HomeMy WebLinkAbout2002-24898 Reso
RESOLUTION NO. 2002-24898
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF
THE CITY OF MIAMI BEACH, FLORIDA, WAIVING BY Snths
VOTE, THE FORMAL COMPETITIVE BIDDING REQUIREMENTS
AND AUTHORIZING THE CITY MANAGER TO EXECUTE AN
AGREEMENT WITH GRUBBS EMERGENCY SERVICES, INC.
FOR DISASTER PLANNING AND RECOVERY SERVICES,
FINDING SUCH WAIVER TO BE IN THE BEST INTEREST OF
THE CITY.
WHEREAS, the City of Miami Beach maintains the responsibility for the
principal response to any emergency which occurs on or affects the City of Miami
Beach; and
WHEREAS, the City of Miami Beach has resources sufficient to deal with
only limited emergencies and therefore will require outside assistance from the
County, State, Federal governments and also contracted assistance for effective
and complete disaster response; and
WHEREAS, Marion County, Florida, has recently undertaken a bid
process for disaster related services which was thorough and complete in its
scope; and
WHEREAS, Marion County, Florida, has judged as a result of their
competitive bid process that Grubbs Emergency Services Inc. was the best
qualified bidder in the process; and
WHEREAS, it is in the City's best interests to have a disaster planning
and recovery services agreement in place before the occurrence of any such
emergency situation.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND
THE CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, hereby
waive, by 5/7ths vote the formal competitive bidding requirements, finding such
waiver to be in the best interest of the City and authorize the City Manager to
execute and agreement with Grubbs Emergency Services, Inc. on the basis of
the formal bid process recently undertaken Marion County, Florida.
PASSED and ADOPTED this 19th da
',2002.
ATTEST:
~!p~
APPROVED AS TO
FORM & LANGUAGE
& FOR EXECUTION
T:\AGENDA\2002\JUN1902\CONSENT\grubbsreso.doc
-c~"
CITY OF MIAMI BEACH
COMMISSION ITEM SUMMARY
m
"'55'"
Condensed Title:
Waive by 517ths vote, formal competitive bidding requirements and authorize the City Manager to execute
an agreement with Grubbs Emergency Services, Inc. for disaster planning and recovery services.
Issue:
Shall the Mayor and the City Commission waive competitive bidding requirements and authorize the City
Manager to enter into an agreement with Grubbs Emergency Services, Inc.?
Item Summary/Recommendation:
In the event of an emergency, such as a hurricane, the City would lack sufficient resources to undertake
recovery operations. Grubbs Emergency Services, Inc. is a premier national company with an outstanding
record of performance in disaster recovery operations. Grubbs Emergency Services, Inc. was recently
awarded a contract pursuant to a formal request for qualifications process. Eight (8) firms competed for the
contract and the Marion County Board of County Commissioners deemed Grubbs to be the most qualified
firm. The key components of the Marion County bid award that the City is recommending include: 1) No
costs to the City for entering into the agreement, only when activated; 2) The agreement is only activated
by the City in time of emergency and with a specific notice to proceed for specific services needed; 3)
Grubbs will at no cost to the City provide additional services, including an employee training seminar. The
term of this Agreement will be for five (5) years with a sixty (60) day written notice termination clause. In a
disaster response the City can benefit substantially from having a contract in place for a full range of
equipment and services. As the Administration is currently revising the recovery aspect of our disaster
plan, the technical assistance available from Grubbs at no cost is especially valuable. The City has also
ascertained that in the event of a disaster, Grubbs has the ability to respond to the City with equipment
needed in spite of other clients that they serve in the area. The Administration recommends approval of
the Resolution.
Advisory Board Recommendation:
IH/4
Financial Information:
Amount to be expended:
D
Finance Dept.
Source of
Funds:
AGENDA ITEM
DATE
C7!/
6-IP-o~
CITY OF MIAMI BEACH
CITY HALL 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139
www.ci.miami-beach.fl.us
~
COMMISSION MEMORANDUM
To:
Mayor David Dermer and
Members of the City Commission
Date: June 19, 2002
From:
Jorge M. Gonzalez /l __A. A Ad'~_ .
City Manager ~ILP. ~
Subject:
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY
OF MIAMI BEACH, FLORIDA, WAIVING BY S/7ths VOTE, THE FORMAL
COMPETITIVE BIDDING REQUIREMENTS AND AUTHORIZING THE CITY
MANAGER TO EXECUTE AN AGREEMENT WITH GRUBBS
EMERGENCY SERVICES, INC. FOR DISASTER PLANNING AND
RECOVERY SERVICES, FINDING SUCH WAIVER TO BE IN THE BEST
INTEREST OF THE CITY.
ADMINISTRATION RECOMMENDATION
Adopt the Resolution.
ANALYSIS
It is anticipated that during hurricane season the City of Miami Beach (the "City") may be
required to make preparations before or clean-up efforts after a storm. This will require
contracted emergency services to mobilize all hazards to life and property as quickly as
possible.
In the event of an emergency, such as a hurricane, the City would lack sufficient resources
to undertake recovery operations. While assistance is available from the County, State
and Federal governments, it is not sufficient to restore a community that has suffered a
catastrophic disaster. Also, the resources of the various governments are spread thin over
the affected areas, necessitating contracted private sector assistance. Consequently, the
City of Coral Gables and Miami have agreements for disaster related services.
Recovery services may consist oftechnical assistance, clean up, demolition, removal, and
disposal of debris as determined by the City (see Exhibit 1):
1. Services which are determined to eliminate immediate threats to life, public health, and
safety;
2. Services which have been determined to eliminate immediate threats of significant
damage to improved public or private property, and;
3. Services considered essential to ensure economic recovery of the affected community
to the benefit of the community-at-Iarge.
The listing of cost for technical services and/or tasks to be provided is reflected in Exhibit 2.
In the event of a declared emergency and the emergency is of sufficient magnitude that the
City needs to utilize disaster related services, those services are generally subject to
reimbursement by the County, State and Federal governments. FEMA as the principal
federal agency dealing with disaster recovery, prefers that agreements for disaster services
be put in place prior to an emergency and where possible, the services be obtained by the
bidding process.
The City of Miami Beach is fortunate to have available the bid results and contract from a
recent bid process undertaken by Marion County, Florida for disaster related services. The
Marion County process was thorough and professionally done; as such the City can safely
use the results of the process for an emergency services contract.
The term of this agreement will be for five (5) years with a sixty (60) day written notice
termination clause.
The Marion County Board of County Commissioners awarded a contract on April 17, 2001,
for emergency debris management to Grubbs Emergency Services pursuant to a formal
Request for Qualifications (RFQ) process. Eight firms competed for the contract, and the
Marion County Board of County Commissioners deemed Grubbs to be the most qualified
firm.
Marion County verified in their bid process, as has the Administration, that Grubbs is a very
experienced firm and one of the leaders in their industry. Attached as Exhibit 3 is a listing
of the emergency services recently provided by Grubbs across the nation.
The key components of the Marion County bid award that the Administration is
recommending would include:
1. No costs to the City for entering into the agreement, only upon activating.
2. The agreement is only activated by the City in time of emergency and with a specific
notice to proceed for specific services needed.
3. Grubbs will, at no cost to the City, provide additional services including an employee
training seminar (see Exhibit 4).
The services available from Grubbs are substantial and varied. In a disaster response, the
City can benefit substantially from having a contract in place for a full range of equipment
and services. As the Administration is currently revising the recovery aspect of the disaster
plan, the technical assistance available from Grubbs, at no cost, is especially valuable.
In our discussions with Grubbs, the City has also ascertained that in the event of a
disaster, Grubbs has the ability to respond to the City with equipment needed in spite of
other clients that they serve in the area. Grubbs is also under contract with the City's of
Miami and Coral Gables.
Attached as Exhibit 5 is the agreement in substantially the form that the City would
execute. The final agreement will be reviewed and approved by the City Attorney. Exhibit
B contains the scope of services and the agreed prices for those services.
JMG\RCM
Attachments
T:\AGENDA\2002\JUN1902ICONSENnGrubb..doc
(P1J-llo~.~A~~~ ~
AGREEMENT FOR DISASTER RECOVERY SERVICES
Attachment 1
The following is a listing of services and/or tasks to be provided by CONTRACTOR to
CITY upon receipt by CONTRACTOR of a Notice-to-Proceed:
SCOPE OF SERVICES ONE-
DEBRIS REMOVAL
Emergency Road Clearance
The CONTRACTOR shall accomplish the cutting, tossing and/or pushing of debris from
the primary transportation routes as identified by and directed by the CITY. This
operational aspect of the scope of services shall be for the first 100 (plus or minus) hours
after an event. Once this task is accomplished, the following tasks will begin as required.
Debris Removal from Public Property (Rights-of-way)
As identified by and directed by the CITY, the CONTRACTOR shall accomplish the
pick-up and hauling of all eligible debris to the Temporary Debris Staging and Reduction
Sites (TDSRS's) from public rights-of-way, and shall maintain debris work sites to
appropriate use standards, safety standards, and regulatory requirements.
Debris Removal from Public Property (Special Considerations)
The Contractor will operate beyond public rights-of-way only as identified by and
directed by the CITY. Operations beyond the rights-of-way on public property will be
only as necessary to abate imminent and significant threats to the public health and safety
of the community. These operations will be closely monitored and will be in strict
compliance with 44 CFR 206.224, Debris Removal, regarding eligibility.
Debris Removal from Private Property (Right-of Entry Program)
Should an imminent threat to life, safety and health to the general public be present on
private property, the CONTRACTOR as identified by and directed by the CITY, will
accomplish the removal of debris from private property. Upon receipt of completed right'
of entry form, and hold hannless agreement from private property owner's, and execution
of the non-duplication of benefits agreement from the CITY, the CONTRACTOR shall
remove all eligible debris, as identified by the CITY. The CONTRACTOR will place all
debris collected through this process in the right-of-way, where the above scope of
services Debris Removal from Public Property (Rights-of-way) shall commence. The
CITY feels that it is potentially in the best interest of the health and safety of its citizens
to provide Ws service. Attached to this Agreement are copies of the forms to be executed
by the individual property owners. The CONTRACTOR shall maintain debris work sites
to appropriate use standards, safety standards, and regulatory requirements.
Exhihit 1
Hazardous Stumps
As identified and directed by the CITY, the CONTRACTOR shall remove all hazardous
stumps that pose a threat to life, public health and safety, as identified by the CITY, and
haul each stump to the TDSRS' s. Each stump shall be inspected by the CITY and
CONTRACTOR and documented as to the appropriate category of size.
Fill Dirt
As identified and directed by the CITY, the CONTRACTOR shall place compatible fill
dirt in ruts created by equipment, holes created by removal of hazardous stumps, and
other areas that pose an imminent and significant threat to public health and safety.
