Loading...
PSA with D&J of Alabama, Inc. goil" 3436 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND D & J OF ALABAMA, INC, FOR DISASTER RECOVERY SERVICES (CO-SECONDARY CONTRACTOR), PURSUANT TO • RFP 2018-002-JC This Professional Services Agreement ,(Agreement) is entered into this (O day of - 6vac"y , 20 6 , between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation organized andexisting under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 (the City), D & J OF ALABAMA, INC, an Alabama corporation, whose address is 3495 Lee Road 10, Auburn, AL 36832 (CONTRACTOR). SECTION 1 DEFINITIONS - Agreement: This Agreement between the City and CONTRACTOR, including any exhibits and amendments thereto. City Manager: The chief administrative officer of the City. City Manager's Designee: The City staff member who is designated by the City Manager to administer this Agreement on behalf of the City. The City Manager's designee shall be the Public Works Department Director. Contractor: For the purposes of this Agreement, CONTRACTOR shall be deemed to be an independent contractor, and not an agent or employee of the City. Services: All services, work and actions by the CONTRACTOR performed or undertaken pursuant to the Agreement. Fee: Amount paid to the CONTRACTOR as compensation for Services. Proposal Documents: Proposal Documents shall mean City of Miami Beach RFP No. 2018.002- JC for DISASTER RECOVERY SERVICES, together with all amendments thereto, issued by the City in contemplation of this Agreement, RFP, and the CONTRACTOR's proposal in response thereto (Proposal), all of which are hereby incorporated and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the following order of precedent shall prevail: this Agreement; the RFP; and the Proposal. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139; telephone number (305) 673-7000, Ext. 6435; and fax number(305) 673-7023. 1i • SCOPE OF SERVICES • 2.1 CONTRACTOR shall serve as a CorSeconday Contractor, pursuant to the BAFO award, and shall provide the work and Services described in Exhibit"A" hereto (the Services). 2.2 In consideration of the Fee to be paid to CONTRACTOR by the City, CONTRACTOR shall provide the work and Services described in Exhibit"A" hereto (the Services). Although CONTRACTOR may be provided with a schedule of the available hours to provide its services, the City shall not control nor have the right to control the hours of the services performed by the CONTRACTOR; where the services are performed (although the City will provide CONTRACTOR with the appropriate location to perform the services); when the services are performed, including how many days a week the services are performed; how the . services are performed, or any other aspect of the actual manner and means of accomplishing the services provided. Notwithstanding the foregoing, all services provided by the CONTRACTOR shall be performed in accordance with the terms and conditions set forth in Exhibit "A" and to the reasonable satisfaction of the City Manager. If there are any questions regarding the services to be performed, CONTRACTOR should contact the following person: Roy Coley Public Works Director 1700 Convention Center Drive (305)673-7000 x7380 2.3 CONTRACTOR's Services, and any deliverables incident thereto, shall be completed in accordance with the Scope of Services attached hereto as Exhibit A. SECTION 3 TERM The term of this Agreement (Term) shall commence upon execution of this Agreement by all parties hereto, and shall have an initial term of THREE (3) YEARS with TWO (2) renewal options of one (1) year each, to be exercised at the City Manager's sole option and discretion, by providing CONTRACTOR with written notice of same no less than thirty(30) days prior to the expiration of the initial term. Notwithstanding the Term provided herein, CONTRACTOR' shall adhere to the Scope of Services for completion and delivery of the Services, attached hereto as Exhibit A. [Remainder of Page Intentionally Left Blank] SECTION 4 FEE 4.1 In consideration for performance of the services, the CONTRACTOR'S sole compensation shall be limited to Disaster Debris Eligible materials under FEMA and FHWA programmatic guidelines including but not limited to current FEMA PA Guides, and in accordance with the prices established in the BAFO Price Form, attached hereto as Exhibit C. If any load is determined to contain material other than Eligible Debris, the load will not be accepted, and the CONTRACTOR will not be paid for removing, hauling, disposing or • processing that load. If the City representative or City monitoring firm directs CONTRACTOR to remove and haul debris, in writing, as evidence by a load ticket (Load Ticket(s)), then CONTRACTOR will be paid for such service. In consideration of the Services to be provided, CONTRACTOR shall be awarded and compensated for all work through individual Consultant Service Orders (Exhibit "B") issued for a particular project, on a "Lump Sum" o r "Not to Exceed" fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, subject to negotiation. between City and Contractor, in accordance with the established BAFO Price Form, attached hereto as Exhibit C. Notwithstanding the preceding, the total fee paid to CONTRACTOR pursuant to this Agreement shall be subject to funds availability approved through the City's budgeting process. 4.2 Payment for work completed by the CONTRACTOR shall be invoiced on a monthly basis, commencing with the first day of the month following the first full month of service. (A) Invoices shall be based on verified and approved cubic yard/tonnage quantities from the daily operational reports and valid Load Tickets signed by the City's authorized representative. (B) Payment for verified and authorized work completed shall be made to the CONTRACTOR within forty-five (45) calendar days after the date on which a proper invoice is received by the City. (C) The CONTRACTOR shall invoice the City pursuant to the cost schedule, attached hereto as Exhibit "C". (D) Travel and per diem costs incurred by the CONTRACTOR, or any employees/subcontractors of the CONTRACTOR, during the term of this Contract shall be paid by the CONTRACTOR. The City will not pay any travel or per diem costs incurred by the CONTRACTOR. (E) Other than the rates described herein, the CONTRACTOR shall not be entitled to payment or expenses, fees or other costs incurred at any time and in any connection with performance of work under this Agreement, except for pass through tipping fees. (F) Any CONTRACTOR or subcontractor that is identified on the List of Parties Excluded from Federal Procurement and Non-procurement Programs shall not be authorized to r SECTION 4 FEE 4.1 In consideration for performance of the services, the CONTRACTOR'S sole compensation shall be limited to Disaster Debris Eligible materials under FEMA and FHWA programmatic guidelines including but not limited to current FEMA PA Guides, and in accordance with the prices established in the BAFO Price Form, attached hereto as Exhibit C. If any load is determined to contain material other than Eligible Debris, the load will not be accepted, and the CONTRACTOR will not be paid for removing, hauling, disposing or processing that load. If the City representative or City monitoring firm directs CONTRACTOR to remove and haul debris, in writing, as evidence by a load ticket (Load Ticket(s)), then CONTRACTOR will be paid for such service. In consideration of the Services to be provided, CONTRACTOR shall be awarded and compensated for all work through individual Consultant Service Orders (Exhibit "B") issued for a particular project, on a "Lump Sum" or "Not to Exceed" fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, subject to negotiation between City and Contractor, in accordance with the established BAFO Price Form, attached hereto as Exhibit C. Notwithstanding the preceding, the total fee paid to CONTRACTOR pursuant to this Agreement shall be subject to funds availability approved through the City's budgeting process. 