Loading...
PSA with D & J Enterprises, Inc. a:?o/a— P? 7 -7 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI REACH AND D & J ENTERPRISES, INC. FOR DISASTER RECOVERY SERVICES PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 27-11/12 This Professional Services Agreement ("Agreement") is entered into this �vAs -day of 2014 (Effective Date), between the CITY OF MIAMI REACH, FLORIDA, a municipal corporation organized and existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 (City), and D. & J. ENTERPRISES, INC., an Alabama corporation, whose address is 3495 Lee Road 10, Auburn, Alabama 36832 (CONTRACTOR). SECTION 1 DEFINITIONS Agreement: This Agreement between the City and CONTRACTOR, including any exhibits and amendments thereto. City Manager: The chief administrative officer of the City. 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. Services: All services, work and actions by the CONTRACTOR performed or undertaken pursuant to the Agreement. Fee: Amount paid to the CONTRACTOR as compensation for Services. Proposal Documents: Proposal Documents shall mean City of Miami Beach REQUEST FOR PROPOSALS (RFP) 27-11/12 FOR DISASTER RECOVERY SERVICES, together with all amendments thereto, issued by the City in contemplation of this Agreement (the RFP) and the CONTRACTOR's proposal in response thereto (Proposal), all of which are hereby incorporated and made a part hereof as a composite Exhibit "F"; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the following order of precedent shall prevail: this Agreement; the RFP; and the Proposal. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139: telephone number (305) 673-7000, Ext. 6515: and fax number (305) 673-7023 1 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND PHILLIPS AND JORDAN, INC. FOR DISASTER RECOVERY SERVICES PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 27-11/12 This Professional Services Agreement ("Agreement") is entered into this day of , 2014 (Effective Date), between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation organized and existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 (City), and PHILLIPS AND JORDAN, INCORPORATED, a Tennessee corporation, whose address is 6621 Wilbanks Road, Knoxville, Tennessee 37912 (CONTRACTOR). SECTION 1 DEFINITIONS Agreement: This Agreement between the City and CONTRACTOR, including any exhibits and amendments thereto. City Manager: The chief administrative officer of the City. 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. Services: All services, work and actions by the CONTRACTOR performed or undertaken pursuant to the Agreement. Fee: Amount paid to the CONTRACTOR as compensation for Services. Proposal Documents: Proposal Documents shall mean City of Miami Beach REQUEST FOR PROPOSALS (RFP) 27-11/12 FOR DISASTER RECOVERY SERVICES, together with all amendments thereto, issued by the City in contemplation of this Agreement (the RFP) and the CONTRACTOR's proposal in response thereto (Proposal), all of which are hereby incorporated and made a part hereof as a composite Exhibit "F"; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the following order of precedent shall prevail: this Agreement; the RFP; and the Proposal. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139: telephone number (305) 673-7000, Ext. 6515: and fax number (305) 673-7023 1 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND D & J ENTERPRISES, INC. FOR DISASTER RECOVERY SERVICES PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 27-11/12 This Professional Services Agreement ("Agreement") is entered into this day of , 2014 (Effective Date), between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation organized and existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 (City), and D. & J. ENTERPRISES, INC., an Alabama corporation, whose address is 3495 Lee Road 10, Auburn, Alabama 36832 (CONTRACTOR). SECTION 1 DEFINITIONS Agreement: This Agreement between the City and CONTRACTOR, including any exhibits and amendments thereto. City Manager: The chief administrative officer of the City. 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. Services: All services, work and actions by the CONTRACTOR performed or undertaken pursuant to the Agreement. Fee: Amount paid to the CONTRACTOR as compensation for Services. Proposal Documents: Proposal Documents shall mean City of Miami Beach REQUEST FOR PROPOSALS (RFP) 27-11/12 FOR DISASTER RECOVERY SERVICES, together with all amendments thereto, issued by the City in contemplation of this Agreement (the RFP) and the CONTRACTOR's proposal in response thereto (Proposal), all of which are hereby incorporated and made a part hereof as a composite Exhibit "F"; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the following order of precedent shall prevail: this Agreement; the RFP; and the Proposal. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139: telephone number (305) 673-7000, Ext. 6515: and fax number (305) 673-7023 1 SECTION 2 SCOPE OF SERVICES (SERVICES) 2.1 In consideration of the Fee to be paid to CONTRACTOR by the City, CONTRACTOR shall provide the work and services described in Exhibit"A" hereto (the Services). SECTION 3 TERM The term of this Agreement(Term) shall commence upon execution of this Agreement by all parties hereto, as set forth by the Effective Date on page 1 hereof, and shall have an initial term of three (3) years, with the sole option and discretion of the City to renew for two (2) additional one (1) year periods. SECTION 4 FEE 4.1 The CONTRACTOR shall be compensated for the removal, hauling, disposal and processing (separation, chipping grinding and incineration) of only Disaster Debris Eligible under FEMA and FHWA programmatic guidelines including but not limited to current FEMA PA Guides 322, 323, and 325. If any load is determined to contain material other than Eligible Debris, the load will not be accepted, and the CONTRACTOR will not be paid for removing, hauling, disposing or processing that load. If the City representative or City monitoring firm directs CONTRACTOR to remove and haul debris, in writing, as evidence by a load ticket (Load Ticket(s)), then CONTRACTOR will be paid for such service. The CITY may direct the CONTRACTOR to handle Disaster Debris that is ineligible for Federal reimbursement if it is in the best interest of the City. If such services are required, the City shall give prior written authorization for the handling of this debris and the City shall pay the CONTRACTOR for these services performed. 4.2. Payment for work completed by the CONTRACTOR shall be invoiced on a monthly basis, commencing with the first day of the month following the first full month of service. (A) Invoices shall be based on verified and approved cubic yard/tonnage quantities from the daily operational reports and valid Load Tickets signed by the City's authorized representative. (B) Payment for verified and authorized work completed shall be made to the CONTRACTOR within forty-five (45) calendar days after the date on which a proper invoice is received by the City. (C) The CONTRACTOR shall invoice the City pursuant to the hauling pricing schedule and cost schedule, attached hereto as Exhibit"C" and Exhibit"D", respectively. (D) Travel and per diem costs incurred by the CONTRACTOR, or any employees/subcontractors of the CONTRACTOR, during the term of this Contract shall be paid by the CONTRACTOR. The City will not pay any travel or per diem costs incurred by the CONTRACTOR. (E) Other than the rates described herein, the CONTRACTOR shall not be entitled to payment for expenses, fees or other costs incurred at any time and in any 2 connection with performance of work under this Agreement, except for pass through tipping fees. (F) Any CONTRACTOR or subcontractor that is identified on the List of Parties Excluded from Federal Procurement and Nonprocurement Programs shall not be authorized to perform services as outlined in the Scope of Service and the said CONTRACTOR/subcontractor shall not be paid for any services performed. 4.4 The CONTRACTOR shall be entitled to invoice the City for 90% of the line items, after work is completed, on a monthly basis (the first of each month). The remaining 10%will become due after all Eligible Debris is properly processed and disposed of at the final disposition site(s), the TDSRS final closure and remediation process is approved by the City, and the CONTRACTOR submits a proper, final invoice. Final payment shall be released to the CONTRACTOR upon approval by the CA. 4.5 INVOICING Invoices must be submitted regularly and for no more than thirty day periods and shall include a detailed description of the Services (or portions thereof) provided, and shall be submitted to the City at the following address: City of Miami Beach 1700 Convention Center Drive, 2nd Floor Miami Beach, Florida 33139 Attention: Eric Carpenter, Public Works Director SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the CONTRACTOR shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants, agreements, or stipulations material to this Agreement, the City, 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 term(s) of this Agreement, and shall grant CONTRACTOR ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City may terminate this Agreement without further notice to CONTRACTOR. Upon termination, 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, at its sole option and discretion, shall be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's right and remedies against CONTRACTOR. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. 3 5.2 TERMINATION FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN TWO (2) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF SUCH NOTICE. IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY, CONTRACTOR SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF TERMINATION; FOLLOWING WHICH THE CITY SHALL BE DISCHARGED FROM ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY VIRTUE OF, THIS AGREEMENT. 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right 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 5.2. SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.1 INDEMNIFICATION CONTRACTOR agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees, agents, and CONTRACTORs, from and against any and all actions (whether at law or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to property, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the CONTRACTOR, its officers, employees, agents, CONTRACTORs, or any other person or entity acting under CONTRACTOR's control or supervision, in connection with, related to, or as a result of the CONTRACTOR's performance of the Services pursuant to this Agreement. 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 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. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS The CONTRACTOR 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 Chapter 440, Florida Statutes. 4 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. City of Miami Beach must be shown as an additional insured with respect to this coverage. D. CONTRACTOR Professional Liability, in the amount of $200,000. City of Miami Beach must be shown as an additional insured with respect to this coverage 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 VI"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. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE 3RD FLOOR MIAMI BEACH, FL 33139 All of CONTRACTOR's certificates shall contain endorsements providing that written notice shall be given to the City at least thirty (30) days prior to termination, cancellation or reduction in coverage in the policy. Original certificates of insurance must be submitted to the City's Risk Manager for approval (prior to any work and/or services commencing) and will be kept on file in the Office of the Risk Manager. The City shall have the right to obtain from the CONTRACTOR specimen copies of the insurance policies in the event that submitted certificates of insurance are inadequate to ascertain compliance with required coverage. The CONTRACTOR is also solely responsible for obtaining and submitting all insurance certificates for any sub-contractors. Compliance with the foregoing requirements shall not relieve the CONTRACTOR of the liabilities and obligations under this Section or under any other portion of this Agreement. 5 The CONTRACTOR shall not commence any work and or services pursuant to this Agreement until all insurance required under this Section has been obtained and such insurance has been approved by the City's Risk Manager. SECTION 7 LITIGATION JURISDICTION/VENUE/JURY TRIAL WAIVER This Agreement shall be construed in accordance with the laws of the State of Florida. 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, CONTRACTOR and the 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. SECTION 8 LIMITATION OF CITY'S 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 $10,000. CONTRACTOR hereby expresses its willingness to enter into this Agreement with CONTRACTOR's recovery from the City for any damage action for breach of contract to be limited to a maximum amount of$10,000. Accordingly, and notwithstanding any other term or condition of this Agreement, CONTRACTOR hereby agrees that the City shall not be liable to the CONTRACTOR for damages in an amount in excess of$10,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this section 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. SECTION 9 [INTENTIONALLY DELETED] SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS Upon reasonable verbal or written notice to CONTRACTOR, and at any time during normal business hours (i.e. 9AM — 5PM, Monday through Fridays, excluding nationally recognized holidays), and as often as the City Manager may, in his/her reasonable discretion and judgment, deem necessary, there shall be made available to the City Manager, and/or such representatives as the City Manager may deem to act on the City's behalf, to audit, examine, and/or inspect, any and all other documents and/or records relating to all matters covered by this Agreement. CONTRACTOR shall maintain any and all such records at its place of business at the address set forth in the"Notices" section of this Agreement. 