to Contractor (such notice to be provided prior to the end of the initial term or a renewal term, as the case may be). 4.3.1 The Hourly Billing Rate Schedule shown in Attachment "B", may be adjusted annually, at the City Manager's sole discretion and judgment, based upon the Miami — Fort Lauderdale Consumer Price Index issued by the U.S. Department of Labor, Bureau of Labor Statistics. Such adjustment shall be calculated by multiplying the ratio of the April index divided by the previous years index by the Hourly Rate Schedule to define the new Hourly Rate Schedule. If increased by the City Manager, the maximum annual increase will be limited to three percent (3%). The increase to the billing hourly rates will be at the City Manager's sole discretion and only following evaluation of the Contractor's performance during each year throughout the Term of this Agreement. 4.4 TIME OF COMPLETION The Services (or any portion thereof) to be performed by the Contractor shall only be commenced upon receipt of a Notice to Proceed provided by the City for each Task Order issued. The Contractor's duty to perform the Services shall be ongoing for the Term of the Agreement, on an as needed basis. 4.5 INDEMNIFICATION The Contractor agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees and agents, from and against any and all actions, claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees, for personal, or bodily injury, wrongful death, loss of or damage to property, at law or in equity, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Contractor, its employees, agents, sub-Contractor's, or any other person i or entity acting under Contractor's control, including without limitations any and all temporary personnel assigned to the City pursuant to this Agreement, in connection with the Contractor's performance of the Services pursuant to this Agreement; and to that extent, the Contractor shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The parties agree that one percent (1%) of the total compensation to the Contractor for performance of the Services under this Agreement is the specific consideration from the City to the Contractor for the Contractor's Indemnity Agreement. This indemnity shall survive termination of this Agreement. 4.6 TERMINATION, SUSPENSION AND SANCTIONS 4.6.1 Termination for Cause If the Contractor shall fail to fulfill in a time) manner, or otherwise violate an of the Y Y covenants, agreements, o r stipulations material to this Agreement, the Cit y, through its City Manager, shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the contractor of its violation of the particular terms of this Agreement and shall grant the contractor ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City, upon three (3) days' notice to the contractor, may terminate this Agreement and the City shall be fully discharged from any and all liabilities, duties and terms arising out of/or by virtue of this Agreement. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the contractor. The City, t its sole option and discretion shall additional) be entitled to bring an and all Y, P � Y 9 Y legal/equitable actions that it deems to be in its best interest in order to enforce the City's right and remedies against the defaulting party. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. To the extent allowed by law, the defaulting party waives its right to jury trial and its right to bring permissive counter claims against the City in any such action. 4.6.2 Termination for Convenience of City NOTWITHSTANDING SECTION 4.6.1, THE CITY (THROUGH ITS CITY MANAGER) MAY ALSO, FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THIS AGREEMENT AT ANY TIME DURING THE TERM HEREOF BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION, WHICH SHALL BECOME EFFECTIVE THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF THE CITY'S WRITTEN TERMINATION NOTICE. IN THAT EVENT, ALL FINISHED OR UNFINISHED DOCUMENTS AND OTHER MATERIALS, AS CONTEMPLATED IN SECTION 2, A PARTICULAR TASK ORDER, AND /OR THE PROPOSAL DOCUMENTS, SHALL BE PROPERLY ASSEMBLED AND DELIVERED TO THE CITY AT CONTRACTOR'S SOLE COST AND EXPENSE. IF THE AGREEMENT IS TERMINATED BY THE CITY AS PROVIDED IN THIS SUBSECTION, CONTRACTOR SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED, AS DETERMINED BY THE CITY AT ITS DISCRETION, UP TO THE DATE OF TERMINATION, PROVIDED, HOWEVER, THAT AS A CONDITION PRECEDENT TO SUCH PAYMENT, CONTRACTOR SHALL DELIVER ANY AND ALL DOCUMENTS, MATERIALS ETC TO CITY AS REQUIRED HEREIN. 4.6.3 Termination for Insolvency The City also reserves the right (through its City Manager)to terminate the Agreement in the event the Contractor is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 4.6.2. 4.6.4 Sanctions for Noncompliance with Nondiscrimination Provisions In the event of the Contractor's noncompliance with the nondiscrimination provisions of this Agreement, the City shall impose such sanctions as the City, Miami-Dade County, and / or the State of Florida, as applicable, may determine to be appropriate, including but not limited to, withholding of payments to the Contractor under the Agreement until the Contractor complies, and/or cancellation, termination or suspension of the Agreement. In the event the City cancels or terminates the Agreement pursuant to this Subsection the rights and obligations of the parties shall be the same as provided in Section 4.6.2. 