4.2 Payment for work completed by the CONTRACTOR shall be invoiced on a monthly basis, commencing with the first day of the month following the first full month of service. (A) Invoices shall be based on verified and approved cubic yard/tonnage quantities from the daily operational reports and valid Load Tickets signed by the City's authorized representative. (B) Payment for verified and authorized work completed shall be made to the CONTRACTOR within forty-five (45) calendar days after the date on which a proper invoice is received by the City. (C) The CONTRACTOR shall invoice the City pursuant to the cost schedule, attached hereto as Exhibit "C". (D) Travel and per diem costs incurred by the CONTRACTOR, or any employees/subcontractors of the CONTRACTOR, during the term of this Contract shall be paid by the CONTRACTOR. The City will not pay any travel or per diem costs incurred by the CONTRACTOR. (E) Other than the rates described herein, the CONTRACTOR shall not be entitled to payment or expenses, fees or other costs incurred at any time and in any connection with performance of work under this Agreement, except for pass through tipping fees. (F) Any CONTRACTOR or subcontractor that is identified on the List of Parties Excluded from Federal Procurement and Non-procurement Programs shall not be authorized to perform services as outlined in the Scope of Service and the said CONTRACTOR/subcontractor shall not be paid for any services performed. perform services as outlined in the Scope of Service and the said CONTRACTOR/subcontractor shall not be paid for any services performed. 4.3 The CONTRACTOR shall be entitled to invoice the City for 90% of the line items, after work is completed, on a monthly basis (the first of each month). The remaining 10% will become due after all Eligible Debris is properly processed and disposed of at the final disposition site(s), the TDSRS final closure and remediation process is approved by the City, and the CONTRACTOR submits a proper, final invoice. Final payment shall be released to the CONTRACTOR upon approval by the City. 4.4 Any Reimbursable Expenses must be authorized, in advance, in writing, by the City Manager or corresponding Department's Director. Invoices or vouchers for Reimbursable Expenses shall be submitted to the corresponding Department's Director (along with any supporting receipts and other back-up material required to support the amount invoiced, and as requested by the corresponding Department's Director). CONTRACTOR shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Only actual amounts incurred and paid (requiring proof of payment) by the CONTRACTOR shall be invoiced, without any markups and/or additions. 4,5 INVOICING Upon receipt of an acceptable and approved invoice, payment(s) shall be made within forty-five (45) days for that portion (or those portions) of the Services satisfactorily rendered (and referenced in the particular invoice). Invoices shall include a detailed description of the Services (or portions thereof) provided, and shall be submitted to the City at the following address: Accounts Payable Division . Finance bepartment City of Miami Beach 1700 Convention Center Drive, 3rd Floor Miami Beach, FL 33139 SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the CONTRACTOR shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants, agreements, or stipulations material to this Agreement, the City, through its City Manager, shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the CONTRACTOR of its violation of the particular term(s) of this Agreement, and shall grant CONTRACTOR ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City may terminate this Agreement without further notice to CONTRACTOR. Upon termination, the City shall be fully discharged from anyand all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. Notwithstanding the above, the CONTRACTOR shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the CONTRACTOR. The City, at its sole option and discretion, shall be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the_City's right and remedies against CONTRACTOR. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. 5.2 TERMINATION FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO CONTRACTOR OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE CONTRACTOR OF SUCH NOTICE. ADDITIONALLY, IN THE EVENT OF A PUBLIC HEALTH, WELFARE OR SAFETY CONCERN, AS DETERMINED BY THE CITY MANAGER, IN THE CITY MANAGER'S SOLE DISCRETION, THE CITY MANAGER, PURSUANT TO A VERBAL OR WRITTEN NOTIFICATION TO CONTRACTOR, MAY IMMEDIATELY SUSPEND THE SERVICES UNDER THIS AGREEMENT FOR A TIME CERTAIN, OR IN THE ALTERNATIVE, TERMINATE THIS AGREEMENT ON A GIVEN DATE. IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY, CONTRACTOR SHALL BE PAID FOR ANY SERVICES SATISFACTORILY PERFORMED UP TO THE DATE OF TERMINATION; FOLLOWING WHICH THE CITY SHALL BE DISCHARGED FROM ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY VIRTUE OF, THIS AGREEMENT. 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement in the event the CONTRACTOR is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 5.2. SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.1 INDEMNIFICATION CONTRACTOR agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees, agents, and contractors, from and against any and all actions (whether at law or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to property, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the CONTRACTOR, its officers, employees, agents, contractors, or any other person or entity acting under CONTRACTOR's control or supervision, in connection with, related to, or as a result of the CONTRACTOR's performance of the Services pursuant to this Agreement. To that extent, the CONTRACTOR shall pay all such claims and losses and shall r ) pay all such 'costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The CONTRACTOR expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the CONTRACTOR shall in no way limit the CONTRACTOR's responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The parties agree that one percent (1%) of the total compensation to CONTRACTOR for performance of the Services under this.Agreement is the specific consideration from the City to the CONTRACTOR for the CONTRACTOR's indemnity agreement. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS The CONTRACTOR shall maintain and carry in full force during the Term, the following insurance: 1. CONTRACTOR General Liability, in the amount of$1,000,000; 2. CONTRACTOR Professional Liability, in the amount of$1,000,000; and 3. Workers Compensation & Employers Liability;as required pursuant to Florida Statutes. The insurance must be furnished by insurance companies authorized to do business in the State of Florida. All insurance policies must be issued by companies rated no less than "B+" as to management and not less than "Class VI" as to strength by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All of CONTRACTOR's certificates shall contain endorsements providing that written notice shall be given to the City at least thirty(30) days prior to termination, cancellation or reduction_in coverage in the policy. The insurance certificates for General Liability shall include the City as an additional insured and shall contain a waiver of subrogation endorsement. Original certificates of insurance must be submitted to the City's Risk Manager for approval (prior to any work and/or services commencing) and will be kept on file in the Office of the Risk Manager. The City shall have the right to obtain from the CONTRACTOR specimen copies of the insurance policies in the event that submitted certificates of insurance are inadequate to ascertain compliance with required coverage. The CONTRACTOR is also solely responsible for obtaining and submitting all-insurance • certificates for any sub-contractors. Compliance with the foregoing requirements shall not relieve the CONTRACTOR of the liabilities and obligations under this Section or under any other portion of this Agreement. The CONTRACTOR shall not commence any work and or services pursuant to this Agreement until all insurance required under this Section has been obtained and such insurance has been approved by the City's Risk Manager. SECTION 7 LITIGATION JURISDICTIONNENUE/JURY TRIAL WAIVER This Agreement shall be construed in accordance with the laws of?the State of Florida. This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Agreement, CONTRACTOR and the City expressly waive any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. SECTION 8 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action, for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the sum of $10,000. CONTRACTOR hereby expresses its willingness to enter into this Agreement with CONTRACTOR recovery from the City for any damage action for breach of contract to be limited to a maximum amount of$10,000. Accordingly, and notwithstanding any other term or condition of this Agreement, CONTRACTOR herebyagrees that the'City shall not be liable to the CONTRACTOR for damages in an amount in excess of$10,000 for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability, as set forth in Section,768.28, Florida Statutes. SECTION 9 DUTY OF CARE/COMPLIANCE WITH APPLICABLE LAWS/PATENT RIGHTS; COPYRIGHT; AND CONFIDENTIAL FINDINGS 9.1 DUTY OF CARE With respect to the performance of the work and/or service contemplated herein, CONTRACTOR shall exercise that degree of skill, care, efficiency and diligence normally exercised by reasonable persons and/or recognized professionals with respect to• the performance of corn parable,work and/or services. 