Temporary Debris Staging and Reduction (TDSRS)
The CONTRACTOR will, prepare and maintain TDSRS's to accept and process all
eligible storm debris; maintain the TDSRS approach and interior road(s) for the entire
period of debris hauling; will provide stone for any roads that require stabilization for
ingress and egress; will build and maintain a roofed inspection tower sufficient for a
minimum of three (3) inspectors for the inspection of every load in and out which shall be
further defined in documentation section below; will process all debris in accordance
with all local, State and Federal rules, standards, and regulations. Processing may
include, but is not be limited to, reduction by tub grinding and/or incineration when
approved. Prior to reduction, all debris will be segregated between vegetative debris,
construction and demolition debris (C&D), recyclable debris, white goods and hazardous
wastes. All reduced debris as well as non-reducible debris will be disposed of at a
location(s) agreed to by both parties.
TDSRS Site Reclamation
Site reclamation shall be accomplished in accordance with all Federal, State and local
laws, standards and regulations; Site reclamation shall be accomplished in accordance
with the CONTRACTOR's Debris Removal Operations Plan and Environmental
Protection Plan.
Disaster Event Generated Hazardous Waste Abatement
CONTRACTOR shall abate all hazardous waste identified by the CITY in accordance
with all applicable Federal, State and local laws, standards and regulations to include but
not limited to 29 CFR 1910.120,40 CFR 311 and 49 CFR 100-199; Hazardous waste
abatement shall be accomplished in accordance with the CONTRACTOR's Debris
Removal Operations Plan and Environmental Protection Plan. Freon recovery will be
treated as a hazardous material and handled in accordance with the aforementioned Plan
and Regulations. Prices for this Service will be negotiated at time of Event dependent
2
upon types of materials, quantities and hazards present. Prices shall be attached to the
Agreement in the form of a Memorandum for the Record.
Sand Screening
The CONTRACTOR shall screen all sand as directed by the CITY, to remove all eligible
debris. This task includes the pick-up of debris-laden sand, hauling debris-laden sand to
the processing screen located on the beach, processing the debris laden-sand through the
screen and returning clean sand to the approximate original location on the beach as
directed by the CITY. Debris removed from sand will be picked-up, hauled and
processed utilizing the scope of services located above for Debris Removal from Public
Property (Rights-of-way).
Debris Disposal
The CONTRACTOR shall dispose of all eligible debris, reduced debris, ash residue and
other products of the debris management process in accordance with all-applicable
Federal, State and local laws, standards and regulations. Final disposal locations shall be
at the discretion of the CONTRACTOR with prior acceptance of the CITY. Information
regarding the location of final disposal shall be attached to this Agreement in the form of
a Memorandum for the Record. The CONTRACTOR and CITY inspector assigned to
the disposal process shall maintain disposal records and documentation. Documentation
shall be quantified in cubic yards or tons depending on terms of the executed Agreement.
Documentation and Inspections
All storm debris shall be subject to inspection by the CITY or any public Authority.
Inspections shall be to insure compliance with the contract and applicable local, state and
federal laws. The CONTRACTOR will, at all times, provide the CITY access to all work
sites and disposal areas. In addition, authorized representatives and agents of any
participating federal or state agency shall be permitted to inspect all work and materials.
The CONTRACTOR and the CITY will have in place at the TDSRS's, personnel to
verify and maintain records regarding the contents and cubic yards of the vehicles
entering and leaving the TDSRS's. The CONTRACTOR and the CITY will monitor the
material to determine that it in fact consists of eligible debris. The CONTRACTOR and
the CITY will have in place at the pick-up site, personnel to verify the contents, location,
date and time of the vehicles departing for the TDSRS. Prior to use, the CONTRACTOR
and the CITY shall establish and record each haul truck's certified cubic yard capacity
CITY. The CONTRACTOR will include and provide disposal tickets, field inspection
reports, and other data sufficient to provide substantiation for Federal (FEMA. etc.) and
State reimbursement, if applicable. The CONTRACTOR will assist the CITY in
preparation of Federal (FEMA) and State reports for any potential reimbursement
through the training of CITY employees and the review of documentation prior to
submittal. The CONTRACTOR will work closely with the Florida Division of
Emergency Management, FEMA and other applicable State and Federal Agencies to
3
ensure that eligible debris collection and data documenting appropriately address
concerns of the likely reimbursement agencies.
Priority of Work Areas
The CITY will establish and approve all areas that the CONTRACTOR will be allowed
to work. Daily and/or weekly scheduled meetings will be held to determine approved
work areas. The CONTRACTOR shall remove all eligible debris and leave the site from
which the debris was removed in a clean and neat condition. There will be certain debris
that is not picked up by equipment, machinery and general laborers used by the
CONTRACTOR. Determination of when a site is in a clean and neat condition will be at
the reasonable judgment of the CITY.
Working Hours
All activity associated with gathering and loading of eligible debris shall be performed
during visible daylight hours only. Hauling of eligible debris to the IDSRS's will be
allowed during visible daylight hours only between dawn and dusk. The CONTRACTOR
may work during these hours seven (7) days per week including holidays. It is understood
between the parties that at the TDSRS's, debris reduction may take place twenty-four
(24) hours, seven (7) days per week if the CONTRACTOR deems it necessary and safe.
The CONTRACTOR shall be responsible for obtaining sites to stage equipment, such as
trucks, while not in use.
White Goods
The CONTRACTOR may expect to encounter white goods available for disposal. White
goods will constitute household appliances as defined in the Florida Administrative Code.
The CONTRACTOR shall dispose of all white goods encountered in accordance with
applicable Federal, State and local laws.
Any white goods that may contain Freon, such as refrigerators, freezers, or air
conditioners, shall have the Freon removed by the CONTRACTOR in accordance to
applicable regulatory requirements.
4
SCOPE OF SERVICES TWO-
TECHNICAL DISASTER RECOVERY ASSISTANCE
ITEM I: PROGRAM MANAGEMENT ASSISTANCE
SEE NOTE (1)
1. PUBLIC ASSISTANCE PROGRAM
a) Damal!:e Survev Reoor! mSR) or Proiect Worksheet (PW)
i) Official DSRlPW requests - Assist CITY personnel in the following:
a) Identification of expenditures eligible for reimbursement
b) Submission of official "request for DSR inspection"
ii) Local government representation on DSRlPW team - Train and assist CITY
personnel to accomplish the following:
a) Identification of eligible items for reimbursement
b) Review ofDSRlPW for accurate scope of work
c) Review of DSRlPW for accurate unit costs
iii) Recovery process documentation - Assist CITY personnel in the following:
a) Creation of recovery process documentation plan
b) Maintenance of documentation of recovery process
iv) Force account labor vs. contract labor
a) Recommendations to government officials on need to contract or utilize
force account labor
v) Recovery process oversight
a) Recommendation to government officials on need to contract for
project management for projects requiring intense oversight
b) DSRlPW tracking through State and Federal process
c) W Titten and oral status reports to government officials
b) Documentation SUnDor!
i) Review of records system for applicability to Federal and State requirements
ii) Orientation and training of Department/Division Heads on requirements for
quality and quantity of required documentation
iii) Assist in selection of "Clerk of Records" and provide detailed training for
documentation
iv) Review documentation for accuracy and quantity
v) Assist in preparation of claim documentation
c) Consultation and nel!:otiation services
i) Recommendations to government officials on plans of action
ii) Provide guidance to government officials on issues involving Federal and State
reimbursement
iii) Assist CITY officials in negotiations with Federal and State officials
d) Other reoresentations as mav be requested 1 reauired
NOTE (1): This is the concept of complete recovery management support where Grubbs Emergency
Services. Inc. would assist an applicant on all aspects of the recovery process. Grubbs Emergency Services,
Inc. personnel cannot assume the Sovereign Duties of the CITY officials. therefore these services shall be in
the form of guidance and consultation.
5
AGREEMENT FOR DISASTER RECOVERY SERVICES
Attachment 2
The following is a listing of costs for technical services and/or tasks to be provided by
CONTRACTOR to CITY upon issuance to the CONTRACTOR of a Notice-to-Proceed.
Costs denoted by a dollar amount represent a unit cost for materials or an hourly rate for
personnel and equipment services. Costs denoted by a unit price denote the cost per
cubic yard to provide the appropriate services of debris removal.
CONTRACTOR INVOICING
The CONTRACTOR may invoice the CITY not more than once every Seven (7) days.
The payment request shall be filled out and signed by the CONTRACTOR covering the
work performed during the invoice period and supported by such data as the CITY may
reasonably require. The CITY shall, within fourteen (14) working days of receiving such
payment request, finalize review of documentation and make payment to
CONTRACTOR. CONTRACTOR will be subject to audit by Federal, State, and local
agencies pursuant to audit requirements outlined in the Code of Federal Regulation, Title
44. Payment to the CONTRACTOR for services outlined in this Agreement shall not be
contingent on funding from any source.
COSTS FOR SCOPE OF SERVICES ONE -
DEBRIS REMOVAL
Measurement and Payment for Gathering, Pick-up, Hauling and Processing of
Debris from Public Property (Rights-of-way)
The CONTRACTOR will not be compensated for disposing of any material not defined
as eligible debris. The CONTRACTOR and CITY will inspect each load to verify that the
contents are in accordance with the accepted definition of eligible debris. If any load is
determined to contain material that does not conform to the definition of eligible debris,
the load will be ordered to be deposited at another landfill or receiving facility. No
payment will be allowed for that load, and the CONTRACTOR will not invoice the
CITY for such loads. For each suitable load picked up, hauled, and processed, a record of
the cubic yards will be recorded by the CONTRACTOR and CITY numbered tickets
supplied by the CONTRACTOR. Copies of each load record will be available to the
CONTRACTOR and the CITY's designee on site. Each invoice shall contain verification
of each cubic yardage load ticket and also contain a summary sheet indicating, by day,
the individual verified load receipt and invoice amounts. The CITY may temporarily
remove any disputed amount line items in the bill from the invoice for review. Disposal
tickets disputed will be returned to the CONTRACTOR within five (5) working days of
invoice date for additional clarification prior to payment of those tickets.
The CONTRACTOR shall receive Twenty Dollars and 00/100 ($20.00) per cubic yard
for debris removal from public property (Rights of Way).
Exhihit 2
This cost is Fifteen Dollars and 00/100 ($15.00) per cubic yard that is picked up and
hauled to a temporary debris storage and reduction site (TDSRS) by the CONTRACTOR.
This cost also includes a Five Dollars and 00/100 ($5.00) per cubic yard charge for
processing (grinding or burning) of debris that is deposited at the temporary debris
storage and reduction site (TDSRS) by the CONTRACTOR.
The two aforementioned costs are invoiced together to equate to the Twenty Dollars and
00/100 ($20.00) per cubic yard for simplicity and adequate tracking of debris hauled by
the CONTRACTOR to the TDSRS.
All debris hauled to the TDSRS by any other parties (such as residents) and processed
(reduced) by the CONTRACTOR shall be invoiced at Five Dollars and 00/100 ($5.00)
per cubic yard.
Debris Disposal
For each suitable load disposed of by the CONTRACTOR in CITY, the CONTRACTOR
will receive Five Dollars and 00/100 ($5.00) per cubic yard.
If the CONTRACTOR is required to dispose of material outside of the CITY, the cost
will be negotiated at the time of the event to provide the CITY with the best price for
operations.