6 10.2 [INTENTIONALLY DELETETD] 10.3 ASSIGNMENT, TRANSFER OR SUBCONSULTING CONTRACTOR shall not subcontract, assign, or transfer all or any portion of any work and/or service under this Agreement without the prior written consent of the City Manager, which consent, if given at all, shall be in the Manager's sole judgment and discretion. Neither this Agreement, nor any term or provision hereof, or right hereunder, shall be assignable unless as approved pursuant to this Section, and any attempt to make such assignment(unless approved) shall be void. 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Services, the CONTRACTOR shall file a State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes with the City's Procurement Division. 10.5 EQUAL EMPLOYMENT OPPORTUNITY In connection with the performance of the Services, the CONTRACTOR shall not discriminate against any employee or applicant for employment because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital and familial status, or age. 10.6 CONFLICT OF INTEREST The CONTRACTOR herein agrees to adhere to and be governed by all applicable Miami- Dade County Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami-Dade County Code, and as may be amended from time to time; and by the City of Miami Beach Charter and Code (as some may be amended from time to time); both of which are incorporated by reference herein as if fully set forth herein. The CONTRACTOR covenants that it presently has no interest and shall not acquire any interest, direct or indirectly, which could 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 be 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. SECTION 11 NOTICES All notices and communications in writing required or permitted hereunder, shall be delivered personally to the representatives of the CONTRACTOR and the City listed below or may be mailed by U.S. Certified Mail, return receipt requested, postage prepaid, or by a nationally recognized overnight delivery service. Until changed by notice in writing, all such notices and communications shall be addressed as follows: 7 TO CONTRACTOR: D &J Enterprises, Inc. 3495 Lee Road 10 Auburn Alabama 36832 Attn: Jason Sanders E-mail: djstorm4 gmail.com Phone: 334-821-5227 Fax: 334-821-5227 TO CITY: City of Miami Beach 1700 Convention Center Drive, 2nd Floor Miami Beach, Florida 33139 Attn: Eric Carpenter, Public Works Director Notice may also be provided to any other address designated by the party to receive notice if such alternate address is provided via U.S. certified mail, return receipt requested, hand delivered, or by overnight delivery. In the event an alternate notice address is properly provided, notice shall be sent to such alternate address in addition to any other address which notice would otherwise be sent, unless other delivery instruction as specifically provided for by the party entitled to notice. Notice shall be deemed given on the day on which personally served, or the day of receipt by either U.S. certified mail or overnight delivery. SECTION 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS This Agreement cannot be modified or amended without the express written consent of the parties. No modification, amendment, or alteration of the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 12.2 SEVERABILITY If any term or provision of this Agreement is held invalid or unenforceable, the remainder of this Agreement shall not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 12.3 ENTIRETY OF AGREEMENT The City and CONTRACTOR agree that this is the entire Agreement between the parties. This Agreement supersedes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein, and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. 8 12.4 CONTRACTOR'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW Pursuant to Section 119.0701 of the Florida Statutes, if the CONTRACTOR meets the definition of "CONTRACTOR" as defined in Section 119.0701(1)(a), the CONTRACTOR shall: a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the service; b) Provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; and d) Meet all requirements for retaining public records and transfer to the City, at no City cost, all public records created, received, maintained and/or directly related to the performance of this Agreement that are in possession of the CONTRACTOR upon termination of this Agreement. Upon termination of this Agreement, the CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. For purposes of this Article, the term "public records" shall mean all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. CONTRACTOR's failure to comply with the public records disclosure requirement set forth in Section 119.0701 of the Florida Statutes shall be a breach of this Agreement. In the event the CONTRACTOR does not comply with the public records disclosure requirement set forth in Section 119.0701 of the Florida Statutes, the City may, at the City's sole discretion, avail itself of the remedies set forth under this Agreement and available at law. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 9 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: �t Rafael E. Granack, Ci rC� Philip Levi e, or :INCCR )CRATED: FOR CONTRACTOR: !-� �? �` g' De& J,ENTERPRISES, INC. ATTEST: I By: ' cretary, President � : Print Name Print Name/Title Attachment A — Scope of Services Attachment "B" —Task Order Attachment "C" — Hourly Equipment Schedule Attachment "D" — Cost Proposal Attachment "E"— Insurance Certificate Attachment "F" — Request For Proposals (RFP) 27-11/12 For Disaster Recovery Services, Addenda thereto, and Contractor's response to the RFQ APPROVED AS TO FORM & LANGUAGE F EXECUTION City Attorney;.19V Dote 10 Attachment"A" SCOPE OF SERVICES The scope of services will include, but will not be limited to items such as emergency road clearance, debris removal from public rights-of-way, removal of hazardous stumps, leaning trees/limbs, temporary debris staging areas and reduction sites, debris disposal, hazardous waste abatement, and sand screening. Debris Management. Contractor shall be responsible for the removal of all hazards to life from the disaster. Clean-up, demolition, and removal shall be work authorization approved by the City Manager, or his designee, by individual work authorizations. Clean-up, demolition, and removal shall be limited to eligible debris. Eligible debris is that which after it's clean-up, demolition, and removal: 1) eliminates immediate threats to life, public health, and safety; 2) eliminates threats of significant damage to improved public or private property; and 3) is essential by its absence of ensuring economic recovery. Technical Disaster Recovery Assistance. Contractor will provide disaster recovery technical assistance to the City's Administration. The assistance shall include documentation and management for the public assistance program, planning, training, and exercise development, as well as attendance at the City of Miami Beach Emergency Operations Center (EOC) during activation of the EOC for exercise and actual emergency events as requested by the City Manager. Logistical Staging Area. Contractor shall provide for the operations and management of the Logistical Staging Areas to facilitate disaster recovery operations. Specifically, Contractor shall provide for the supplies and labor for the operations and management needed to establish Logistical Staging Areas within the specifications and quantities as listed in the work authorizations and the notice to proceed. Supervision by Contractor. Under the general oversight of the City, Contractor shall supervise and direct all work, workers, and equipment. Contractor is solely responsible for the means, methods, techniques, sequences, safety programs, and procedures utilized. Contractor shall employ and maintain on the work site a qualified Supervisor(s) who shall have full authority to act on behalf of Contractor, and all communications given to the supervisor in writing by the City's Authorized Representative shall be as binding as if given to Contractor. Emergency Road Clearance. Contractor shall accomplish the cutting, tossing, and/or pushing of debris, hanging limbs, or leaning trees from primary roads as identified and directed by the City. The debris shall be stacked on the right-of-way to allow passage of vehicles along the primary transportation routes. Debris Removal from Public Right-of-Way. As directed by the City, Contractor shall load and haul all eligible debris to a City designated Temporary Debris Storage and Reduction Site (TDSRS) or other disposable destination. CONTRACTOR must use mechanical equipment to load and reasonably compact debris into the truck and trailers. Debris Separation/Reduction and TDSRS Management. Contractor shall operate and manage the TDRSRS to accept and process all event debris. Contractor shall perform any site preparation, to include but not limited to: 1) building and/or maintaining roads; 11 2) construction of a roofed inspection tower sufficient for a minimum of three inspectors; 