9.2 COMPLIANCE WITH APPLICABLE LAWS In its performance of the work and/or services, CONTRACTOR shall comply with all applicable laws, ordinances, and regulations of the City, Miami-Dade County, the State of Florida, and the federal government, as applicable. • r 9.3 PATENT RIGHTS; COPYRIGHT; CONFIDENTIAL FINDINGS Any work product arising out of this Agreement, as well as all information specifications, processes, data and findings, are intended to be the property of the City and shall not otherwise be made public and/or disseminated by CONTRACTOR, without the prior written consent of the City Manager, excepting any information, records etc. which are required to be disclosed pursuant to Court Order and/or Florida Public Records Law. All reports, documents, articles, devices, and/or work produced in whole or in part under this Agreement are intended to be the sole and exclusive property of the City, and shall not be subject to any application for copyright or--patent by or on behalf of the CONTRACTOR or its employees or sub-contractors, without the prior written consent of the City Manager. SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS Upon reasonable verbal or written notice to CONTRACTOR, and at any time during normal business hours (i.e. 9AM — 5PM, Monday through Fridays, excluding nationally recognized holidays), and as often as the City Manager may, in his/her reasonable discretion and judgment, deem necessary, there shall be made available to the City Manager, and/or such representatives as the City Manager may deem to act on the City's behalf, to audit, examine, • and/ or inspect, any and all other documents and/or records relating to all matters covered by this Agreement. CONTRACTOR shall maintain any and all such records at its place of business at the address set forth in the "Notices" section of this Agreement. 10.2 [INTENTIONALLY DELETETD] 10.3 ASSIGNMENT, TRANSFER OR SUBCONSULTING CONTRACTOR shall not subcontract, assign, or transfer all or any portion of any work and/or service under this Agreement without the prior written consent of the City Manager, which consent, if given at all, shall be in the Manager's sole judgment and discretion. Neither this Agreement, nor any term or provision hereof, or right hereunder, shall be assignable unless as approved pursuant to this Section, and any attempt to make such assignment (unless approved) shall be void. 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Services, the CONTRACTOR shall file a State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes with the City's Procurement Division. 10.5 NO DISCRIMINATION In connection with the performance of the Services, the CONTRACTOR shall not exclude from participation in, deny the benefits of, or subject to discrimination anyone on the grounds of race, color, national origin, sex; age, disability, religion, income or family status. Additionally, CONTRACTOR shall comply fully with the City of Miami Beach Human Rights Ordinance, codified in Chapter 62 of the City Code, as may be amended from time to time, prohibiting discrimination in employment, housing, public accommodations, and public services on account of actual or perceived race, color, national origin, religion, sex, intersexuality, genderidentity, sexual orientation, marital and familial status, age, disability, ancestry, height, weight, domestic partner status, labor organization membership, familial situation, or political affiliation. 10.6 CONFLICT OF INTEREST CONTRACTOR herein agrees to adhere to and be governed by all applicable Miami-Dade County Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami-Dade County Code, as may be amended from time to time; and by the City of Miami Beach Charter and Code, as may be amended from time to time; both of which are incorporated by reference as if fully set forth herein. CONTRACTOR covenants that it presently has no interest and shall not acquire any interest, directly or indirectly, which could conflict in any manner or degree-with the performance of the Services. CONTRACTOR further covenants that in the performance of this Agreement, CONTRACTOR shall not employ any person having any such interest. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising therefrom. 10.7 CONTRACTOR'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW (A) CONTRACTOR shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. (B) The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or,other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. (C) Pursuant to Section 119.0701 of the Florida Statutes, if the CONTRACTOR meets the definition of"Contractor" as defined in Section 119.0701(1)(a), the CONTRACTOR shall: (1) Keep and maintain public records required by the City to perform the service; (2) Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if the CONTRACTOR does not transfer the records to the City; (4) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the CONTRACTOR or keep and maintain public records required by the City to perform the service. If the CONTRACTOR transfers all public records to the City upon completion of the Agreement, the CONTRACTOR shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the CONTRACTOR keeps and maintains public records upon completion of the Agreement, the CONTRACTOR shall meet all applicable-\requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. (D) REQUEST FOR RECORDS; NONCOMPLIANCE. (1) A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the CONTRACTOR of the request, and the CONTRACTOR must provide the records to the City or allow • the records to be inspected or copied within a reasonable time. (2) CONTRACTOR's failure to comply with the City's request for records shall constitute a breach of this Agreement, and the City, at its sole discretion, may: (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Agreement; and/or (3) avail itself of any available remedies at law or in equity. (3) A CONTRACTOR who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. (E) CIVIL ACTION. , (1) If a civil action is filed against a CONTRACTOR to compel production of public records.relating to the City's contract for services, the court shall assess and award against the CONTRACTOR the reasonable costs of enforcement, including reasonable attorney fees, if: a. The court determines that the CONTRACTOR unlawfully refused to comply with the public records request within a reasonable time; and b. At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including 'a statement that the CONTRACTOR has not complied with the request, to the City and to the CONTRACTOR. (2) A notice complies.with subparagraph (1)(b) if it is sent to the City's custodian of public records and to the CONTRACTOR at the CONTRACTOR's address listed on its contract with the City or to the CONTRACTOR's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. (3) A CONTRACTOR who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. (F) IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK : - 1700 CONVENTION CENTER DRIVE MIAMI BEACH; FLORIDA 33139 E-MAIL: RAFAELGRANADOMIAMIBEACHFLGOV PHONE: 305-673-7411 SECTION 11 NOTICES All notices and communications in writing required or permitted hereunder, shall be delivered personally to the representatives of the CONTRACTOR and the City listed below or may be mailed by U.S. Certified Mail, return receipt requested, postage prepaid, or by a nationally • recognized overnight delivery service. Until changed by notice, in writing, all such notices and communications shall be addressed as follows: - TO CONTRACTOR: D & J OF ALABAMA, INC 3495 Lee Road 10 Auburn, AL 36832 Attn: William Liveoak • 'TO CITY: City Manager's Office City of Miami Beach 1700 Convention Center Drive, 4th Floor Miami Beach, FL 33139 Attn: Jimmy L Morales, City Manager WITH A COPY TO: City of Miami Beach, Public Works Department 1700 Convention Center Drive Miami Beach, FL 33139 Attn: Roy Coley, Public Works Director • Notice may also be provided to any other address designated by the party to receive notice if such alternate address is provided via U.S. certified mail, return receipt requested, handdelivered, or by overnight delivery. In the event an alternate notice address is properly provided, notice shall be sent to such alternate address in addition to any other address which notice would otherwise be sent, unless other delivery instruction as specifically provided for by the party entitled to notice. Notice shall be deemed given on the date of an acknowledged receipt, or, in all other cases, on the date of receipt or refusal. i . SECTION 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS This Agreement cannot be modified or amended without the express written consent of the parties. No modification, amendment, or alteration of theterms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 12.2 SEVERABILITY If any term or provision of this Agreement is held invalid or unenforceable, the remainder of this Agreement shall not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 12.3 ENTIRETY OF AGREEMENT The City and CONTRACTOR agree that this is the entire Agreement between the parties. This Agreement supersedes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein, and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. 