Disposal costs (Tipping Fees) shall be invoiced to the CITY by the CONTRACTOR
based on the MARION CITY Landfill's actual current tipping fee, regardless offmal
disposal location, at the time of disposal. This reference of cost does not preclude the
CONTRACTOR from utilizing alternative disposal sites as agreed by both parties (See
Attachment 1, Page 5, Debris Disposal, of this Agreement).
White Goods
The CONTRACTOR will receive Twenty Dollars and 00/100 ($20.00) per cubic yard for
pick-up and haul of white goods from public property (Rights -of- way).
For each suitable load of white goods disposed of by the CONTRACTOR in CITY, the
CONTRACTOR will receive Five Dollars and 00/100 ($5.00) per cubic yard. If the
CONTRACTOR is required to dispose of white goods outside of the CITY, the cost will
be negotiated at the time of the event to provide the CITY with the best price for
operations.
Demolition Material
2
The cost for disposal of material generated from demolition operations will be negotiated
at the time of event based on distance of haul and tipping fees to provide the CITY with
reasonable cost. The cost will be negotiated by the ton.
Site Remediation
TDSRS site reclamation will be negotiated at the time of the event.
Measurement and Payment for Emergency Road Clearance, Demolition of
Structures, Debris Removal from Private Property, and Special Considerations on
Public Property
Measurement of these services utilizing other than an hourly rate is difficult at best and
would potentially lend itself to unnecessary disputes. Therefore, the CITY and the
CONTRACTOR agree that the CONTRACTOR shall invoice the CITY utilizing the
hourly rates listed in Attachment 3 to this Agreement. A not-to-exceed amount shall be
placed upon any specific work performed at an hourly rate.
The CITY and the CONTRACTOR shall have inspectors in the field with each work
crew to monitor, record, and sign timesheets for the actual times worked for each piece of
equipment and crew member present at a particular work site. These signed records shall
be the basis for the CONTRACTOR's invoice to the CITY.
Hazardous Stumps
The removal and hauling of hazardous stumps is a unique process requiring specialized
equipment. As such, this process requires unique documentation and costing. The CITY
and CONTRACTOR will measure each stump three (3) feet above normal ground level,
to determine the diameter of the trunk. Once the diameter is established, the stump will
be physically removed by the best means available. The stump will be photo documented
by the CITY and recorded on a specific stump log provided by the CONTRACTOR.
The CONTRACTOR shall invoice the CITY for hazardous stump and root removal and
hauling to the TDSRS utilizing the following categories:
Up to but less 6 inch diameter-
6 inch diameter and up, but less than 12 inches-
12 inch diameter and up, but less than 24 inches-
24 inch diameter and up, but less than 48 inches-
Equal to or greater than 48 inch diameter-
$ 250.00 per stump
$ 500.00 per stump
$1,000.00 per stump
$1,500.00 per stump
$2,000.00 per stump
Fill Dirt
3
The CONTRACTOR shall invoice the CITY market price for acquiring back-fill material
to level holes that pose immediate threats to the life, health and safety of the community.
The fill will be quantified by the cubic yard.
Placement of the back-fill material will be invoiced utilizing the hourly rates listed in
Attachment 3 of this Agreement.
Sand Screening
The CONTRACTOR shall invoice the CITY Ten Dollars and 00/100 ($10.00) per cubic
yard of sand screened, to remove eligible debris deposited by and Event. This cost
includes pick-up of debris laden sand, hauling to processing screen located on the beach,
processing the sand through the screen and returning clean sand to the beach as directed
by the CITY. Debris removed from sand will be picked-up, hauled and processed
utilizing the costs located above for Debris Removal from Public Property (Rights-of-
way).
COSTS FOR SCOPE OF SERVICES TWO -
TECHNICAL DISASTER RECOVERY ASSISTANCE
ITEM I:
PROGRAM MANAGEMENT ASSISTANCE
All costs associated with this service are included in the costs listed above. There will be
no additional cost for this service.
4
~
) 1115 South Main Street
Brooksville, Florida 34601
Cfi#
Voice (352) 796-1912
Fax (352) 796-5358
EMERGENCY SERVICES, INC.
1-888-GRUBBS-1
3. What County or City have yOU worked actual disasters for in the United States
where FEAtA was involved?
Please see the attached Disaster I Debris Work Experience.
. ~
'.J
Exhihii 3
.
u
z
w
o
z
w
a:
w
D..
><
W
....
Z
w
:E
w
C)
<(
z
<(
:E
(/)
a:
to
w
C
-
0::
W
....
(/)
<(
(/)
c
..
CJ)
w
u
-
~
w
CJ)
>-
u
z
w
C)
0:::
W
:E
w
CJ)
m
m
:J
0:::
C)
I ..'
I
I
11
I~
IJ
1.-
I..,
c-.
"
, ;,,,
..
=
E
" -8 (i
= ..
o 0
t;u e-
0'0 '6
3:.Ci!~
~ ~:I os
,., Q. - CII
f.!!g.5
~ 0'::::;
c"....
0; -;
0= 'C;
o .Q
j5 ~
o
., E
..
.. 0
-
Co)
J!l
c
o
o
-
c
.!!
o
'.
.. ,:
, ..
I ..
-
C
Gl
>
UJ
I
.s
~
o 0
o 0
o ci
o 0
o 0
aD aft
OD ...
""'.. ~
... ...
... ...
o
o
ci
o
o
Q
o
'"
...
j;j
..
o
Co
..
'6
"
=
..
=
.!2
ti
:I
"
!
j;j
>
o
E
l!!
..
'C;
.Q
..
o
000
000
c:i ci 0
000
000
o c 0
o ", 0
~ C'I! .a..
... ... ...
... ... ...
...
..
>0
..
3:
'9
-
.c
Cll
0:
Cll
=
o
j;j
j;j
>
o
E
l!!
..
'C;
.Q
..
o
..
:c
.!!!
.;
>
<
... 0
Q,l CD 0 _...,. ~
:c~g5go
.!!!~"'fJ:"I'U::
'i.c"'cNQ)
>~~~:'2
~"NCo:;;"
o tan.!o.c:
ZUi~U)~~
-
o
Z
..
E
'C;
Co
o
-
...
o
-
u
..
...
'E
o
u
.Q
:I
III
~
l!!
"
=
<
..
=
..
u
'=
...
:I
J:
N
....
;;
-.
..
E
'C;
Co
o
-
...
s
U
..
...
-
=
o
u
.Q
:I
III
~
!
"
=
<
..
=
..
.~
...
:I
J:
N
....
-
U
o
oJ
II-
>;
'E
:I
o
U
o
"
=
..
=
...
..
J:
E
o
u;
..
E
..
z
o
Z
'"
....
...
..
:t
=
.!2
-
..
1:
o
Co
..
=
l!
I-
-
o
a.
..
o
....i
II-
i I~
o 0
.. ..
= =
.. ..
u ,~
.~ '-
... ...
:I :I
J: J:
-
..
o
..
l GI
o III
E" E
= ..
.. .. l::
a::=o
.~ ~ Q:
.Q U ~
.. :I =
C':;
1:; ~ ;
!sC:
.. =
.. E .!2
~.. -
Ci~~
U;~i
.. ..
Se'
..
E
w
Go
W
o
oJ
II-
... ...
... ...
Q. Ie
.. ..
III III
o
...
...
o
u::
..
=
'C;
..
.c
..
(,J
Go
W
o
oJ
II-
j;j
Co
o
..
=
'"
.~
...
:I
J:
...
...
Q.
..
III
o
o
ci
o
o
Q
",
...
...
o
o
ci
o
o
Q
o
"'-
...
...
j;j
>
o
E
..
a::
..
'C;
.Q
..
o
;;i~
.. =
&.E
.. ..
'6'g
" 0
= U
..-
= 0
0-'"
.- .. l!!
'0 '" ==
:I 0_
"Cou
I>> .!! ==
-"tJ=
..:'''1:1 en
~ ;
o =
~ .!2
...~
"'0
~ E
.. ..
0"
..
.....
='"
0'"
-.c;>
7i~
-.'"
ICO
~~
=
.2 :;
......
~;!
'E:
"'-
=...
00
.....
....-
<
....
vi
..
'l:
'"
.c
(,J
..
...
..
oJ
E
o
u;
..
.!:!
...
...
.Q
..
II-
....
II-
.;
..
E
E
'0;
..
~
o
"
'"
=
(;
I-
OD
...
.Q
..
II-
o
o
ci
o
o
Q
o
o
on
...
...
j;j
..
o
Co
'"
'6
"
=
..
=
o
..,
U
:0
"
l!!
j;j
>
o
E
..
...
'"
'C;
.Q
..
o
~CD~ao
ut--u.....
ca...........
iii"'fiii"'f
en......-
ftI~ftI~
E:;; E:;;
,go"go
I-~I-~
< <
C) C)
>; >:
'i: C
:I :I
o 0
(,J (,J
.Q .Q
Ci "i
:.: :.:
.. ..
o 0
o
"
~
(;
I-
00
....
...
Co
<
o
o
ci
o
o
Q
o
...
...
"
..
=
E
..
"
=
o
u
'0
- ..
III l!!
o :I
~u
._ :I
0::
,,'"
=
'"
=
~
'0
E
..
o
o
"
..
=
...
o
I-
OD
~
Co
<
o
o
ci
o
o
Q
o
C!.
...
...
...
j;j
'"
o
Co
..
'6
"
=
'"
=
.!2
ti
:I
"
l!!
j;j
>
o
E
l!!
'"
'C;
.Q
..
o
o
=~
.!!...
C(N
=N
",OD
'C Q
CD'"
!::
<
C)
>;
'E
:I
o
(,J
-
-
..
=
=
'i
C)
o
"
..
=
...
o
I-
OD
....
...
Co
<
o
o
ci
o
o
Q
o
OD
...
j;j
'"
o
Co
'"
'6
"
=
..
=
o
..,
U
:I
"
!
j;j
>
o
E
l!!
..
'C;
.Q
..
o
~::
.....
"''''f
0...
>0....
E'"
EiD
00
I-!::;.
<
C)
c
o
-
=
-0
u
=
::i
o
"
~
...
o
I-
OD
...
>.
..
:t
o
o
ci
o
o
on
...
o
N
...
o
o
ci
o
o
..;
'"
OD
...
o
o
ci
o
o
<Ii
N
N
...
o
o
ci
o
o
N
'"
o
..;
...
o
o
ci
o
o
..;
...
~
...
...
o
o
ci
'"
'"
..;
N
...
<Ii
...
o
o
ci
o
o
,.:
...
...
.,;
...
...