3) any environmental requirements necessary to include wind control fencing, silt fencing, hazardous material containment area, and/or water retention beams. All debris will be processed in accordance with all local, state, and federal rules, standards, and regulations. Processing may include, but is not limited to, reduction by tub grinding, incineration when approved, or other alternate methods of reduction such as compaction. Prior to reduction, all debris will be segregated between vegetative debris, C&D, recyclable debris, white goods, and hazardous waste. Upon the closure of the TDSRS the site will be restores to its Pre-Use Condition. Hazardous Stumps. Contractor shall remove hazardous stumps as identified and directed by the City of Miami Beach. Stump removal shall include backfilling the void with appropriate fill material and hauling the stumps the TDSRS. Sand Screening. As directed by the City, Contractor shall screen sand to removal all eligible debris deposited by the event. This process includes the collection of debris laden sand, transporting the sand to the processing screen located in the beach, processing the debris laden sand through the screen and returning the sand to the approximate original location. Debris removed from the sand will be collected, hauled, and processed as ROW debris. Final Deposit. Contractor shall load and transport processed debris to and from the TDSRS to a final disposal site as directed by the City. Technical Assistance. Contractor shall provide disaster recovery technical assistance to City's Administration. This service shall include documentation and management for the public assistance program, planning, training, and exercise development Quality Assurance. Contractor shall provide sufficient supervision and programmatic controls to ensure compliance with procedural and regulatory standards established by FEMA, State of Florida, and the City of Miami Beach. 12 ATTACHMENT B MIA/01BEACH ive Miami Beach Florida 33139 www.miamibeachfl.gov Tel: 305-673-7480 TASK ORDER Date: Task Order Number: TO: D &J Enterprises, Inc. 3495 Lee Road 10 Auburn, Alabama 36832 Attn: Jason Sanders E-mail:distorm4�gmail.com Phone: 334-821-1249 Fax: 334-821-5227 Pursuant to the Agreement between the City of Miami Beach and the above named firm for REQUEST FOR PROPOSALS (RFP) 27-11/12 FOR DISASTER RECOVERY SERVICES (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 13 Attachment"C" Hourly Equipment Schedule With Operators for Emergency Road Clearance 210 Prentice Loader $125.00 Self Loading Prentice Truck — 25 to 40 yard $125.00 dump body Wheel Loader, John Deere 544 or equivalent $125.00 —2/12 to 3 yard bucket Tandem Dump Truck— 16 to 20 yards $125.00 Mini Loader Bobcat or equivalent $115.00 D6 Dozer or equivalent $165.00 Excavator, Cat 325 or equivalent w/debris $165.00 loading grapple Wheel Loader, John Deere 644 or equivalent $165.00 —3 to 5 yard bucket Chainsaw Operator with gear $45.00 Supervisor with pick-up truck $65.00 Safety Manager with pick-up $65.00 Mechanic's Truck with tools $145.00 Flagmen for Traffic Control $45.00 Trash Transfer Trailers 110 Y and with $165.00 Tractor Bucket Truck—50 cubic yard bed $125.00 Equipment Trans orts $165.00 Clerical $45.00 Laborers $00.00 14 Attachment"D" COST PROPOSAL FOR ASBRITT ITEM DESCRIPTION UNIT COST 1 Debris Removal (Vegetative)from Public Property Right-of-Way(ROW) to Temporary Debris Storage and Reduction Site(TDSRS)or final disposal location 0-15 miles CY $7.98 ; 15-30 miles CY $9.98 over 30 miles Per mile over 30 $0.25 miles, per cubic yard 2 Debris Removal(Construction and Demolition C&D, including white goods not requiring Freon removal) from Public Property Right-of-Way (ROW)to Temporary Debris Storage and Reduction Site(TDSRS)or final disposal location 0-15 miles CY .$7.98 15-30 miles CY $9.98 over 30 miles Per mile over 30 $0.25 miles, per cubic yard 3 Debris Separation/Reduction and CY $3.95 TDSRS Management 4 Final Disposal(Vegetative) Exclusive of Tipping fees which will be direct pass through expense to the City 0-15 miles CY $4.95 15-30 miles CY $5.95 over 30 miles Per mile over 30 $0.25 miles, per cubic yard 5 Final Disposal (C&D and White Goods) Exclusive of Tipping fees which will be a direct pass through expense to the City 0-15 miles CY $4.95 15-30 miles CY $5.95 over 30 miles Per mile over 30 $0.25 miles, per cubic yard 15 -ITEM DESCRIPTION".: UNIT COST 6 Hazard Stump Removal. All debris is to be then considered as normal debris. Under 24" diameter(Treated a As per Vegetative N/A Normal Vegetative debris, no per Debris cubic yard rate tree removal cost is applicable) Greater than 24",to 36"diameter Per stump -$100.00 Greater than 36",to 48" diameter Per stump $225.00 Greater than 48"diameter Per stump $275.00 7 Hanging Tree limb removal (2"or Per Tree $100.00 greater in diameter). All debris is to be then considered as normal debris 8 Removal of Hazardous Trees with attached Stumps if root ball is exposed more than 50%. All debris is to be then considered as normal debris. 