4.7 CHANGES AND ADDITIONS Changes and additions to the Agreement shall be directed by a written amendment signed by the duly authorized representatives of the City and Contractor. No alteration, change, or modification of the terms of this Agreement shall be valid unless amended in writing, signed by both parties hereto, and approved by the City. 4.8 AUDIT The Contractor shall keep such records and accounts and require any and all subcontractors to keep such records and accounts as may be necessary in order to record complete and correct entries as to personnel hour charge to the City. All books and records relative to the Agreement, and the Services to be provided herein, shall be available at all reasonable times for examination and audit by the City and shall be kept for a period if three(3) years after the completion of all work / services to be performed pursuant to this Agreement. The City reserves the right to perform audit investigations of the Contractor's records and accounts. The City's audit rights shall include, without limitation, ascertaining Contractor's compliance with FEMA's billing and invoicing requirements and compliance with the City's Living Wage Ordinance, as Attachment D. The Contractor shall maintain any and all records and accounts necessary to document compliance with the provisions of this Agreement, and shall make available to the City, upon request, such records for audit and examination relating to all matters covered by this Agreement. 4.9 INSURANCE REQUIREMENTS The Contractor shall obtain, provide and maintain during the Term of the Agreement the following types and amounts of insurance which shall be maintained with insurers licensed to sell insurance in the State of Florida and have a B+ VI or higher rating in the latest edition of AM Best's Insurance Guide. (Any exceptions to these requirements must be approved by the City's Risk Management Department prior to implementation of same. Please refer to the Insurance Requirements, listed as Attachment C): 1. Commercial General Liability: A policy including, but not limited to, comprehensive general liability including bodily injury, personal injury, property damage in the amount of a combined single limit of not less than $1,000,000 Coverage shall be provided on an occurrence basis. The City of Miami Beach must be named as certificate holder and additional insured on policy. 2. Worker's Compensation: A policy of Worker's Compensation and Employer's Liability Insurance in accordance with the State of Florida Worker's Compensation laws and, if required, applicable provisions of Federal Law. Said policies of insurance shall be primary to and contributing with any other insurance maintained by the Contractor or City, and shall name the City and the officers, agents and employees of said organizations as additional insures under this Agreement. Policies cannot be canceled without thirty (30) days prior written notice to the City. The Contractor shall file and maintain certificates of all insurance policies with the City's Risk Management Department showing said policies to be in full force and effect at all times during the term of the Agreement. No work shall be done by the Contractor during any period when it is not covered by insurance as herein required. Such insurance shall be obtained from brokers or carriers authorized to transact insurance business in Florida and satisfactory to City. Evidence of such insurance shall be submitted to and approved by the City's Risk Manager prior to commencement of any work or services under the Agreement. If any of the required insurance coverage contain aggregate limits, or apply to other operations of the Contractor outside the Agreement, the Contractor shall give City prompt written notice of any incident, occurrence, claim settlement or judgment against such insurance which may diminish the protection such insurance affords the City. The Contractor shall further take immediate steps to restore such aggregate limits or shall provide other insurance protection for such aggregate limits. 4.9.1 Failure to Procure Insurance The Contractor's failure to procure or maintain required insurance coverage shall constitute a material breach of Agreement under which City (through its City Manager) may, at its sole option, immediately terminate the Agreement. 4.10 ASSIGNMENT, TRANSFER OR SUBCONTRACTING The Contractor shall not subcontract, assign, or transfer any work under this Agreement in whole or in part, without the prior written consent of the City. 4.11 SUB-CONTRACTORS The Contractor shall be liable for the Contractor's services, responsibilities and liabilities under this Agreement and the services, responsibilities and liabilities of any and all sub- contractor's, and any other person or entity acting under the direction or control of the Contractor including with out limitation, any and all temporary personnel provided in the City pursuant to the terms and conditions of the Agreement. When the term "Contractor" is used in this Agreement, it shall be deemed to include any sub-contractors and any other person or entity acting under the direction or control of Contractor. For the purpose of this Agreement, Contractor acknowledges and agrees that any and all temporary personnel assigned by the Contractor to provide services to the City pursuant to this Agreement shall be deemed to be independent contractors and agents or employees of the City, and shall not attain any rights or benefits under the Civil Service or Pension Ordinance of the City, or any right generally afforded Classified or Unclassified employees. Further each personnel shall not be deemed entitled to Florida Worker's Compensation benefits as an employee of the City, or accumulation of sick or annual leave. 