.. g .- g .:: E "Oi" Oi 08 ~
:!E=~nslD lD>CP>C,
o '" 0 ~ ~ ~ c 0 coo w
Co"Co"CoU' EEEEEci
.!! co!! c.!! C" -8:!-!:!oli
"..".."..~ - -E
'C loDea "'-c cn- S.!! S.!!., II)
ci::c~c;!:u-u"'C!
ca.gcascaecn...~...~ -=
SuS~S.-g~C~QSt)
:eSt;~:e'i=~~~-e:ns
:$ en == t.n ':' ~ ... ~ 0 Q. 0 .g en
"C C"Cl c~ CLS.!! ~.!! ~ e'i
!8!8....!!:::cwcui c
_.. =-" -"" u" ." .08 E
t:ftSenl"02cQcQ-Q)
>c>>>cu~c;;ca~caa::~'D
oE.QoE.QE"== -= 0=
? ? = 0 0 .. 0 '" E 0
e u ! u ~ 0 u ; e ; ! ~ u
cn;cnicn~ :a.a:g=;ti
'c;~-;:~'c;o EUEu'c;j;j
iGi~~iE .,2GJ2.aUl
OEOEO" OUiOUi.!:g
~ CJ ~ en
'6
CI
.5
1:
Cll
..
l!!
..
"
=
.!!!
:E
3:
"
gcCh
;NO;!;
~."E~
C):g~~
ct-.:cf"J
.!!:;;>oo
ctoc,,-
!!~!!
oJ
II-
>;
-
=
:I
o
(,J
..
'0;
:I
'0
>
..
l!!
u:
OD
...
C:
:I
-.
(,J
Z
.c
U
..
..
lD
.;
..
Co
o
I-
.c
1:
o
Z
.!
I C
o
CD
..
=
'"
U
'C;
...
:I
J:
OD
...
Q.
..
II)
..
>0'"
....
:.:"'f
..~
u'"
;0
>..
!.'
u
z
~
i3
't:
:I
en
..
c
=
o
lD
..
=
'"
U
'C;
...
:I
J:
OD
...
Q.
..
III
o
Q;~
"OD
>...
<...
.2 N
'SiD
-.0
!:!.
oJ
II-
.:
..
~
,.,
..
:.:
..
..
Cll
...
o
..
C)
..
=
'"
U
'C;
...
:I
:I:
00
...
Q.
..
III
.....OCN
e;!'E~~~
.c,.ca~t:CO?
E OD ~ ... ..
....."w.....;;;
ON u.GJC"1
=N~iijl-iij
ca.... ca 0 ~o
u;!.':t~~:!'
<
Cl
..
=
C
..
:>
o
"
'"
=
...
o
I-
...
....
...
Co
<
:.:
o
~
i3
Gi
Q
:.:
o
~
-
=
:I
o
(,J
>0
"
'"
(;
o
"
'"
=
...
o
I-
o
"
'"
=
...
o
I-
...
...
>.
..
::;:
...
...
,
>0
'"
::;:
I .
I
,:.
-
C
:1
o
e
<C
;:.:
.c-..
:0
3:
...
U
ell
..
'...
c
0,
0,
"'-':..
~. c U)
ON
..,- fIJ N
Co) C ~
,eII:i< N
~=~
c 3: ...
o e iO
o .e 0
-Sl~
l~
I
,."
: .':
...
C
QI
>
W
I
S
ell
C
o
o
o
o
o
o
-
N
...
'"
E
III
I!!
..
(/)
'Cl
e
III
'"
~
..
I!!
u
E
o
.::
iii
>
o
E
..
a:
'"
.;::
.c
..
C
III
E
o
.e
III
:;;:
o
iii
u
II::
Z
<
C
(/)
~
o
'Cl
CO
e
-
o
I-
...
...
>.
to
::E
o
o
o
o
o
..;
...
...
~
..
>
o
....
..
a:
:::
l!!
l:!
<
...
-
...
-
.2
..
....
..
'0
-
l1.
CI
e
.;::
..
'lii
:t
..
c
..
'0 CO') >0....
O.....ftJ.....
~~O~
J!.. . ~
';: ... ::E ...
C"'Cu>
.!l ;::. .;; ..
.0 G:I 0
Q.~:.::e!
u
..
l:!
o
u.
-
<
ui
::i
.e
In
to
-
U
...
-
...
...
~
:;
-,
o
o
o
o
o
.;
...
...
iii
>
o
E
..
a:
'"
.;::
.c
..
C
~
-
011 ~
.~ W
:=q
Oa:
E .,;
! !
c~
.2 ~
t>.=
:= '"
'Cl'Cl
;; ~
iii ..
>'Cl
o e
E 8
I!!-
In 0
'C 7i
.c In
~ ~
In
'6
-'
u.
~
....
to
..
III
'Cl
e
o
E
o
'0
>-
o
u::
..
e
to
....
.;::
...
:=
:I:
...
...
Q.
..
(/)
o
o
o
o
o
...
...
N
...
-
"N ....
.c.co
D._ftSO)
.sW?E~
fl)N~N
'5 ~ c.. ~
uNeN
C"'O\l)
o!::!c!::!
c
u
z
C
~
In
E
:E
~
'Cl
>-
o
u::
..
e
to
....
.;::
...
:=
:I:
...
...
Q.
..
(/)
o
o
o
o
o
...
N
...
e
~
....
:=
'0
..
a:
'"
.;::
.c
..
C
u
z
~
..
e
:=
o
u
:e
to
::E
'0
>-
o
u::
..
e
to
....
.;::
...
:=
:I:
...
...
Q.
..
(/)
o
o
o
o
o
..;
co
...
~
...
o
:t
W
ci
"
c
.S!
..
....
:=
'0
I!!
011
iii
>
o
E
..
-
.!!l
...
.c
..
C
o
o
o
o
o
...
..,
N
...
~
-
o
:t
W
ci
"
c
.S!
U
:=
'0
l!!
011
iii
>
o
E
I!!
In
.;::
.c
..
C
o
o
o
o
o
on
N
'"
...
~
...
o
:t
W
ci
"
c
o
;:
....
:=
'0
l!!
011
~
o
E
..
-
.!l
-
.c
..
C
o
o
o
o
o
o
co
...
...
>-
III
~
'9
..
.e
CI
ii1
E
o
...
-
iii
>
o
E
..
a:
In
.;::
.c
..
C
o
o
o
o
o
<Ii
N
....
...
>-
~
9
..
.e
CI
ii1
E
o
.::
iii
>
o
E
..
a:
.!!l
-
.c
..
C
o
o
o
o
o
..:
..,
..
...
>-
III
~
-
9
..
.e
CI
ii1
E
e
-
iii
>
o
E
..
a:
In
.;::
.c
..
C
o
o
o
o
0-
...
...
CI
e
'E
E
.;::
I-
..
I!!
I-
o
o
o
o
o
..;
'"
...
>-
to
~
'9
..
.e
CI
ii1
E
o
...
-
iii
>
o
E
..
a:
In
.;::
.c
..
C
o
o
o
o
o
o
o
"!.
....
...
e
.S!
U
:=
'0
I!!
011
iii
>
o
E
I!!
'"
.;::
.c
..
C
o
o
o
o
o
o
U)
...
...
~
-
o
:t
W
ci
"
c
~
....
:=
'0
I!!
011
iii
>
o
E
I!!
..
.;::
.c
..
C
o
o
o
o
o
on
...
>-
to
~
-
o
.
..
.e
CI
ii1
E
o
-
-
iii
>
o
E
..
a:
..
.;::
.c
..
C
o
o
o
o
CI
o
o
'"
...
>-
to
~
-
9
..
.e
CI
ii1
E
o
...
-
iii
>
o
E
..
a:
..
.;::
.c
..
C
o
o
o
o
o
o
'"
N
...
>-
!
9
..
.e
CI
ii1
E
o
.::
iii
>
o
E
..
II::
.!!l
-
.c
..
C
o
o
o
o
o
o
....
...
>-
to
3:
..:.
9
..
.e
CI
ii1
E
g
iii
>
o
E
..
a:
..
.;::
.c
..
C
o
o
o
o
o
on
...
N
...
e
.S!
U
:=
'Cl
..
a:
In
.;::
.c
..
C
o
o
o
CI
o
o
co
...
e
&
l!!
o
..
..
..
a:
.e
....
to
..
III
011
CI
e
C
..
I!!
....
(/)
'0
e
CO
(/)
o
o
o
o
o
..:
N
..,
...
o
o
o
o
"!.
....
..,
...
...
o
o
o
o
o
...
..,
N
...
..
'lii ..
> :=
>"CCio
ca C. en 'E
~ 5 ~ ~
C? VI ell
:c .~:s:cc
ai-gCiIJ
ii1 'CtO~~
E'CeE'lii
o cP 0 IJ.CI:
-= ~''BI:t:<
:: :s eft CD
Cft"CI"Cii
"I!!.c;:
'Cl ....
!fII0-;
;;: .!! di::E
-t:e
o!!;:
"iio.!
> = to
o ... :t
~ ~
II::
iii
>
o
E
..
a:
'"
.;::
.c
..
C
'0...
-0
lllo
-5.,-
~~
l1....
eN
.e",
.!;!::!
c_ ~Cft ~ . Cft =cc~ C')Uo ~ 0 o~o _
.~_~Cft~:~~~~~'E~o5~!~~~~~=~~Q!i~~~~~~~N;
_Mm~~~U~IIl:=~IIl:S~~~~N~O~~O~!~ca...o~ca~~~u~~~
~~~m~"'~N ~ ~ca~~~C~~CQ=MO~caG~Q~Nca~~-C-
ca.~O)ucaNC~>m>G~N~~OO)O.....(/)ca. .....0.....c. mO.~""'IJN
~M_M .....~CQ~G=GEMaCQ=o)c::N ~~O)CNG:lCQ~N G mUJN
~ N ~ N l!! ;:;, .. NO;:;' 0 ;:;, .- N ..';;, 1 ;:. .!! ;:. 8 .... cO ;:. ~ ~ .!! ~ :i iO .5 ;;, ~ ~ 0 ;;,
_~ ~:S.~_o.-.~v)~00CQCftCQ~CQc~ CQ~~~O~V)caCQ~Q
~~!::!~~~e!c~8~!::!w~~~~~~~~~~~~~-,~~
u
z
~
.;;
e
o
In
-
..
.c
o
a:
'0
>-
o
u::
..
e
to
....
.;::
-
:=
:I:
...
...
Q.
..
(/)
u
z
..:
Gl
'0
e
to
:;
<
'0
>-
o
u::
Gl
e
to
....
';::
...
:=
:I:
...
~
Q.
..
(/)
u
z
o
-
o
.c
..
Gl
I!!
't:
::l
::E
'0
>-
o
u::
..
e
to
....
.;::
...
:=
:I:
...
...
.
Q.
..
(/)
u
(/)
c
o
..
..
.!!
...
to
.e
U
-
o
>-
-
u
'0
>-
o
u::
!!
fti
.~
...
:=
:I:
...
...
Q.
..
(/)
<
(:)
~
..
e
:=
o
U
E
.!
'lii
.e
u
'0
>-
o
u::
..
c:
III
.~
...
:=
:I:
...
...
Q.
..
(I)
u
(/)
C
to
..
III
Gl
ii:
C
:=
o
::E
'0
>-
o
u::
..
e
to
....
.;::
...
:=
:I:
...
...
Q.
..
(/)
u
(/)
..
e
III
'"
III
Gl
ii:
-
e
:=
o
::E
'0
>-
o
u::
..
e
to
....
.;::
...
:=
:I:
...
~
u
o
u
z
~
.~
Q;
I!!
(:)
'0
>-
o
u::
..
e
to
....