12.4 NON-EXCLUSIVITY Contractor acknowledges and agrees that, as a Co-Secondary Contractor, this Contract and the award of any work hereunder,i is non-exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the City (either as a co-primary contractor or as secondary contractors). .No Purchase Order shall be issued to Contractor, and no work or Services shall be authorized under this Agreement, except at City's sole discretion. Contractor shall have no entitlement to perform any services hereunder, or to be compensated for any Services, unless set forth in a written Purchase Order. [Remainder of Page Intentionally Left Blank] IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI BEACH, FLORIDA ATTEST: By: 7 City Clerk ������ Mayor .�v Uy B. ' �� .. . Date: t`'�. 4 • � .� INCORP ORATED: FOR CONTRACTOR: ,' D.•��, ALABAMA, INC ATTEST. , 2b By P . ���4,31 2j41' -rint ' me and Ti - Print Name and Title a\ea e 414 Date: APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION ° City Attorney ( ,p. Date 7 • EXHIBIT A SCOPE OF SERVICES C3.TECHNICAL SPECIFICATIONS 3.1 Minimum Staffing Requirements. Proposers must familiarize themselves with City's Debris Management Plan (to be provided at pre-proposal conference), including but not limited to the City's division of its geographic area into,16 work zones. The Contractor must be able to expand or contract operations based, on the size and nature of the disaster and in consultation with the City. However, the contractor must, within 48 hours of written authorization to proceed by the City, deploy no less than one(1)full debris removal crew in each of the 16 zones, capable of removing a minimum of 200 yards per day to the TDSR (see current FEMA guidance on debris removal crew and equipment makeup). Contractor must provide all labor, equipment and materials required to complete any tasks under this contract. 3.2 Debris Removal and Management. Contractor shall be responsible for the removal and proper management of disaster-related debris posing a threat to life or property. Contractor shall proceed under individual work authorizations approved by the City.Work shall be limited to eligible debris within the scope of work as defined by the RFP and by relevant FEMA guidelines and regulations. 3.3 Supervision by Successful Proposer. Under the general oversight of the City, Contractor shall supervise and direct all of its work, workers, subcontractors, and equipment. Contractor is solely responsible for the means, methods, techniques, sequences, safety programs, and procedures utilized. Contractor shall employ and maintain on the work sites a qualified Supervisor(s)who shall havefullauthority to act on behalf of Contractor, and all communications given to the supervisor in writing by the City shall be as binding as if given to Contractor. 3.4 Technical Assistance. Contractor shall provide disaster recovery technical assistance to City's Administration. This service shall include debris documentation and management for the FEMA public assistance program, including planning, training, and exercise development. 3.5 Quality.Assurance. Contractor shall provide sufficient supervision and programmatic controls to ensure compliance with procedural and regulatory standards established by FEMA, State of Florida,and the City of Miami Beach. 3.6 Emergency Road Clearance. Contractor shall accomplish the cutting, tossing, and/or pushing of debris, hanging limbs, or leaning trees from primary roads as identified and directed by the City. The debris shall be stacked on the right-of-way to allow passage of vehicles along the primary transportation routes. To the extent permissible under controlling FEMA debris monitoring guidelines,this work shall be accomplished using the hourly labor and equipment rates provided in the Cost Proposal of this RFP. 3.7 Operation of Temporary Debris Storage and Reduction Sites ("TDSR"). The City currently has one site approved for use as a TDSR, which is located at 2800 Meridian Avenue; Miami ' I Beach, FL 33139. In the event an additional TDSR is required, the City of Miami Beach will coordinate site establishment and permitting activities. The Meridian Avenue site is currently permitted for use as a green waste facility. The Florida Department of Environmental Protection (DEP) has approved its use as a TDSR in prior tropical storms and hurricanes. The City makes available any TDSR site to the Contractor at no lease/rent charge; however,the Contractor is responsible for all TDSR operations (including development, preparation and maintenance of the site during debris operations, including maintaining daily logs, preparing site progress reports., and enforcing safety and permitting requirements during site operations) and Contractor shall be responsible for site closure to pre-use conditions in accordance with DEP requirements. Contractor's TDSR site development, preparation and facilities maintenance includes installation of entry and exit • roads, and interior road(s), placement of temporary facilities such as office space,towers, security and traffic control devices for the entire period of debris operations through site restoration. . If necessary, Contractor shall provide for gravel/lime rock placement for TDSR roads that require stabilization for ingress and egress and all other site developments in accordance with the attached unit cost bid breakdown. Payment for Contractor's operation, management, restoration and closure of TDSR shall be a per-cubic-yard price based on the volume of unprocessed vegetative and C&D debris entering the TDSR. 3.8 Vegetative Debris Removal from Rights-of-Way(ROW)to TDSR within City Limits. As directed by the City, Contractor shall load and haul all eligible vegetative debris from City owned properties and public ROW to a TDSR within the City limits (see information above regarding approved and potential TDSR locations). This includes fallen tree and limb debris that is located on public property and ROW as well as hazardous limbs and trees removed by the Proposer under pay items below and placed on public property or ROW.,Payment shall be on a per cubic yard basis. 3.9 Reduction of Vegetative Debris by Grinding at TDSR. The Contractor may, at City's option, be required to reduce vegetative debris by grinding. Price shall be on a per cubic yard basis(volume prior to reduction). 3.10 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade Central Transfer Station. Contractor may, at City's option, be required under this line item to load and haul vegetative debris that has been reduced by grinding at the TDSR to the Miami-Dade Central Transfer Station located at 1150 NW 20th Street in the City of Miami, or other approved location. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.11 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade North Dade Landfill. Contractor may, at City's option, be required under this line item to load and haul vegetative debris that has been reduced by grinding at the TDSR to the Miami-Dade North Dade Landfill located at 21500 NW 47 Avenue, Miami, FL 33055 in the City of Miami, or other approved location. Price for this line item shall not include tipping ordisposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.12 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade Resource Recovery Center. Contractor may, at City's option, be required under this line item to load and haul vegetative debris that has been reduced by grinding at the TDSR to the Miami-Dade Resource Recovery Center located at 6990 NW 97th Ave, Doral, FL or other approved location. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. • 3.13 Vegetative Debris Removal from Rights-of-Way(ROW)directly to Final Disposal Location. As directed by the City, and if a TDSR is not utilized, Contractor shall load and'haul all eligible vegetative 1 i debris from ROW to final disposal to the facilities identified or other approved location(s). Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.14 Removal of Hazardous Stumps. Contractor shall remove hazardous stumps as identified and directed by the City. Stumps must measure greater than 24" in diameter (measured 2 feet from the ground). Stump removal shall include backfilling the void with appropriate fill material and hauling the stumps to the TDSR. Payment is for stump removal and backfill only. For hauling purposes, stumps will be converted to cubic yards measurement per current FEMA debris management guidelines and hauled under appropriate line items for vegetative debris. For reduction and disposal purposes, stumps will be considered vegetative debris and handled as such under separate line items. 3.15 Removal of Hazardous Hanging Limbs. Contractor shall remove hazardous hanging limbs over 2" in diameter(measured as close as possible to the break) from trees on public property and ROW, as identified by the City. The City must identify and approve trees with eligible hazardous limbs prior to removal by the Proposer in order for this work to be eligible for payment. Limbs shall be cut as close as possible to the first healthy lateral limb or trunk to preserve the health of the tree and avoid future hazardous conditions. Hazardous limbs shall be removed and placed on public property or ROW for pickup. Payment for this item shall be per tree. Payment for hauling, reduction and disposal of the hazardous limbs removed and placed on ROW will be handled separately under appropriate line items for loading, hauling, reduction and disposal of vegetative debris. 3.16 Removal of Hazardous Trees. Contractor shall remove hazardous leaning trees (leaners) 6" or greater in diameter(measured 54" aboveground) from public property and ROW, as identified by the City. Disaster damaged trees leaning more than 30 degrees from vertical and trees with more than 50% of the canopy damaged shall be considered hazardous trees. Hazardous trees shall be removed and placed on public property or ROW for pickup, removal and disposal under appropriate line items. The City must identify hazardous trees prior to removal to be eligible for payment. Payment for this item shall be on a per tree basis. In the event that the root ball of an eligible hazardous tree is more than 50% exposed, the removal, disposal and backfill of the stump will be performed and paid under the line item for Removal of Hazardous Stumps upon approval by City. 3.17 C &D Debris Removal from Rights-of-Way(ROW)to TDSR within City Limits. As directed by the City, Contractor shall load and haul all eligible construction and demolition debris from ROW to a TDSR within the City limits (see information above regarding approved and potential TDSR locations). 3.18 C&D Removal from TDSR to Final Disposal Locations. As directed by the City, Contractor shall load and haul all eligible C & D debris from ROW to final disposal to the facilities identified in line items 4 — 6. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.19 C & D Removal from Rights-of-Way(ROW)directly to Final Disposal Locations. As directed by the City, Contractor shall load and haul all eligible C & D debris from ROW to final disposal to the facilities identified in line items 4 — 6. Price-for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.20 Sand Removal,Screening and Replacement(Beach Renourishment). As directed by the City, Contractor shall screen sand to remove all eligible debris deposited by the event. This process includes the collection of debris laden sand,transporting the sand to the processing screen located in the beach, processing the debris-laden sand through the screen and returning the sand to the appropriate beach 1 location as directed by City. Debris removed from the sand will be collected,hauled,and processed as ROW debris. 3.21 White Goods Requiring Freon Removal. • Contractor shall remove,transport, and recycle(or dispose of, at Contractor's discretion)all white goods that contain or use Freon, including but not limited to refrigerators, freezers, HVAC units, etc., from public property and ROW. Contractor.shall be responsible for any disposal costs. Payment under this item will be per unit. White goods not containing Freon shall be loaded and hauled under applicable line items for C&D debris removal. 3.22 Freon Removal. Contractor shall, as directed by the City, remove Freon from refrigerators, freezers, and HVAC units. Freon capture must be performed by a licensed technician. White goods may be transported to a storage area before decontamination as long as Freon is not released during the removal, hauling, or recycling. Payment under this item will be per each unit. 3.23 Hazardous Waste Removal and Transport. As directed by City,, Contractor shall remove and transport any Hazardous Waste identified by the City or its representative to the TDSR or other central collection site identified by the City. Contractor must follow all applicable local,state and federal laws and regulations in connection with this work. Nodisposal fee is to be included in this line item. To the extent practicable the Hazardous Waste will be segregated in the field and hauled in concentrated loads. Payment under this item will be per pound. 3.24 Removal, Hauling, and Disposal of Dead Animal Carcasses. The Contractor shall remove haul and dispose of dead animal carcasses as directed by the City. Disposal must be in accordance with federal,state,and local regulations. 3.25 Hauling Reduced Vegetative Debris to Alternative Sites. Contractor may, at City's option, be required under this line item to load and haul vegetative debris that has been reduced by grinding at TDSR to alternative disposal locations determined by the City. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. C4. HOURLY LABOR AND EQUIPMENT RATES Immediately following a disaster during the term of the contract, it may be necessary to perform emergency clearance of primary transportation routes as directed by the City. (Refer to City's Debris Management Plan.) Payment under this item, at City's option and subject to FEMA guidelines, may be on an hourly basis for manpower and equipment as listed in Group 6, Appendix E,.Cost Proposal Form, and in accordance with the submittal instructions therein. This hourly work will only be conducted through the first 70 hours following authorization to proceed and as agreed in writing pending the development of fixed fee/lump work scopes. EXHIBIT B CONSULTANT SERVICE ORDER Service Order No. for Consulting Services.. TO: D &J OF ALABAMA, INC PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Contractor for Disaster Recovery Services of the City of Miami Beach (RFP No. 2018-002-JC) you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original.Service Order Amount: $ Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date: $ City's Project Date Coordinator/Manager . Project Administrator- Date Contractor Date Assistant Director Project Administrator-Director Date I EXHIBIT C BAFO Price Form fSee next page] BAFO FORM (REVISED) Faifureto subtit..tie:BAFO Form, in its entirety and fully'execated; bythe deadline established for the receipt of proposals,will-result in.pro;gsal being deemed"non-responsive and being rejected. __ _ • Proposer affirms that the prices stated on the BAFO Form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms,conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance, cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The BAFO Form shall be completed mechanically or, if manually, in ink. BAFO Forms completed in pencihshall be deemed non- responsive, All corrections on the BAFO Form shall be initialed, ** PRICING FOR .EACH LINE ITEM OF GROUPS 1.6 SHALL BE BASED ON THE AMOUNT OF DEBRIS LIKELY GENERATED BY A CATEGORY 3 STORM EVENT, INFLICTED UPON THE CITY OF MIAMI BEACH. THE ESTIMATED QUANTITIES ARE BASED ON U.S. ARMY CORPS OF ENGINEERS MODEL, AND ARE BEING USED HEREIN FOR COMPARATIVE EVALUATION PURPOSES. i _ GROUP 1:- TDSR OPERATIONS: . ,���'w�, 2i uY}' �f 4.�' gym,, q,+3i\W Y .p.1i3! t tt '7 s -% t^s `=' t r'`�-,:f,at�. -�i'•!311E - tv-.ri : '� y-T *ke.G,�S,'4w7wt ,.,orA •:.'s i�.sw`3^ .