4.12 NON-DISCRIMINATION PROVISION In connection with the performance of this Agreement, the Contractor shall not discriminate against any employee or applicant for employment because of race, color, religion, ancestry, sex, age, and national origin, place of birth, marital status, physical handicap, or sexual orientation. The Contractor shall take affirmative action to ensure that applicants are employed and that employees are treated during their employment without regard to their race, color, religion, ancestry, sex, age, and national origin, place of birth, marital status, disability, or sexual orientation. 4.13 CONFLICT OF INTEREST The Contractor agrees to adhere to and be governed by the Metropolitan Miami-Dade County Conflict of Interest Ordinance (No. 72-82), as amended; and by the City of Miami Beach Charter and Code, which are incorporated by reference herein as if fully set forth herein, in connection with the Agreement conditions hereunder. The Contractor covenants that it presently has no interest and shall not acquire any interest, direct or indirectly which should conflict in any manner or degree with the performance of the Services. The Contractor further covenants that in the performance of this Agreement, no person having any such interest shall knowingly are employed by the Contractor. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising there from. 4.14 PATENT RIGHTS; COPYRIGHTS; CONFIDENTIAL FINDINGS Any patentable result arising out of this Agreement, as well as all information, specifications, processes, data and findings, shall be made available to the City for public use. No reports, other documents, articles or devices produced in whole or in part under this Agreement shall be the subject of any application for copyright or patent by or on behalf of the Contractor or its employees or sub-contractors, without the prior written consent of the City. 4.15 NOTICES All notices and communications in writing required or permitted hereunder may be delivered personally to the representatives of the Contractor and the City listed below or may be mailed by registered mail, postage prepaid (or airmailed if addressed to an address outside of the city of dispatch). Until changed by notice in writing, all such notices and communications shall be addressed as follows: TO CONTRACTOR: Oscar Espinosa, Senior Contracts Administrator Witt O'Brien's LLC 818 Town & Country Blvd, Ste. 200 Houston, TX 77024 TO CITY: Eric T. Carpenter, P.E. Public Works Director City of Miami Beach City Hall 1700 Convention Center Drive, 4rd Floor Miami Beach, Florida 33139 Notices hereunder shall be effective: If delivered personally, on delivery; if mailed to an address in the city of dispatch, on the day following the date mailed; and if mailed to an address outside the city of dispatch on the seventh day following the date mailed. 4.16 LITIGATION JURISDICTIONIVENUE This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. BY ENTERING INTO THIS AGREEMENT, THE CONTRACTOR AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 4.17 ENTIRETY OF AGREEMENT This Agreement and all exhibits hereto including without limitation, the Proposed Documents, shall embody the entire Agreement and understanding between the parties hereto, and there are no other agreements and understandings, oral or written with reference to the subject matter hereof that are not merged herein and superseded hereby. Request for Proposals No. 28-11/12, together with all amendments thereto, and Contractor's Proposal in response are hereby incorporated by reference into this Agreement as Attachment "E" hereto; provided, however, that in the event of an expressed conflict between that Proposal Documents and this Agreement, the Agreement shall prevail. 4.18 LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of $1,000. The Contractor hereby expresses its willingness to enter into this Agreement with recovery from the City for any damage action for breach of agreement to be limited to a maximum amount of $1,000, provided, however, this limitation shall not apply to claims arising City's failure to pay Contractor for Services Accordingly, and notwithstanding any other term or condition of this Agreement, the Contractor hereby agrees that the City shall not be liable to the Contractor for damages in an amount in excess of$1,000 for any action or claim for breach of agreement arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement except as otherwise provided herein. Nothing contained in this paragraph or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability as set forth in Section 768.28, Florida Statutes. Neither party shall be liable for, and each party expressly waives, and releases the other party from and against, any and all consequential, indirect, special, punitive, or exemplary damages. 