.;::
...
:=
:I:
...
~
....
o
-'
u.
..
'0
III
...
o
;:
to
:!1
..
e
~
..
e
III
....
.;::
-
:=
:I:
...
~
..
....
o
-'
u.
ti
'0
to
c;
.!!
'ii
III
..
e
~
..
e
III
.!:!
...
-
:=
:I:
...
...
.).
....
o
-'
u.
e
III
I!!
..
(/)
-
:;
(:)
Gl
e
..
.:
..
e
to
....
';::
...
:=
:I:
...
~
u
o
-'
u.
~
U
III
..
III
>-
e
'ii
c
..
e
~
Gl
e
to
....
.;::
-
:=
:I:
...
~
u
o
-'
u.
~
....
to
..
III
o
-
..
>
Gl
e
~
..
e
to
....
.;::
-
:=
:I:
...
~
....
o
.e
....
III
..
III
'0
e
~
a,
:i:
..
e
~
Gl
e
to
....
.;::
...
:=
:I:
...
~
..
....
o
:2
o
~~
c 'C
:= 0
0=
U :=
.e<
.... .!!
to In
.. to
III 3:
E
'ii
l1.
..
e
~
Gl
e
to
....
.;::
...
::l
:I:
...
~
..
....
o
-'
u.
..
In
..
3:
>-
..
:.::
..
e
..
.:
Gl
e
to
....
.;::
:;
:I:
...
~
..
....
o
-'
<
~
-
:;
o
U
.c
iii
:.::
..
c
-'
u.
or
U
:=
-'
Vi
t:
o
l1.
..J
U.
..:
..
-
III
:t
0;
Gl
:t
(/)
E
o
Vi
..
.!:!
In
I!!
u:
CI
e
'6
c
o
u::
o
'i'
>-
to
::E
o
'i'
CI
:=
<
o
'i'
..
....
o
..
C,
=
o
E
0(
...
...
o
...
...
N
to-
...
..;
...
ii
..
o
..
i3
'C
C
='"
..
~
ll.
>-
u
c
..
e'
..
E
w
...
...
o
...
...
o
..
"'-
....
...
ii
..
o
Co
..
i3
'C
C
'"
Ii
,2
-
u
~
'C
..
a::
ii
>
o
E
..
a::
.!!!
.
.c
..
o
...
...
o
...
~
....
'"
M
...
ii
..
o
Co
..
i5
'C
C
'"
c
.5!
'l:i
~
'C
..
a::
ii
>
o
E
..
a::
..
';:
.c
..
o
,-,-., ...
clAl..c
..a~tI~o
'U=Nm~!!
.J!~~S:~
C.!!!"'ON"i",
ICJ. "t: _ lD 0 >. _ .
".,-: II C a.... 0 Cel)
.:..<3 'I)~ m.= ID
..,
...
C
Gl
>
W
.!
ca
C
a::
CC
,.:;
-
c
~
o
u
::
o
u
II)
E
o
-
II)
..
.!:!
9
c
co
..,
a::
CC
,.:;
-
c
~
o
U
..
...
ii:
E
o
-
II)
..
.!:!
9
c
'"
..,
a::
CC
Ii
o
.
'l:l
~
..
o
>-
-
u
E
o
iii
..
.!:!
9
c
..
..,
...
'"
...
M
....
,,;
M
N
..;
N
...
ii
>
o
E
..
a::
..
'C
.c
..
o
a
..
o
ci.
..
c
l!
I-
06
~
:J:
a::
cc
E
o
-
II)
..
.!:!
9
c
'"
..,
... ...
'" ...
...= 0
... ...
.... ...
_ .N
'" ..-
... ....
... ...
ii
u
'2
~
u
..
I-
'l:l
C
co
'ii ~
~ i
Co-
Ol ..
i5 'il
iiicc
>
o
E
..
a::
..
.;:
.c
..
o
_co
>-.... ..
co 'It C
- e
~ 0
uLL
e c
!!:,!!l
..,
><
I-
,.:;
-
C
~
o
u
..
'C
.
co
:J:
~
..
l;:
01
C
's;.
co
u
..
'l:l
'l:l
C
co
'C
'"
..
'C
..
o
Co
~
C
'"
..
u
M'"
.....
"'c
~!
5;,2
...11..
:;;
...,;
...J
U.
,.:;
..
:.:
-
co
o
.c
01
c
o
....I
..
o
C
~
o
I-
...
...
o
...
...
o
...
...
ii
>
o
E
..
a::
..
.;:
.c
..
o
M..
.....
"'c
":'c
.....
ID~
"'0
......
... 0
.....,
....I
II..
,.:;
..
:.:
...
...
o
...
...
o
M
...
ii
>
o
E
..
a::
..
.;:
.c
..
o
... ...
"'.'"
:;.! :;:
.......
...::E",
to-~'"
U
;0:;
... '"
....I
II..
=
u
'"
..
IXI
..
..
E
Q
:J:
...
...
o
...
~
....
to-
N
...
c
o
:;:
u
~
'l:l
..
a::
'C
c
co
ii
>
o
E
..
a::
..
'C
.c
..
o
...J
U.
S
o
..
..
.
..
II)
..
o
~
U
...
...
o
...
...
,.:
N
...
ii
>
o
E
..
a::
.!!!
.
.c
..
o
~
01
~
co
.c
c
..
I::
..
o
.
o
>-
co
::E
...J
u.
.;
.;:
co
::E
co
c
c
cc
..
o
~
U
...
...
o
...
...
o
'"
....
...
ii
>
o
E
..
a::
..
.;:
.c
..
o
-
1i
. ~
.. ~
Q, .~
~ ll.
c "j
o ..
a:: ~
..
::E
...J
II..
o
::
..
E
ii
ll.
..
o
>-
-
u
...
...
o
...
...
,.:
..,
N
...
ii
>
o
E
..
a::
..
.;:
.c
..
o
:::;:~
....c..
Cfe!":'(;
~.2~u
...II..ID::E
:i;i
M';ChC
...J
II..
-
..
co
o
u
E
ii
ll.
'0
~
U
c:
o
~
<
E
o
iii
ii
u
Q.
o
.
I-
....
9
c
~
..,
Cl.
'"
c:
co
..
U
..
'l:l
j::
'l:l
..
a::
....
...
Q.
..
II)
Ii
.;:
.c
co
CI
E
o
-
II)
ii
u
's,
o
.
I-
....
...
Q.
..
II)
Ii
.;:
.c
..
CI
E
o
-
II)
ii
u
Q.
o
.
I-
....
...
Q.
..
II)
Ii
.;:
.c
..
CI
E
o
iii
iii
u
's,
e
I-
9
Co
..
II)
Ii
'C
.c
..
CI
E
o
-
II)
ii
u
Q.
o
.
I-
....
9
Co
..
II)
Ii
'C
.c
co
CI
E
o
iii
ii
u
Q.
o
.
I-
9
Cl.
..
II)
:i
.
.Q
co
C)
E
o
iii
iii
u
Q.
e
I-
9
Co
..
II)
...
...
o
...
...
,,;
..-
...
...
...
o
...
...
o
...
C>
..;
...
~
..
l;:
01
C
's;.
co
u
..
'l:l
'C
C
co
'C
..
..
'C
..
o
Cl.
~
C
co
..
U
....I
,II..
,.:;
..
:.:
o
::E
.;
u
c
..
'C
C
!.
..
'C
.E
..
o
>-
-
u
-
co
o
.c
01
c
o
...J
..
o
C
~
I-
Co
~
c
co
..
U
..
'C
j::
'C
..
a::
E
o
iii
..
.!:!
....
...
Q.
..
II)
N
q
.c
..
u.
"\ 1115 South Main Street
Brooksville, Florida 34601
~i~
Voice (352) 796-1912
Fax (352)796-5358
EMERGENCY SERVICES, INC.
1-888-GRUBBS-1
Additional Services
Grubbs Emergency Services, Inc. offers the following services at no cost to the City of Miami
Beach.
a. Aircraft Services - Use of corporate helicopters (2) for damage assessments, transport of
essential City personnel in the event of a major impact to infrastructure, and movement of
operators and personnel to critical areas. Also, use of corporate jet in the event of a
critical transport situation.
b. Mobile Command Unit - Use of mobile command unit (2) for debris management
activities. If EOC is affected, the mobile command unit can serve as a back up, even
during non-hurricane situations
c. Full Day Training Seminar - Grubbs Emergency Services, Inc. will provide a training
seminar for all pertinent employees. This seminar wilI serve as an orientation of the
Public Assistance Program and Debris Management Guidelines. The role and
responsibility of the City of Miami Beach and Grubbs Emergency Services will be
discussed in detail to provide continuity in the event of a natural disaster.
d. Debris planning efforts - Grubbs Emergency Services, Inc. will assist in all debris
planning efforts as requested by the City of Miami Beach. These planning efforts shall
include but not be limited to development of a debris management plan, identification of
adequate temporary debris storage and reduction sites, estimation of debris quantities,
and emergency action plans for debris clearance immediately following event.
Exhi1it -4
-",
!
1115 South Main Street
Brooksville, Florida 34601
Voice (352) 796-1912
Fax (352)796-5358
EMERGENCY SERVICES, INC.
1-888-GRUBBS-1
Overview of Services
Grubbs Emergency Services provides a package of disaster recovery services utilizing their
own personnel (with supplementation by subcontract forces if required). Those recovery
services for overall management, accountability, and documentation processes in all facets
debris removal, and for many years were not offered by any other private entity in this form.
Grubbs Emergency Services has offered the services listed below, even individually, with
success and acceptance of Federal, State, and local governments.
The services provided within this package included:
1 ) Total Storm Debris Management
a) Advance Management Team deployment to contracted municipalities prior to
impact of the storm, to establish priorities and coordination of asset pre-
deployment.
b) Pre-event mobilization of equipment to a staging area outside the potential
impact area. This guarantees a minimal response time of our assets to the
municipalities affected areas.
c) Advance Management Team re-deployment to the contracted municipality
immediately post event to coordinate asset deployment to affected areas.
d) Utilization of one or both of the company's corporate helicopters by both, our
advance management team and municipality officials, for preliminary damage
assessment/verification. There is no additional cost to the municipality for this
service (it aids both of our organizations in determining the impact and
requirements of recovery).
e) Supplementation and potential relieving of your force account labor to
accomplish emergency road clearance.
f) Pick-up and hauling of debris from the Public Rights-of-Way to temporary debris
staging sites utilizing specialized debris removal equipment. There are a few of
companies that have some, but not all, of the equipment Grubbs utilizes, but
using the right tool for the job, in other words, proper management of these
assets can make the difference between a successful recovery effort and chaos.
g) Proper establishment, management and operation of temporary debris staging
and reduction sites.
h} Segregation of debris into the five, federally accepted, classifications of debris
(vegetative, construction and demolition, recyclable materials, white goods, and
hazardous and/or toxic wastes).
'1
i)
j)
k)
I)
m)
Reduction of debris by compacting, grinding, chipping, and or air-curtain burning.
Transportation and final disposal of debris from the temporary sites to an
approved/licensed/permitted facility.
Remediation of temporary sites to their pre-storm condition.