`:._ •. , •C pCx itb A,! _- „V..'1r.., S. s'. .+- .,.;, J ) a,.7.' '4 :L 1. Operation of Temporary Debris Storage and Reduction Sites("TDSR") CY -875000 $ 0..75 $ 656 250,00 2. Furnishing and spreading suitable fill material (gravel base)for temporary roadway CY 600 $ 80.00 $ 48 000.00 3. Installing 8 foot chain link fence with wind 6000 screen with 20 foot entry gate(s), LF $ 30.00 $ 180 000,00 4. Installation of 4 foot protective chain link . • fence for interior site protection (trees, etc.) LF 200 $ 18.00 $ 3,600.00 5. Furnishing and installation of inspection tower -3 sites Per Tower 6 $ 8,500.00 $ 51 000.00 %: 'hs 7�+,;t.�1 iS:R }A'T . �� 'G.. . ^ ., „.b` y ,. ,. ., ...57_,a,,„...„.„. eaC F . „,,,,,..,1_. ,. ,„.„...7, 4�f b -., ,„„ ,___. _ 1 ` •' " „ "� "� 0 O',,rs8 41 7.0,' 71 • ' ). . "4"� � 4a,$ 938,850.00 4.v' o C c'r'y, .,' ir,74 t., .?: „. :a;.�`..t , .-, .n•lit,,,,,�''T',' '`.. ,-i.)C.:o-._ .. i. Z ,r;?,..� 3 i GROUP 2: VEGETATIVE DEBRIS MANAGEMENT: • ] >��FAR p:y-i4 G`.,�c:0 yG�; '' �" q>=s' a - 1T % �.,°',a-_ ' ., 's-rj • �" Q �',. '4 5 •G�,. ,�, n'•F ]d` s� a 6. Vegetative Debris Removal from Rights-of- Way to a TDSR within City Limits CY 225000 $ 10.85 $ 2,441,250.00 Reduction of Vegetative Debris by 7' Grinding at TDSR 4 to 1 reduction ratio CY 225000 $ 2.25 $ 506,250..00 8. Hauling Vegetative Debris Reduced by Grinding from TDSR to Up to 15 miles CY 18750 $ 5.25 $ 98 437.50 9' Hauling Vegetative Debris Reduced by Grindin• from TDSR to 15 to 25 miles CY 18750 $ 6.25 $ 117 187.50 Hauling Vegetative Debris Reduced by Grinding from TDSR to 25 to 40 miles 10. - CY 18750 $ 7.25 $ 135 937.50 Vegetative Debris Removal from Rights-of- 11. Wa ROW direct] to,U• to 15 miles CY 35000 $ 10.85 $ 379 750.00 j Vegetative Debris Removal from Rights-of- 12. Wa ROW direct) to 15 to 25 miles CY 35000 $ 11.85 $ 414,750.00 j 13. . Vegetative Debris Removal from Rights-of- Wa ROW direct( to 25 to 40 miles CY 35895 $ 12.85 $ 461,250.75 q_14,,,111% ' ny!3 T+,..d�b-j ,xY-,-- ,,,,,,,-..-4.•-4,N 13 .,,g, 'v.. it <� ",a,l'`7" ., '_ .z w'.�, '3 ,, 3:-_4,-A., 14. = • • • Removal of Hazardous Trees Greater than 12" Per Tree 19. to 24"diameter 75 $ 75.00 $ 5,625.00 ' Removal of Hazardous Trees Greater than 24" Per Tree • 20. to.36"diameter 50 $ 125.00 $ 6,250.00 Removal of Hazardous.Trees Greater than 36" Per Tree 21. to 48"diameter 15 $ 200.00 $ 3,000.00 Removal of Hazardous Trees Greater than 48" Per Tree 22. diameter 10 . $ 425.00 $ 4,250.00 i q�n s y� PIS �Cy *+a rr. ' y r �$ 4,773,938.25 P.'Yx!t4 1 �`i•a..,[S, .� � kY ��,_Y...�. '� - 'v; �3 '1�� � �r' •ern!.. �'.fJ GROUP 3: C&D DEBRIS MANAGEMENT: - • • -a7' e w Nqr ,' e ms a �• ".nt a$4 • 3 ipA � 2D5oft ''• r tq .•041443 >,s!-^.'w-. iI C& D Debris Removal from ROW 23. to a TDSR-within City Limits CY 650000 $ 10.85 $ 7,052,500.00 • C& D Debris Removal from 24. TDSR 20 to 30 miles CY 200000 $ 11.85 $ 2,370,000.00 • • C& D Debris Removal from • • 25. TDSR 30 to 40 miles CY 200000 $ 12:85 $ 2,570,000.00 C& b Debris Rerrioval from 2e. TDSR 40 to 50'miles CY 150000 . . $ 13.25 _ $ 1,987,500.00 C& D Debris Removal from 27. TDSR 50 to 60 miles CY 50000 $ 13.50 $ 675,000.00 C&D Debris Removal from 28. TDSR 60 to.70 miles •CY 50000 $ 14.90 $ 745,000.00 C& D Debris Removal from ROW 29. 20 to 30 miles CY 50000 $ 11.85 $ 592,500.00 C& D Debris Removal from ROW CY 30. 30 to 40 miles 25000 $ 12.85 . $ 321,250.00 C & D Debris Removal from ROW CY • 31. 40 to 50 miles 25000 $ 13.25 $ 331,250.00 C& D Debris Removal from ROW CY 32. 50 to 60 miles 12088 $ 13,50 $ 163,188.00 C& D Debris Removal from ROW CY 33. 60 to 70 miles 10000 . $ 14.90 $ 149,000:00 ZA • .. _ns. ._ ^ •"'"� 4 • " • ¢• 4 ROW, AS � $ 16,957,188.00 _a 5 GROUP 4: OTHER SERVICES�� Fs-' _ 7: e It1 • R •2' V4:^ ".. _ v "'+'r,$a„� �.r.n,t1” 1�, 17...--.7,47.,,:',',.:. �' ....*y � � ,/� �t'� �'i� `�-r- �r'Cr?` A ,W.,00, vrs•:." t':;�' >d'`, Sand removal, screening and replacement , 34. beach restoration CY 45000 16.00 $ 720 000,00 Loading and Hauling White Goods $ . 35. Re.uirin. Freon Removal Per Unit 4419 85.00 $ 375 615.00 36. Freon Removal b Qualified Technician Per Unit 4419 $ 35.00 $ 154 665.00 37. Hazardous Waste Removal and Trans.ort Per Pound 331425 8.00 $ 2 651 400.00 Removal, Hauling and Disposal of Dead $ 38. Animal Carcasses Per Pound 2209.5 5.00 $ 11 047.50 ' 39. Bulk Ice, Delivered Per Pound 12000 $ 3.00 $ 36 000.00 - 4-1.14;,,,.‘0.. , ,11 10t,, t WOk k W ©s i 6- 4 7.4*-:-;:-R' S4,,, , 4w �L k,.j' . W sem$ 3,948,727.50 • • GROUP 5: HAULING REDUCED VEGETATIVE DEBRIS TO ALTERNATIVE LOCATIONS r• N S' • � '� " d. = j t � ^i � Yly w- '-';'"'-'1,Z4:''' h N WA-, �4� � ''',,,4;',4:---- t4 4 �, ''.3.;%,.40•••'.'..s., •* ,,:e {• . yv . 3 .41,,,,,v4.,-1-,,„,,,v, �y�� ,„,,, yk .tSa IF q,,•:,:,5§,„ ', :,:, '3 A ' a 0 date te1,..: a•x � h IT _''kzf ^ y S� veil pR X .-D e'OS. Y,0, ,:,„,aqnr?Fa{.."C! ,.1c a"13 ,?.+Ka�tuC w. ;✓. - a',..: I.-,,-;` 4, E.,e > 5X.r.§e rx ., : „ �'',, ,,``":4.1...%4 ,?_ Greater than 40 Miles—50 Miles40. CY 18750 $ 6.25 $ 117,187,50 41. Greater than 50 Miles—60 Miles CY 18750 $ 7.25 $ 135,937.50 42. Greater than 60 Miles.—70 miles CY 18750 $ 8.25 $ 154,687.50 �vr,yr,�*-..akj 3.�7 s' ? r y,a, ➢9 3 '',N1: r Vial mL 4 'em, ea:....x� ,V-","--'1.2":4- .,...,-.7_,.)- a. ate¢ ..+�.�} r� .� `�' ,Y 9�i'"v�`,,a+�y -.'''..2;04., }fti x'r' 4e�;i -.. stk t, c,,, -• " f 't FSO !8 ® ',t x e d #4$ 407,812.50 w =i"'s 4- .y'. -i,*,,..,"..,. i;.M.4...4...�zr'`v,.'n r._ .A,•.,M ,:'k`'n.o.'t .. •`t .14, ,;• r 1 *SUBTOTAL COST FROM GROUPS 1-5 TO BE ENTERED BELOW: 1a4-t.^'^i, +,.; i `�'3,S `�. :"ad}'.. `Y ' s Sa•- 4. E'.p,-+. S *„ e �,.”. p !>•f z 7 t�. S�'� F+S,,,�i � a._ ��! Si � t "` z e„- �' � r'. � ,�' r P ;44," ` w, ellP. ,r=S S 4/3,1'''."—A-r 7wr -744.:-,,,244:4N...-.‘1.4,40%*4%.:".";-.4.-.;,$ 27,026,516.20 ;7 � b k r'r.e3f. >... a .r,:u ';t. . : ',; ,.. ,.., ,, A ; .. tz 6 1 GROUP 6: HOURLY LABOR AND EQUIPMENT RATES (*All equipment rates Include the cost of the operator,fuel,and maintenance.All labor rates include the cost of personal protective equipment,including but not limited to:hardhat,traffic safety vest,steel-toed shoes,gloves,leggings and protective eyewear.) MIC{.�''i'di: ',Y,�i^� u" E�"p+<§ ��:(;kt sw;i.R:.�1 Ws ,�_r _n q1 ..,.;..r $ ,x ""t' Yy.N .y._ f � y, '"'� FITIO �,TI AU �"14, d (' 11... �'_, , e', r®,fi r , ' 43. JD 544 Wheel Loader with debris grapple 70 $ 85.00 $ 5,950.00 44. JD 644 Wheel Loader with debris grapple 70 $ 90.00 $ 6,300.00 45. Extendaboom Forklift with debris grapple 70 $ 85.00 $ 5,950.00 46. 753 Bobcat Skid Steer Loader with debris grapple ' 70 $ 70.00 $ 4,900.00 47. 753 Bobcat Skid Steer Loader with bucket 70 $ 70,00 $ 4,900.00 48. 753 Bobcat Skid Steer Loader with street sweeper 70 $ 70.00 $ 4,900.00 49. 30-50 H Farm Tractor with box blade or rake 70 $ 65.00 $ 4,550.00 50. 2-2 Yz cu. yd. Articulated Loader with bucket 70 $ 85.00 $ 5,950.00 51. 3-4 cu. yd.Articulated Loader with bucket 70 $ 90.00 $ 6,300.00 (. 52. JD 648E Log Skidder or equivalent 70 $ 90.00 $ 6,300.00 53. CAT 04 Dozer 70 $ 75.00 $ 5,250.00 • 54.. CAT D5 Dozer 70 $ 85.00 $ 5,950.00 +. 55. CAT D6 Dozer 70 $ 100.00 $ 7,000.00 56. CAT D7 Dozer . 70 $ 125.00 - $ 8,750.00 57. CAT D8 Dozer 70 $ 185.00 $ 12,950.00 58. CAT 125-140 HP Motor Grader 70 $ 120.00 $ 8,400.00 59. JD 690 Trackhoe with.debris grapple 70 $ 120.00 $ 8,400.00 60. JD 690 Trackhoe with bucket and thumb 70 $ 120.00. $ 8,400.00 61. Rubber Tired Excavator with debris grapple 70 $ 11000 $ 7,700.00 62. JD 310 Rubber Tired Backhoe with bucket and hoe 70 $ 85.00 $ 5,950.00 63. 210 Prentiss Knuckleboom with debris grapple 70 $ 100.00 $ 7,000.00 64. CAT 623 Self-Loader Scraper 70 $ 100.00 $ 7,000.00 65. Hand-Fed Debris Chipper 70 $ 70.00 $ 4,900.00 • 66. 30 Ton Crane 70 $ 150.00 . $ 10,500.00 67. 50 Ton Crane 70 $ 200.00 $ 14,000.00 68. 100 Ton Crane 70 $ 400.00 $ 28,000.00 69. 40-60' Bucket Truck . 70 $ 175.00 $ 12,250.00. '70. Greater than 60' Bucket Truck 70 $ 250.00 $ 17.500.00 71. Fuel/Service Truck 70 $ 100.00 $ 7,000.00 72. Water Truck 70 $ 65.00 $ 4,550.00 73. Portable Light Plant 70 .