0"-12"diameter(no per tree removal cost is applicable. Treat the debris as normal vegetative debris) Greater than 12",to 24" diameter Per Tree $175.00 Greater than 24",to 36"diameter Per Tree $250.00 Greater than 36",to 48"diameter Per Tree $300.00 Greater than 48"diameter Per Tree $350.00 9 Flush cut Hazardous Trees with root ball exposed is less than 50%. All debris is to be then considered as normal debris. 0"-12"diameter(no per tree As per Vegetative N/A removal cost is applicable. Treat the Debris cubic yard rate debris as normal vegetative debris) Greater than 12",to 24" diameter Per Tree $175.00 Greater than 24",to 36" diameter Per Tree $250.00 Greater than 36",to 48" diameter Per Tree $300.00 Greater than 48"diameter Per Tree $350.00 16 ITEM-. DESCRIPTION UNIT COST. 10 A Debris Removal Services (for CY $16.95 vegetative debris)See description ion Section II-Scope of Services)to include the following: *Debris Removal from Public Property Right-of-Way(ROW)to Temporary Debris Storage and Reduction Site (TDSRS) *Debris Separation/Reduction and TDSRS Management *Final Disposal Tipping fees will be a direct pass through expense paid by the City based on actual costs. B Debris Removal Services (for C&D CY $16.95 debris and white goods) See description in Section II-Scope of Services)to include the following *Debris Removal from Public Property Right-of-Way(ROW)to Temporary Debris Storage and Reduction Site(TDSRS) *Debris Separation/Reduction and TDSRS Management *Final Disposal Tipping fees will be a direct pass through expense paid by the City based on actual costs. 17 i ITEM DESCRIPTION: UNIT COST 11 Debris removal Services(for CY $16.95 Vegetation, C&D debris and white goods)See description in Section KK -Scope of Services)to include the following *Debris Removal from Public Property Right-of-Way(ROW)to Temporary Debris Storage and Reduction Site(TDSRS) *Debris Separation/Reduction and TDSRS Management *Final Disposal Tipping fees will be a direct pass through expense paid by the City based on actual costs. 12 Tree debris removal includes CY $16.95 hazardous stumps, hanging tree limbs,and hazardous trees (learning). Debris dropped to(ROW) right-of-way include in vegetable rates in either 10A. 13 Waterway Debris removal(removal CY $37.94 from canals, rivers,coast waterways). All debris is to then be considered as normal debris. 14 Sand Collection,screening and CY $12.98 replace(Beach re-nourishment) 15 Vehicle removal and disposal from Unit $95.00 land (including towing and processing). 16 Vehicle removal and disposal from Unit $500.00 land (including towing and processing). 17 Vessel removal(land) and disposal Lineal foot $17.50 (including processing) 18 -ITEM DESCRIPTION UNIT COST 18 Caracass Removal and disposal LB (debris that will decompose-animal) 19 Freon management and recycling Unit $50.00. 20 Hazardous Waste and Household LB $21.50 Hazardous Waste Collection,Clean- up and Disposal 21 Ice (per Pound delivered) LB $0.50 22 Emergency Fuel Gasoline or Diesel GAL $4.00 23 Emergency Fuel Gasoline or Diesel GAL $9.50 24 Emergency Power Generator 5KW $2;000.00 25 Emergency Power Generator 10KW $3,000.00. 26 Emergency Power Generator 15KW $4,000.00 27 Emergency Power Generator 20KW $5,000.00 28 Emergency Power Generator 25KW $6,000.00 29 Emergency Power Generator 30KW $6,500.00 30 Emergency Power Generator 40KW $7,500.00 31 Emergency Power Generator 50KW $8,000.00 32 Emergency Power Generator 60KW $8,500.00 33 Emergency Power Generator 70KW $8,500.00 34 Emergency Power Generator 10OKW $9,000.00 35 Emergency Power Generator 125KW $9,500.00 36 Emergency Power Generator 15OKW $9,750.00 37 Emergency Power Generator 175KW $10,000.00. 38 Emergency Power Generator 20OKW $10,500.00 39 Emergency Power Generator 25OKW $11,000.00 40 Emergency Power Generator 30OKW $12,000.00 41 Emergency Power Generator 40OKW $15,500.00 42 Emergency Power Generator 50OKW $12,500.00 43 Emergency Power Generator 750KW $12,750.00 44 Emergency Power Generator 80OKW $13,000.00 19 ITEM DESCRIPTION UNIT COST 45 Emergency Power Generator 1000KW $13,500.00 46 Emergency Power Generator 150OKW $14,000.00 47 Emergency Power Generator 1750KW $15,000.00 20 Attachment"E" INSURANCE I 21 Attachment"F" Request for Proposals No. 27-11/12, Addenda thereto, and Contractor's response to the RFP 22