Contract closeouts to ensure maximum possible data capture to ensure the
municipality's reimbursement potential from federal and state sources.
Primary coordination and oversight of all debris operations within the municipality
to include, with your concurrence, force account labor.
The above package of services has been included in all of the contracts, both pre-event and
post event, with Grubbs clients that we have performed disaster recovery services for over the
past years.
'Wlth the capability to provide, in-house, all of the above services, within only hours of an event
and the experience and reputation of Grubbs Emergency Services in the disaster recovery
industry, all clients will receive a rapid response and a quality driven recovery process. More
importantly, the time it takes for citizens' lives to return to normal will be reduced exponentially.
."~
AGREEMENT FOR DISASTER RECOVERY SERVICES
THIS AGREEMENT made and entered into this _ day of , 2002, by and
between the City of Miami Beach, as a political subdivision of the State of Florida, hereinafter
referred to as "CITY" and GRUBBS EMERGENCY SERVICES, INC., hereinafter referred to as
"CONTRACTOR"
WHEREAS, the CITY lies in the State of Florida and, as such, may experience massive
destruction wrought by the impact of a hurricane landfall, violent storms spawning tornadoes as
well as other natural and/or manmade disasters (Events); and
WHEREAS, it is foreseen that it may be necessary to provide for debris removal and disaster
recovery technical assistance to appointed and elected officials within the CITY, resulting from
these Events; and
WHEREAS, the CONTRACTOR will perform as prime contractor for all operations outlined in
this Agreement.
NOW, THEREFORE, CONTRACTOR, for and in consideration of the sum One Hundred
Dollars and no/100 ($100.00), and for other good and valuable considerations acknowledged by
the parties, said parties hereto agree as to the following:
SCOPE OF SERVICES ONE - DEBRIS REMOVAL
It is the intent of this Agreement for the CONTRACTOR to remove as quickly as possible all
hazards to life and property resulting in the CITY. Clean up, demolition and removal will be
limited to (1) that which is determined to eliminate immediate threats to life, public health, and
safety; (2) that which has been determined to eliminate immediate threats of significant damage
to improved public or private property, and; (3) that which is considered essential to ensure
economic recovery of the affected community to the benefit of the community-at-Iarge. The
Services shall consist of clean up, demolition, removal, reduction and disposal of debris as
directed by the designated representative of the CITY.
Specifically the Scope of Services will include the items listed in Attachment 1 and priced in
Attachment 2 and Attachment 3 of this Agreement under the corresponding heading.
SCOPE OF SERVICES TWO - TECHNICAL DISASTER RECOVERY ASSISTANCE
It is the intent of this Agreement for the CONTRACTOR to provide disaster recovery technical
assistance to appointed and elected officials within the CITY. This service shall include
Program Management Assistance. Specifically the Scope of Services will include the items
listed in Attachment 1 and priced in Attachment 2 of this Agreement under the corresponding
heading.
Exhihit 5
SERVICES AND FACILITIES
It is understood that, except as otherwise specifically stated in this Agreement and Attachments
to this Agreement, the CONTRACTOR shall provide and pay for all labor, tools, equipment,
transportation, supervision, and all other services and facilities of any nature whatsoever
necessary to execute, complete and deliver the services within the time specified in the Notice-
to-Proceed as agreed upon by both parties.
PERMITS AND REGUAL TIONS
Permits and licenses of a temporary nature necessary for the prosecution of the Services shall be
secured and paid for by the CONTRACTOR unless otherwise stated in this Agreement.
SUPERVISION BY CONTRACTOR
The CONTRACTOR will supervise and direct all Services. The CONTRACTOR is solely
responsible for the means, methods, techniques, sequences, safety program and procedures. The
CONTRACTOR will employ and maintain on the work site a qualified supervisor(s) who shall
have full authority to act on behalf of the CONTRACTOR and all communications given to the
supervisor by the CITY's Authorized Representative shall be as binding as if given to the
CONTRACTOR.
The name(s) of the supervisor(s) will be supplied to the CITY for each issuance of a Notice-to-
Proceed through an attachment to this Agreement in the form of a Memorandum for the Record.
CHANGES IN SERVICES
The CITY and CONTRACTOR may at any time order changes within the scope of services
without invalidating this Agreement. All changes affecting the project's costs or modifications of
the terms, conditions, and the scopes of services of this Agreement shall be authorized by means
of an official written Contract Change Order that is mutually agreed upon and signed by the
CITY and the CONTRACTOR. All changes must be recorded on a written Contract Change
Order before CONTRACTOR may proceed with the changes to the Services provided.
TERM OF AGREEMENT
The term of this Agreement shall be for five consecutive years beginning on the date of
acceptance by and signatures of the CITY and CONTRACTOR, whichever comes later.
RENEWAL OF AGREEMENT
This Agreement may be renewable on a five-year basis after a concurrence of both parties on any
negotiated changes to the terms and specifications contained in this Agreement. Attachment 2
and Attachment 3 of this Agreement may be reviewed on an annual basis. Amended unit costs
may be submitted by CONTRACTOR to CITY to reflect the current disaster recovery market
value of services listed in Attachment I and priced in Attachment 2 and Attachment 3 of this
2
Agreement. Such amendments shall become part of this Agreement after a concurrence and
signature of both parties.
TERMINATION
Either party upon 60-day written notice to the other party may terminate this Agreement.
INSURANCE AND BONDS
CONTRACTOR shall name the CITY as additional insured on CONTRACTOR's insurance
policies. CONTRACTOR shall maintain the following insurance limits:
Worker's Compensation - Statutory Limits of the State of Florida (or the applicable State at the
time of an event);
General Liability - One Million Dollars ($1,000,000.00) any single occurrence;
Additional Liability Umbrella - Five Million Dollars ($5,000,000.00)
Automobile - One Million Dollars ($1,000,000.00)
CONTRACTOR shall provide CITY a Certificate of Insurance evidencing such coverage.
At the CITY's option the CONTRACTOR will furnish a performance and payment bond for any
and/or all Notices-to-Proceed. The cost of said bond premium will not be an additional cost to
the CITY.
CERTIFICATES OF INSURANCE
Required insurance shall be documented in certificates of insurance which provide that the CITY
shall be notified at least thirty (30) days in advance of cancellation, non-renewal, or adverse
change. New certificates of insurance are to be provided to the CITY at least fifteen (15) days
prior to coverage renewals. Receipt of Certificates or other documentation of insurance or
policies or copies of policies by the CITY or by any of its representatives, which indicate less
coverage than is required, does not constitute a waiver of CONTRACTOR's obligation to fulfill
the insurance requirements herein.
WARRANTY OF TITLE AND WAIVER OF LIEN
The CONTRACTOR shall not at any time suffer of permit any lien, attachment, or any other
encumbrance under the laws of the State of Florida, or otherwise by any person or persons
whomsoever to remain on file with the CITY against any money due or to become due for any
work done or materials furnished under this Agreement of by any reason or claim or demand
against CONTRACTOR. Such lien, attachment, or encumbrance, until it is removed, shall
preclude any and all claims or demands for any payment by virtue of this Agreement.
3
SUBCONTRACTING
The CONTRACTOR shall be fully responsible to CITY for the acts and omissions for its
subcontractors and of persons directly or indirectly employed by them, as the CONTRACTOR is
for the acts and omissions of persons employed by it.
The CONTRACTOR shall cause appropriate provisions to be inserted in all subcontractors
relative to the services give the CONTRACTOR the same powers regards terminating any
subcontract that the CITY may exercise over the CONTRACTOR under any provisions of this
Agreement.
Nothing contained in this Agreement shall create any contractual relationship between any
subcontractor and the CITY. The CONTRACTOR shall supply the names and addresses of
subcontractors and materials suppliers when requested to do so by the CITY upon activation of
the Agreement and updated by the CONTRACTOR to the CITY on a biweekly basis during said
activation.
The CONTRACTOR shall not use a subcontractor or material supplier against whom the CITY
has a reasonable objection to, and shall make all reasonable attempts to subcontract with local
firms currently doing business within the CITY. All subcontractors will operate in strict accord
with Subcontracting Plans and Policies, as well as local, State, and Federal laws governing this
type of work.
CITY OBLIGATIONS
The CITY shall furnish all information and documents necessary for the commencement of
work, to include valid written Notices to Proceed. A representative will be designated by the
CITY to be the primary contact person for inspecting the work and answering anyon-site
questions prior to and after activation of this Agreement via a Notice-to-Proceed. Providing
inspectors for the monitoring of debris operations shall be the responsibility of the CITY, as
required by Federal law and policy governing those specific operations.
This person shall be
PAYMENT
Payment to the CONTRACTOR by the CITY will not be contingent on funding from any source.
Payment shall follow the time parameters outlined in the section titled "Contractor Invoicing" of
this Agreement.
ENTIRE AGREEMENT
This Agreement and Attachments referred to herein, contain the entire Agreement of the parties,
and there are no other binding promises or conditions in any other Agreement whether oral or
written.
JURlSDICTIONNENUE
4
The laws of the State of FLORIDA shall govern this Agreement. Venue of this Agreement shall
be in Miami-Dade County, FLORIDA.
ATTEST:
~6 P~ct-
~J~
ON BEHALF OF:
:~OF~:~A
Date: 7/03/0 '2-
Approved to form and
legal su ciency.
By:
City
ttorney
APPROVED AlTO
FORM a LANGUAGE
a FOR EXECUTION
.....
)
ON BEHALF OF:
GRUBBS EMERG;NC~VlCES. ~
BY:~~
Title: Anthony Tanner.Vice-President
A1TEST:~
~ ---:..:: .r
Secretary /1 ~
~ .. ,"" ~ c..sr ~ ~ \.,;::t ...... ~ "S!:a S.
WITNESS:
L---~'~~
~"""L-'b r1. '-~Cl \~.
5
AGREEMENT FOR DISASTER RECOVERY SERVICES
Attachment 1
The following is a listing of services and/or tasks to be provided by CONTRACTOR to
CITY upon receipt by CONTRACTOR of a Notice-to-Proceed:
SCOPE OF SERVICES ONE-
DEBRIS REMOVAL
Emergency Road Clearance
The CONTRACTOR shall accomplish the cutting, tossing and/or pushing of debris from
the primary transportation routes as identified by and directed by the CITY. This
operational aspect of the scope of services shall be for the first 100 (plus or minus) hours
after an event. Once this task is accomplished, the following tasks will begin as required.
Debris Removal from Public Property (Rights-of-way)
As identified by and directed by the CITY, the CONTRACTOR shall accomplish the
pick-up and hauling of all eligible debris to the Temporary Debris Staging and Reduction
Sites (TDSRS's) from public rights-of-way, and shall maintain debris work sites to
appropriate use standards, safety standards, and regulatory requirements.
Debris Removal from Public Property (Special Considerations)
The Contractor will operate beyond public rights-of-way only as identified by and
directed by the CITY. Operations beyond the rights-of-way on public property will be
only as necessary to abate imminent and significant threats to the public health and safety
of the community. These operations will be closely monitored and will be in strict
compliance with 44 CFR 206.224, Debris Removal, regarding eligibility.