$ 15.00 $ 1,050.00 74. Lowboy.Trailer with Tractor 70 $ 100.00 $ 7,000.00 75. Flatbed Truck 70 $ 75.00 ,$ 5,250.00 • • 7 76. Pick-up Truck(unmanned) 70 $ 40.00 $ 2,800.00 77. Self-Loading Dump Truck with debris grapple 70 $ 100.00 $ 7,000.00 78. Single Axle Dump Truck, 5-12 cu. yd. 70 $ 75.00 $ 5,250.00 79. Tandem Axle Dump Truck, 16-20 cu. yd. 70 $ 85.00 $ 5,950.00 v 80. Tandem Axle Dump Truck, 21 -30 cu. yd. 70 $ 95.00 $ 6,650.00 81. Tandem Axle Dump Truck, 31 --50 cu. yd. 70 $ 105.00 $ 7,350.00 82. Tandem Axle Dump Truck, 51 -80 cu. yd. 70 $ 120.00 $ 8,400.00 83. Chainsaw(without operator) 70 $ 45.00 $ 3.150.00 84. Temporary Office Trailer 70 $ 100.00 $ 7,000.00 85. Mobile Command and Communications Trailer 70 $ 100.00 $ 7,000.00 86. Laborer, with small hand tools 70 $ 40.00 $ 2,800.00 87. Skilled Sawman 70 $ 45:00 $ 3,150.00 88. Crew Foreman with cell phone 70 $ 80.00 $ 5,600.00 89. Tree Climber - 70 $ 50.00 _ $ 3,500.00 • 90. LF of Security Fencing 70 $ 25.00 $ 1,750.00 91. Ton of Crushed Stone Placed and Graded 70 $ 50.00 $ 3,500.00 92. Sand Screening Apparatus • 70 $ 100.00 $ 7,000.00 93. Traffic Control Devices 70 $ 100.00 $ 7,000.00 94. Temporary Light Tower 70 $ 15.00 $ 1,050.00 95. Site Security Systems(camera etc.) Ci'•� 70 $ 30.00 $ 2,100.00 KrF" � y 4:vor- "fS Y� aL,iT '''''44'n.;,4 4,7‘--5-4,01,„.,..,c,,,. Sry6 { � vM,4 � ,v,,,- 'ark.V �X, t StA '- @uS 00 0 y ' 4.,VP4 1: 0Stni f 4 •^ , . ;-.7...;-& -..., " ;;F -: ,4sAtizizt.Ore t . x^aI•j • *GRAND TOTAL COST FOR ALL GROUPS (1-6)TO BE ENTERED BELOW: { ..• 'k 74i: "7 �" '� ... ,w ....,...,,,t,-),,.0,44%* A r .Fr c g '' �3 ::5 .fir i n � 11: ted`' '1- ..a �iy. qui {•�`s .t� .�.,,�.4, _ �"+.fir. x� •�`�' ,,rris.,.y t,�,�jv�+-y" i � �.c�7��� ..Atk ,�„� x„w e g S Y S 27,385,266.20 .......�. . • ....._... Bidder's Affirinatiart:: _._. ..t - Company: D&J ENTERPRISES,INC. Authorized Representative: JASON SANDERS Address: 3495 LEE RD.10,AUBURN,AL 36832 Telephone: 334-821-1249 .. . Email: JASON@DJENTERPRISES.NET Authorized Representative's Signature: fl' 3G;,tr, p4 8 ATTACHMENT A RESOLUTION COMMISSION ITEMS AND COMMISSION 'MEMORANDUM i j 1 I d ! X RESOLUTION NO. 2018-30436 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, PURSUANT TO REQUEST FOR PROPOSALS (RFP)NO. 2018-002-JC, DISASTER RECOVERY SERVICES, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH THE FOLLOWING FOUR PROPOSERS: (I) CERES ENVIRONMENTAL SERVICES, INC., THE 1ST RANKED PROPOSER; (II) CROWDER-GULFJOINT VENTURE, INC., THE 2ND RANKED PROPOSER; (III) D & J, ENTERPRISES, INC. D/B/A D & J OF ALABAMA,; INC., THE 3RD RANKED PROPOSER; AND (IV) DRC EMERGENCY SERVICES, LLC, THE 4TH RANKED PROPOSER; AUTHORIZING THE CITY MANAGER TO SELECT THE TWO (2) PROPOSERS OFFERING THE BEST PRICING TO THE CITY, AS THE CO-PRIMARY CONTRACTORS, .AND THE REMAINING TWO (2) PROPOSERS AS THE CO-SECONDARY CONTRACTORS; AND, FURTHER,AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE THE FINAL AGREEMENTS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, in the event of an emergency, such as a hurricane, the City lacks sufficient resources to undertake debris recovery operations without additional resources; and WHEREAS, the City's current contract No. 27-11/12 for disaster recovery services expires on August 27, 2018; and WHEREAS, because disaster events often result in significant quantities of disaster debris, which can pose a threat to life and property, the City has decided to re-award, in advance of any disaster, a standby, pre-event contract for the removal, management, and disposal of disaster debris under the eligibility guidelines developed by the Federal Emergency Management Agency(FEMA); and WHEREAS, the Administration prepared, with the assistance of the City's disaster recovery consultant, Tidal Basin, a Request for. Proposals (RFP) 2018-002-JC to seek proposals from qualified contractors to provide disaster recovery services to the City in order to replace the expiring City contract; and WHEREAS, on March 7, 2018, the Mayor and City Commission approved the issuance of RFP No. 2018-002-JC, Disaster Recovery Services (the "RFP"),. which was issued on. March 12, 2018; and WHEREAS, the Procurement Department issued solicitation notices to 340' firms utilizing www.publicpurchase.com, and 107 prospective proposers accessed the advertised solicitation; and WHEREAS, a voluntary pre-proposal conference was held on April 4, 2018 to provide information to the proposers submitting a response; and WHEREAS, on May 7, 2018, the City Manager appointed the Evaluation Committee via LTC # 250-2018, which was comprised of Jay Fink, Assistant Director, Public Works Department; Omar Leon, Urban Forester, Environment and Sustainability Department; Juan. Mestas, Assistant Fire Chief, Fire Department; Adrian Morales, Director, Property Management Department; and Albert Zamora, Sanitation Director, Sanitation Division; and Services, LLC, the 3rd and 4th ranked proposers, respectively, as the secondary contractors; and WHEREAS, on July 25, 2018, after considering the City Manager's recommendation, pursuant to Request For Proposals (RFP) No. 2018-002-JC, Disaster Recovery Services, the Mayor and City Commission authorized the Administration to enter into negotiations with the following top-ranked proposers (when considering the factors associated with a category 3 hurricane): Ceres Environmental Services, Inc., the 1st ranked proposer, Crowder-Gulf Joint Venture,Inc., the 2nd ranked proposer,.D &J, Enterprises, Inc. d/b/a D & J of Alabama,.Inc., the 3rd ranked proposer, and DRC Emergency Services, LLC, the 4th ranked proposer, in order to determine the best price for the City, and further authorized the City Manager to select the two (2) proposers offering the best pricing, as the co-primary contractors, and the remaining two (2) proposers, as the co-secondary contractors. NOW, THEREFORE, BE IT DULY RESOLVED THAT BY THE MAYOR AND CITY COMMISSION OF THE CITY (OF MIAMI BEACH, FLORIDA, pursuant to Request for Proposals (RFP) No. 2018-002-JC, Disaster Recovery Services, hereby authorize the Administration to enter into negotiations with the following proposers: (i) Ceres Environmental Services, Inc., the 1st ranked proposer; (ii) Crowder-Gulf Joint Venture, Inc., the 2nd ranked proposer; (iii) D & J, Enterprises, Inc. d/b/a D & J of Alabama, Inc., the 3rd ranked proposer; and (iv) DRC Emergency Services, LLC, the 4th ranked proposer; authorize the City Manager to select'.the two (2) proposers offering the best pricing to the City, as the co-primary contractors, and the remaining two (2) proposers as the co-secondary contractors; and,further, authorize the Mayor and City Clerk to execute the final agreements upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this a75 . day of 2018. • Dan Gelber, Mayor ATTEST: %%��� ,kq„„ „. 1103 J �I Rafael E. Granado, City Clerk fir I INCORPI ORATED: APPROVED AS TO FORM&LANGUAGE & FOR EXECUTION i - 8- �- � � City Atto y 1 WHEREAS, on May 11, 2018, the City received a total of eight (8) proposals from the following firms: • Arbor Tree& Land, Inc.; • Ashbritt, Inc.; • Ceres Environmental Services, Inc.; • Crowder-Gulf Joint Venture, Inc.; • D. &J., Enterprises, Inc. d/b/a D& J of Alabama, Inc.; • DRC Emergency Services,LLC; • RAS Investments, Corporation d/b/a RAS Construction; and • TFR Enterprises, Inc.; and WHEREAS, the Evaluation Committee convened on June 13, 2018 to consider proposals received in accordance with the criteria established-in the RFP, considered the proposers' qualifications and initial costs, and ranked the proposals, as follows: 1st- Ceres Environmental Services, Inc.; 2rtd- DRC Emergency Services, LLC; 3`d- Crowder-Gulf Joint Venture, Inc.; - 4th - Arbor Tree& Land, Inc.; 5th—Ashbritt; Inc.; 6th - D. & J., Enterprises, Inc. d/b/a D &J of Alabama, Inc.; 7th -TFR Enterprises, Inc.; and 8th— RAS Investments, Corporation d/b/a RAS Construction; and WHEREAS, the RFP also contemplated that pricing be considered based upon the amount of debris to be collected,or services required during a Category 3,Hurricane; and WHEREAS, when using estimates provided by Tidal Basin,which were obtained using an Army Crop of Engineers model, as a more realistic indicator of the costs that the City could experience during a Category 3 Hurricane, instead of just considering the sum of all unit costs, and without altering the scores for qualifications and proposals, the ranking of the proposals is as follows: 1st-Ceres Environmental Services, Inc.; 2nd- Crowder-Gulf Joint Venture, Inc.; 3`d-D. & J., Enterprises, Inc. d/b/a D &J of Alabama, Inc.; 4th- DRC Emergency Services, LLC; 5th—Arbor Tree& Land, Inc.; 6th—Ashbritt; Inc.; 7th—TFR Enterprises, Inc.; and 8th—RAS Investments, Corporation d/b/a RAS Construction; and WHEREAS, pursuant to the recommendation of Tidal Basin and the City's Public Works Department, in order to ensure that the City has the necessary resources to be able to deploy services to multiple areas of the City, simultaneously, during a category 3 Hurricane, the Administration recommends creating a pool of contractors, to include two (2) primary