Loading...
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. . , ~ ...~~