Debris Removal from Private Property (Right-of Entry Program)
Should an imminent threat to life, safety and health to the general public be present on
private property, the CONTRACTOR as identified by and directed by the CITY, will
accomplish the removal of debris from private property. Upon receipt of completed right
of entry form, and hold harmless agreement from private property owner's, and execution
of the non-duplication of benefits agreement from the CITY, the CONTRACTOR shall
remove all eligible debris, as identified by the CITY. The CONTRACTOR will place all
debris collected through this process in the right-of-way, where the above scope of
services Debris Removal from Public Property (Rights-of-way) shall commence. The
CITY feels that it is potentially in the best interest of the health and safety of its citizens
to provide this service. Attached to this Agreement are copies of the forms to be executed
by the individual property owners. The CONTRACTOR shall maintain debris work sites
to appropriate use standards, safety standards, and regulatory requirements.
1
Hazardous Stumps
As identified and directed by the CITY, the CONTRACTOR shall remove all hazardous
stumps that pose a threat to life, public health and safety, as identified by the CITY, and
haul each stump to the TDSRS's. Each stump shall be inspected by the CITY and
CONTRACTOR and documented as to the appropriate category of size.
Fill Dirt
As identified and directed by the CITY, the CONTRACTOR shall place compatible fill
dirt in ruts created by equipment, holes created by removal of hazardous stumps, and
other areas that pose an imminent and significant threat to public health and safety.
Temporary Debris Staging and Reduction (TDSRS)
The CONTRACTOR will, prepare and maintain TDSRS's to accept and process all
eligible storm debris; maintain the TDSRS approach and interior road(s) for the entire
period of debris hauling; will provide stone for any roads that require stabilization for
ingress and egress; will build and maintain a roofed inspection tower sufficient for a
minimum of three (3) inspectors for the inspection of every load in and out which shall be
further defined in documentation section below; will process all debris in accordance
with all local, State and Federal rules, standards, and regulations. Processing may
include, but is not be limited to, reduction by tub grinding and/or incineration when
approved. Prior to reduction, all debris will be segregated between vegetative debris,
construction and demolition debris (C&D), recyclable debris, white goods and hazardous
wastes. All reduced debris as well as non-reducible debris will be disposed of at a
location(s) agreed to by both parties.
TDSRS Site Reclamation
Site reclamation shall be accomplished in accordance with all Federal, State and local
laws, standards and regulations; Site reclamation shall be accomplished in accordance
with the CONTRACTOR's Debris Removal Operations Plan and Environmental
Protection Plan.
Disaster Event Generated Hazardous Waste Abatement
CONTRACTOR shall abate all hazardous waste identified by the CITY in accordance
with all applicable Federal, State and local laws, standards and regulations to include but
not limited to 29 CFR 1910.120,40 CFR 311 and 49 CFR 100-199; Hazardous waste
abatement shall be accomplished in accordance with the CONTRACTOR's Debris
Removal Operations Plan and Environmental Protection Plan. Freon recovery will be
treated as a hazardous material and handled in accordance with the aforementioned Plan
and Regulations. Prices for this Service will be negotiated at time of Event dependent
2
upon types of materials~ quantities and hazards present. Prices shall be attached to the
Agreement in the form of a Memorandum for the Record.
Sand Screening
The CONTRACTOR shall screen all sand as directed by the CITY, to remove all eligible
debris. This task includes the pick-up of debris-laden sand, hauling debris-laden sand to
the processing screen located on the beach, processing the debris laden-sand through the
screen and returning clean sand to the approximate original location on the beach as
directed by the CITY. Debris removed from sand will be picked-up, hauled and
processed utilizing the scope of services located above for Debris Removal from Public
Property (Rights-of-way).
Debris Disposal
The CONTRACTOR shall dispose of all eligible debris, reduced debris, ash residue and
other products of the debris management process in accordance with all-applicable
Federal, State and local laws, standards and regulations. Final disposal locations shall be
at the discretion of the CONTRACTOR with prior acceptance of the CITY. Information
regarding the location of final disposal shall be attached to this Agreement in the form of
a Memorandum for the Record. The CONTRACTOR and CITY inspector assigned to
the disposal process shall maintain disposal records and documentation. Documentation
shall be quantified in cubic yards or tons depending on terms of the executed Agreement.
Documentation and Inspections
All storm debris shall be subject to inspection by the CITY or any public Authority.
Inspections shall be to insure compliance with the contract and applicable local, state and
federal laws. The CONTRACTOR will, at all times, provide the CITY access to all work
sites and disposal areas. In addition, authorized representatives and agents of any
participating federal or state agency shall be permitted to inspect all work and materials.
The CONTRACTOR and the CITY will have in place at the TDSRS' s, personnel to
verify and maintain records regarding the contents and cubic yards of the vehicles
entering and leaving the TDSRS's. The CONTRACTOR and the CITY will monitor the
material to determine that it in fact consists of eligible debris. The CONTRACTOR and
the CITY will have in place at the pick-up site, personnel to verify the contents, location,
date and time of the vehicles departing for the TDSRS. Prior to use, the CONTRACTOR
and the CITY shall establish and record each haul truck's certified cubic yard capacity
CITY. The CONTRACTOR will include and provide disposal tickets, field inspection
reports, and other data sufficient to provide substantiation for Federal (FEMA, etc.) and
State reimbursement, if applicable. The CONTRACTOR will assist the CITY in
preparation of Federal (FEMA) and State reports for any potential reimbursement
through the training of CITY employees and the review of documentation prior to
submittal. The CONTRACTOR will work closely with the Florida Division of
Emergency Management, FEMA and other applicable State and Federal Agencies to
3
ensure that eligible debris collection and data documenting appropriately address
concerns of the likely reimbursement agencies.
Priority of Work Areas
The CITY will establish and approve all areas that the CONTRACTOR will be allowed
to work. Daily and/or weekly scheduled meetings will be held to determine approved
work areas. The CONTRACTOR shall remove all eligible debris and leave the site from
which the debris was removed in a clean and neat condition. There will be certain debris
that is not picked up by equipment, machinery and general laborers used by the
CONTRACTOR. Determination of when a site is in a clean and neat condition will be at
the reasonable judgment of the CITY.
Working Hours
All activity associated with gathering and loading of eligible debris shall be performed
during visible daylight hours only. Hauling of eligible debris to the TDSRS' s will be
allowed during visible daylight hours only between dawn and dusk. The CONTRACTOR
may work during these hours seven (7) days per week including holidays. It is understood
between the parties that at the TDSRS's, debris reduction may take place twenty-four
(24) hours, seven (7) days per week if the CONTRACTOR deems it necessary and safe.
The CONTRACTOR shall be responsible for obtaining sites to stage equipment, such as
trucks, while not in use.
White Goods
The CONTRACTOR may expect to encounter white goods available for disposal. White
goods will constitute household appliances as defined in the Florida Administrative Code.
The CONTRACTOR shall dispose of all white goods encountered in accordance with
applicable Federal, State and local laws.
Any white goods that may contain Freon, such as refrigerators, freezers, or air
conditioners, shall have the Freon removed by the CONTRACTOR in accordance to
applicable regulatory requirements.
4
SCOPE OF SERVICES TWO-
TECHNICAL DISASTER RECOVERY ASSISTANCE
ITEM I: PROGRAM MANAGEMENT ASSISTANCE
SEE NOTE (1)
1. PUBLIC ASSISTANCE PROGRAM
a) Damage Survey Reoort mSR) or Project Worksheet (PW)
i) Official DSRlPW requests - Assist CITY personnel in the following:
a) Identification of expenditures eligible for reimbursement
b) Submission of official "request for DSR inspection"
ii) Local government representation on DSRlPW team - Train and assist CITY
personnel to accomplish the following:
a) Identification of eligible items for reimbursement
b) Review ofDSRlPW for accurate scope of work
c) Review of DSRlPW for accurate unit costs
iii) Recovery process documentation - Assist CITY personnel in the following:
a) Creation of recovery process documentation plan
b) Maintenance of documentation of recovery process
iv) Force account labor vs. contract labor
a) Recommendations to government officials on need to contract or utilize
force account labor
v) Recovery process oversight
a) Recommendation to government officials on need to contract for
project management for projects requiring intense oversight
b) DSRlPW tracking through State and Federal process
c) Written and oral status reports to government officials
b) Documentation Supoort
i) Review of records system for applicability to Federal and State requirements
ii) Orientation and training ofDepartmentlDivision Heads on requirements for
quality and quantity of required documentation
iii) Assist in selection of "Clerk of Records" and provide detailed training for
documentation
iv) Review documentation for accuracy and quantity
v) Assist in preparation of claim documentation
c) Consultation and negotiation services
i) Recommendations to government officials on plans of action
ii) Provide guidance to government officials on issues involving Federal and State
reimbursement
iii) Assist CITY officials in negotiations with Federal and State officials
d) Other re,presentations as may be reauested / required
NOTE (1): This is the concept of complete recovery management support where Grubbs Emergency
Services, Inc. would assist an applicant on all aspects of the recovery process. Grubbs Emergency Services,
Inc. personnel cannot assume the Sovereign Duties of the CITY officials, therefore these services shall be in
the form of guidance and consultation.
5
AGREEMENT FOR DISASTER RECOVERY SERVICES
Attachment 2
The following is a listing of costs for technical services and/or tasks to be provided by
CONTRACTOR to CITY upon issuance to the CONTRACTOR of a Notice-to-Proceed.
Costs denoted by a dollar amount represent a unit cost for materials or an hourly rate for
personnel and equipment services. Costs denoted by a unit price denote the cost per
cubic yard to provide the appropriate services of debris removal.
CONTRACTOR INVOICING
The CONTRACTOR may invoice the CITY not more than once every Seven (7) days.
The payment request shall be filled out and signed by the CONTRACTOR covering the
work performed during the invoice period and supported by such data as the CITY may
reasonably require. The CITY shall, within fourteen (14) working days of receiving such
payment request, finalize review of documentation and make payment to
CONTRACTOR. CONTRACTOR will be subject to audit by Federal, State, and local
agencies pursuant to audit requirements outlined in the Code of Federal Regulation, Title
44. Payment to the CONTRACTOR for services outlined in this Agreement shall not be
contingent on funding from any source.
COSTS FOR SCOPE OF SERVICES ONE -
DEBRIS REMOVAL
Measurement and Payment for Gathering, Pick-up, Hauling and Processing of
Debris from Public Property (Rights-of-way)
The CONTRACTOR will not be compensated for disposing of any material not defined
as eligible debris. The CONTRACTOR and CITY will inspect each load to verify that the
contents are in accordance with the accepted definition of eligible debris. If any load is
determined to contain material that does not conform to the definition of eligible debris,
the load will be ordered to be deposited at another landfill or receiving facility. No
payment will be allowed for that load, and the CONTRACTOR will not invoice the
CITY for such loads. For each suitable load picked up, hauled, and processed, a record of
the cubic yards will be recorded by the CONTRACTOR and CITY numbered tickets
supplied by the CONTRACTOR. Copies of each load record will be available to the
CONTRACTOR and the CITY's designee on site. Each invoice shall contain verification
of each cubic yardage load ticket and also contain a summary sheet indicating, by day,
the individual verified load receipt and invoice amounts. The CITY may temporarily
remove any disputed amount line items in the bill from the invoice for review. Disposal
tickets disputed will be returned to the CONTRACTOR within five (5) working days of
invoice date for additional clarification prior to payment of those tickets.