4.19 COMPLIANCE WITH APPLICABLE LAWS The Contractor, its sub-contractors, agents and employees, including without limitation, any and all temporary personnel assigned to the City pursuant to this Agreement, shall comply with all applicable Federal, State, Miami-Dade County and City Laws, and with all applicable rules and regulations promulgated by local, state and national boards, bureau and agencies as they relate to the Agreement and /or the provision of services hereto. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI BEACH, FLORIDA ATTEST: By: C4y Clerk ' r Ld Date QP),p Date �= QRA rED.. FOR CONTRACTOR: '� •• . ATTEST: By: Secretary Chief Financial Officer Print Name Print Name Keith R. Forster 64 f , ->V13 Date Date October 4, 2013 Attachments: Attachment"A"— Task Order Attachment"B"— Rate Structure Attachment "C"— Insurance Requirements Attachment"D"— The Living Wage Ordinance Attachment"E"— Commission Agenda, Request for Proposal No. 28/12, and Contractor's response. Attachment"F"— Contractor Provision Federal-Aid Construction Contracts. APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION Date Ci ttorne ATTACHMENT A /\AIAMIBEACH Cih of Miami Beach,1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachtl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel:305-673-7490,Fax:736-394-4010 TASK ORDER Date: Task Order Number: TO: Pursuant to the Agreement between the City of Miami Beach and the above named firm for EMERGENCY DISASTER DEBRIS MONITORING SERVICES PURSUANT RFP-28- 11/12 (the Agreement), you are directed to provide the following scope of services: (Attach additional pages if needed) ATTACHMENTS TO THIS WORK ORDER: METHOD OF COMPENSATION: [ ] scope of services [ ] time basis not-to- exceed [ ] special conditions [ ] time basis-limitation of funds TIME FOR COMPLETION: The services to be provided by the Contractor shall commence upon execution of this Work Order by the parties Effective Date and shall be completed within of the Effective Date. Failure to meet the completion date may be grounds for Termination of the Agreement. Work_ Order Amount DOLLARS Reimbursable Expense Allowance: (If Applicable) City's Project Coordinator Contractor's Representative ATTACHMENT B NAIAMIBEACH City of Miami Beach,1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel:305-673-7490,Fax:756-394-4010 PRODUCTIVE HOURLY DATES Pursuant to and in compliance with the Proposal Documents, the undersigned hereby agrees to furnish all Labor, Materials and Equipment for performance of the services (or portion thereof) contemplated by the RFP. To the extent that the City of Miami Beach requests the assistance for services, the following hourly rates will apply: Personnel Classification Hourly Billing Rate Project Manager $ 65.00 Debris / Tower / Disposal Site / Exit Site $ 33.50 Monitor Data Ent $ 28.00 Field Inspector $ 35.00 Field Coordinator $ 45.00 GIS/IT Specialist $ 60.00 Operations Coordinator $ 55.00 Data Manager $ 50.00 Environmental Compliance Specialist $ 65.00 Invoice Analyst $ 45.00 Engineering Aide $ 35.00 Administrative Aide $ 25.00 ATTACHMENT C 101A/01BEACH City of Miami Beach,1700 Convention Center Drive,Miami Beach,Florida 33139,www.iniamibeaclifl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel:305-673-7490,Fax:756-394-4010 INSURANCE REQUIREMENTS The Provider shall furnish to the Department of Procurement, City of Miami Beach, 1700 Convention Center Drive, 3rd Floor, Miami, Florida 33139, Certificate(s) of Insurance which indicate that insurance coverage has been obtained which meets the requirements as outlined below: A. Worker's Compensation Insurance for all employees of the vendor as required by Florida Statute 440. B. Commercial General Liability Insurance on a comprehensive basis, including Personal Injury Liability, Products/Completed Operations, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be shown as an additional insured with respect to this coverage. C. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. All insurance policies required above shall be issued by companies authorized to do . business under the laws of the State of Florida, with the following qualifications: The company must be rated no less than "B" as to management, and no less than "Class V" as to financial strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent, subject to the approval of the City Risk Management Division. or The company must hold a valid Florida Certificate of Authority as shown in the latest "List of All Insurance Companies Authorized or Approved to Do . Business in Florida" issued by the State of Florida Department of Insurance and are members of the Florida Guaranty Fund. Certificates will indicate no modification or change in insurance shall be made without thirty (30) days in advance notice to the certificate holder. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE 3RD FLOOR MIAMI BEACH, FL 33139 Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. ATTACHMENT D City's Living Wage Ordinance i ATTACHMENT E Conversion of Application O'Brien's Response Management Inc. to O'Brien's' Response Management, L.L.C. ATTACHMENT F Commission Agenda Item, Request for Proposals No. 28-11/12 (RFP), and Contractor's Proposal in Response to the RFP �I ATTACHMENT G Required Contract Provisions Federal-Aid Construction Contracts