The CONTRACTOR shall receive Twenty Dollars and 00/100 ($20.00) per cubic yard
for debris removal from public property (Rights of Way).
1
The CONTRACTOR shall receive Twenty Dollars and 00/100 ($20.00) per cubic yard
for debris removal from public property (Rights of Way).
This cost is Fifteen Dollars and 00/100 ($15.00) per cubic yard that is picked up and
hauled to a temporary debris storage- ana-reduction site (TDSRS) by the CONTRACTOR.
This.cost also includes a Five Dollars and 001100 ($5.00) per cubic yard charge for
processing (grinding or burning) @f debris that is deposited at the temporary debris
storage and reduction site (TDSRS) by the CONTRACTOR.
The two aforementioned costs are invoiced together to equate to the Twenty Dollars and
001100 ($20.00) per cubic yard for simplicity and adequate tracking of debris hauled by
the CONTRACTOR to the TDSRS.
All debris hauled to the TDSRS by any other parties (such as residents) and processed
(reduced) by the CONTRACTOR shall be invoiced at Five Dollars and 00/100 ($5.00)
per cubic yard.
Debris Disposal
For each suitable load disposed of by the CONTRACTOR in county, the
CONTRACTOR will receive Five Dollars and 00/100 ($5.00) per cubic yard.
If the CONTRACTOR is required to dispose of material outside of the county, the cost
will be negotiated at the time of the event to provide the COUNTY with the best price for
operations.
Disposal costs (Tipping Fees) shall be invoiced to the COUNTY by the CONTRACTOR
based on the MIAMI-DADE COUNTY Landfill's actual current tipping fee, regardless
of final disposal location, at the time of disposal. This reference of cost does not
preclude the CONTRACTOR from utilizing alternative disposal sites as agreed by both
parties (See Attachment 1, Page 5, Debris Disposal, of this Agreement).
White Goods
The CONTRACTOR will receive Twenty Dollars and 001100 ($20.00) per cubic yard for
pick-up and haul of white goods from public property (Rights -{)f- way).
For each suitable load of white goods disposed of by the CONTRACTOR in county, the
CONTRACTOR will receive Five Dollars and 00/100 ($5.00) per cubic yard. If the
CONTRACTOR is required to dispose of white goods outside of the county, the cost will
be negotiated at the time of the event to provide the COUNTY with the best price for
operations.
The cost for disposal of material generated from demolition operations will be negotiated
at the time of event based on distance of haul and tipping fees to provide the CITY with
reasonable cost. The cost will be negotiated by the ton.
Site Remediation
TDSRS site reclamation will be negotiated at the time of the event.
Measurement and Payment for Emergency Road Clearance, Demolition of
Structures, Debris Removal from Private Property, and Special Considerations on
Public Property
Measurement of these services utilizing other than an hourly rate is difficult at best and
would potentially lend itself to unnecessary disputes. Therefore, the CITY and the
CONTRACTOR agree that the CONTRACTOR shall invoice the CITY utilizing the
hourly rates listed in Attachment 3 to this Agreement. A not-to-exceed amount shall be
placed upon any specific work performed at an hourly rate.
The CITY and the CONTRACTOR shall have inspectors in the field with each work
crew to monitor, record, and sign timesheets for the actual times worked for each piece of
equipment and crew member present at a particular work site. These signed records shall
be the basis for the CONTRACTOR's invoice to the CITY.
Hazardous Stumps
The removal and hauling of hazardous stumps is a unique process requiring specialized
equipment. As such, this process requires unique documentation and costing. The CITY
and CONTRACTOR will measure each stump three (3) feet above normal ground level,
to determine the diameter of the trunk. Once the diameter is established, the stump will
be physically removed by the best means available. The stump will be photo documented
by the CITY and recorded on a specific stump log provided by the CONTRACTOR.
The CONTRACTOR shall invoice the CITY for hazardous stump and root removal and
hauling to the TDSRS utilizing the following categories:
Up to but less 6 inch diameter-
6 inch diameter and up, but less than 12 inches-
12 inch diameter and up, but less than 24 inches-
24 inch diameter and up, but less than 48 inches-
Equal to or greater than 48 inch diameter-
$ 250.00 per stump
$ 500.00 per stump
$1,000.00 per stump
$1,500.00 per stump
$2,000.00 per stump
Fill Dirt
3
The CONTRACTOR shall invoice the CITY market price for acquiring back-fill material
to level holes that pose immediate threats to the life, health and safety of the community.
The fill will be quantified by the cubic yard.
Placement of the back-fill material will be invoiced utilizing the hourly rates listed in
Attachment 3 of this Agreement.
Sand Screening
The CONTRACTOR shall invoice the CITY Ten Dollars and 00/100 ($10.00) per cubic
yard of sand screened, to remove eligible debris deposited by and Event. This cost
includes pick-up of debris laden sand, hauling to processing screen located on the beach,
processing the sand through the screen and returning clean sand to the beach as directed
by the CITY. Debris removed from sand will be picked-up, hauled and processed
utilizing the costs located above for Debris Removal from Public Property (Rights-of-
way).
COSTS FOR SCOPE OF SERVICES TWO -
TECHNICAL DISASTER RECOVERY ASSISTANCE
ITEM I:
PROGRAM MANAGEMENT ASSISTANCE
All costs associated with this service are included in the costs listed above. There will be
no additional cost for this service.
4
'.~-
AGREEMENT FOR DISASTER RECOVERY SERVICES
Attachment 3
Hourly rates to be applied to Services as referenced in Attachment 2 of this Agreement
Equipment I Personnel Unit Unit Price
Traffic Control Personnel Hour $31.00
Laborer Hour $31.00
Survev Person wI Truck Hour $31.00
Insoector wI Vehicle Hour $31 .00
Ooerator wI Chainsaw Hour $35.00
Safety Man Hour $40.00
Foreman with truck Hour $55.00
Suoerintendant with Truck Hour $65.00
- Climber w/Gear Hour $95.00
5-14 CY Dumo Truck Hour S60.00
Tractor wI Boxblade Hour $50.00
Bobcat Loader Hour $60.00
T ransoorts Hour $90.00
Rubber-Tired Backhoe Hour S90.00
15-24 CY Dumo Trucks Hour $85.00
25-34 CY Dumo Trucks Hour $95.00
35-44 CY Dumo Trucks Hour $100.00
45-54 CY Dumo Trucks Hour $105.00
55-64 CY Dumo Trucks Hour $110.00
65-74 CY Dumo Trucks Hour $115.00
I
I 75 + CY Dumo Trucks Hour $135.00
I
I
I Trackhoe 690 J.D. Hour $120.00
1~
1115 South Main Street
Brooksville, Florida 34601
Ga#
Voice (352) 796-1912
Fax (352) 796-5358
EMERGENCY SERVICES, INC.
1-888-GRUBBS-1
Additional Services
Grubbs Emergency Services, Inc. offers the following services at no cost to the City of Miami
Beach.
~r._ ;:
f
........ ..
a. Aircraft Services - Use of corporate helicopters (2) for damage assessments, transport of
essential City personnel in the event of a major impact to infrastructure, and movement of
operators and personnel to critical areas. Also, use of corporate jet in the event of a
critical transport situation.
b. Mobile Command Unit - Use of mobile command unit (2) for debris management
activities. If EOC is affected, the mobile command unit can serve as a back up, even
during non-hurricane situations
c. Full Day Training Seminar - Grubbs Emergency Services, Inc. will provide a training
seminar for all pertinent employees. This seminar will serve as an orientation of the
Public Assistance Program and Debris Management Guidelines. The role and
responsibility of the City of Miami Beach and Grubbs Emergency Services will be
discussed in detail to provide continuity in the event of a natural disaster.
d. Debris planning efforts - Grubbs Emergency Services, Inc. will assist in all debris
planning efforts as requested by the City of Miami Beach. These planning efforts shall
include but not be limited to development of a debris ,management plan, identification of
adequate temporary debris storage and reduction sites, estimation of debris quantities,
and emergency action plans for debris clearance immediately following event.
,'"")
1115 South Main Street
Brooksville, Florida 34601
Voice (352) 796-1912
Fax (352) 796-5358
EMERGENCY SERVICES, INC.
1-888-GRUBBS-1
Overview of Services
Grubbs Emergency Services provides a package of disaster recovery services utilizing their
own personnel (with supplementation by subcontract forces if required). Those recovery
services for overall management, accountability, and documentation processes in all facets
debris removal, and for many years were not offered by any other private entity in this form.
Grubbs Emergency Services has offered the services listed below, even individually, with
success and acceptance of Federal, State, and local governments.
The services provided within this package included:
1 ) Total Storm Debris Management
a) Advance Management Team deployment to contracted municipalities prior to
impact of the storm, to establish priorities and coordination of asset pre-
deployment.
b) Pre-event mobilization of equipment to a staging area outside the potential
impact area. This guarantees a minimal response time of our assets to the
municipalities affected areas.
c) Advance Management Team re-deployment to the contracted municipality
immediately post event to coordinate asset deployment to affected areas.
d) Utilization of one or both of the company's corporate helicopters by both, our
advance management team and municipality officials, for preliminary damage
assessment/verification. There is no additional cost to the municipality for this
service (it aids both of our organizations in determining the impact and
requirements of recovery).
e) Supplementation and potential relieving of your force account labor to
accomplish emergency road clearance.
f) Pick-up and hauling of debris from the Public Rights-of-Way to temporary debris
staging sites utilizing specialized debris removal equipment. There are a few of
companies that have some, but not all, of the equipment Grubbs utilizes, but
using the right tool for the job, in other words, proper management of these
assets can make the difference between a successful recovery effort and chaos.
g) Proper establishment, management and operation of temporary debris staging
and reduction sites.
h) Segregation of debris into the five, federally accepted, classifications of debris
(vegetative, construction and demolition, recyclable materials, white goods, and
hazardous and/or toxic wastes).
i)
.~ j)
'-:.....
k)
I)
m)
Reduction of debris by compacting, grinding, chipping, and or air-curtain burning.
Transportation and final disposal of debris from the temporary sites to an
approved/licensed/permitted facility.
Remediation of temporary sites to their pre-storm condition.
Contract closeouts to ensure maximum possible data capture to ensure the
municipality's reimbursement potential from federal and state sources.
Primary coordination and oversight of all debris operations within the municipality
to include, with your concurrence, force account labor.
The above package of services has been included in all of the contracts, both pre-event and
post event, with Grubbs clients that we have performed disaster recovery services for over the
past years.
With the capability to provide, in-house, all of the above services, within only hours of an event
and the experience and reputation of Grubbs Emergency Services in the disaster recovery
industry, all clients will receive a rapid response and a quality driven recovery process. More
importantly, the time it takes for citizens' lives to return to normal will be reduced exponentially.
. ,
~
...~~