contractors, as well as two (2) secondary contractors, with each providing back-up in the event of a default by either or both co-primary contractors; and WHEREAS, having reviewed the proposals received, the results of the Evaluation Committee process and the recommendations of Tidal Basin and staff, the City Manager exercised his due diligence and recommended the ranking of the proposals which include the cost estimate criteria for a Category 3 Hurricane; and recommended that the Administration be authorized to enter into negotiations with Ceres Environmental Services, Inc. and Crowder- Gulf Joint Venture, Inc., the 1st and 2"d ranked proposers, respectively, as the primary contractors, and D. & J., Enterprises, Inc. d/b/a D & J of Alabama, Inc. and DRC Emergency Agenda Item R7 a Date 1-2S-18 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamlbeachfl.gov COMMISSION MEMORANDUM TO: Mayor Dan Gelber and Members oft City Co ission FROM: Jimmy L. Morales, City Manager DATE: July 25, 2018 SUBJECT: A RESOLUTION OF THE MAYOR AND.CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2018-002- JC, DISASTER RECOVERY SERVICES. ADMINISTRATION RECOMMENDATION Adopt the Resolution. FUNDING Grant funding will not be utilized for this project. BACKGROUND In the event of an emergency, such as a hurricane, the City lacks sufficient resources to undertake debris recovery operations. While assistance may be available from the County, State and Federal government, these are 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. Disaster recovery services include, but are not limited to the following: vegetative debris removal, construction and demolition removal (C&D), road clearance, staging, disposal, hazardous waste removal, labor, supervision, equipment, materials, facilities, power, communications, and other services and supplies necessary for, or incidental to, the performance of the debris removaland disposal services.Because disaster events often result in significant quantities of disaster debris, which can pose a threat to life and property, the City has decided to procure, in advance of any disaster, a standby, pre-event contract for the removal, management, and disposal of disaster debris under the eligibility guidelines developed by the Federal Emergency Management Agency(FEMA). It is in the City's best Interest to enter into agreements with firms that have the capability and flexibility to provide disaster recovery services'in the event of a declared emergency that is of a magnitude that would require professional services to supplement City resources. FEMA provides public assistance funds for debris clearance, removal and disposal operations. Eligible applicants include State and local governments. On September 5, 2017, FEMA determined that the damage in certain areas of the State of Florida resulting from Hurricane Irma beginning on September 4, 2017, was sufficient in severity and magnitude to warrant a major disaster declaration under the Robert T. Stafford Disaster Relief and Emergency Assistance Act, 42 U.S.C. §§ 5121-5206 (the Stafford Act). Currently, under Contract No. 27-11/12, the City has coverage to provide for disaster recovery services. The existing contract has been extended through August 27, 2018. In consideration of the above, the Administration prepared Request for Proposals (RFP) 2018-002-JC to seek proposals from qualified contractors to provide disaster recovery services to the City in order to replace the expiring City contract. The RFP was developed with the assistance of the City's disaster recovery consultant, Tidal Basin. RFP PROCESS On March 7, 2018, the City Commission approved the issuance of the RFP No. 2018-002-JC, Disaster Recovery Services, which was issued on March 12, 2018. The Procurement Department issued solicitation notices to 340 firms utilizing www.publicpurchase.com. 107 prospective proposers accessed the advertised solicitation. A voluntary pre-proposal conference to provide information to the proposers submitting a response was held on.April 4, 2018. RFP responses were due and received on May 11, 2018. The City received a total of eight (8) proposals from the following firms: • Arbor Tree& Land, Inc.. • Ashbritt, Inc. • Ceres Environmental Services, Inc. • CrowderGulf Joint Ventures, Inc. • D&J Enterprises, Inc. • DRC Emergency Services, LLC • RAS Investments, Corporation d/b/a RAS Construction • TFR Enterprises, Inc. On May 7, 2018, the City Manager appointed the Evaluation Committee via LTC #250-2018. The Evaluation Committee convened on June 13, 2018 to consider proposals received. The Committee was comprised of the following: Jay Fink, Assistant Director, Public Works Department; Omar Leon, Urban Forester, Environment and Sustainability Department; Juan Mestas, Assistant Fire Chief, Fire Department; Adrian Morales, Director, Property Management Department; and Albert Zamora, Sanitation Director, Sanitation Division. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sut'shine Law. The Committee was also provided with general information on the scope of services and a copy of each proposal. The Committee was instructed to score each proposal pursuant to the qualitative evaluation criteria , established in the RFP. The RFP stipulated that points for cost would be added to the qualitative scores established by the Evaluation Committee to determine an overall ranking for all proposals evaluated. The evaluation process (qualitative and initial costs as stipulated in the RFP) resulted in the ranking of proposersas indicated in Attachment A, in the following order: 19`- Ceres Environmental Services, Inc. 2"d- DRC Emergency Services, LLC - CrowderGulf Joint Ventures, Inc. 4"'- Arbor Tree & Land, Inc. 5t'—Ashbritt, Inc. 6i"—D&J Enterprises, Inc. 7th-TFR Enterprises, Inc. 8t1'-RAS Investments, Corporation d/b/a RAS Construction CITY MANAGER'S RECOMMENDATION I have reviewed the proposals received and the results of the Evaluation Committee process. I - have also considered the recommendations of Tidal Basin, the City's disaster recovery consultant. Tidal Basin was requested to provide its analysis and•recommendation based on the proposals received in response to the RFP. Tidal Basin's expertise is critical as the firm acts as consultant to many municipalities around the country and, in that regard, is well aware of all relevant industry issues regarding the contracting of disaster recovery consultants, including the ability of contractors to deploy resources, regulatory or compliance issues, pricing trends, as well as FEMA expectations and requirements in contracting for these services. Considering FEMA expectations and requirements is critical in assuring that the City is reimbursed to the furthest extent possible and in an expeditious manner. Tidal Basin's analysis is attached hereto as Attachment B. In my due dili9ence regarding the award of the RFP, I find as follows. I believe that the City is fortunate to have received eight (8) responses to the' RFP. All of the companies that responded appear to have the qualifications and background to assist the City with recovery in the event of a disaster. However, it is not feasible to retain eight (8) contractors as there is a risk to the City that unless contractors believe they have a reasonable chance of being deployed in the event of a disaster, they will not allocate the necessary resources. This is especially true in times when a disaster affects multiple areas as contractors will likely deploy resources to areas in which they serve as primary contractors and have some assurance of being deployed. Selecting a smaller pool of primary contractors increases the likelihood that the primary contractors will be ready to deploy resources to the City as soon as they are needed. In considering the qualifications and proposals (without considering costs), submitted by the eight (8) respondents to the RFP, I find that the Evaluation Committee scored the respondents in the following rank order. 1st Ranked -Ceres Environmental 2°d Ranked -Arbor Tree 3`d Ranked -Crowdergulf 4th Ranked -D&J Enterprises(tied) 4th Ranked - DRC(tied) 6th Ranked-Ashbritt 7th Ranked-TFR Enterprises 8th Ranked -RAS The RFP requested unit prices from the proposers for various items and services that would normally be required in the City's response to a storm or disaster,. including debris removal, removal of hazardous trees and:stumps, and miscellaneous items such as ice.When only unit prices are added to the Evaluation Committees scores for qualifications and proposals, the ranking of proposers is modified as indicated below. jst Ranked -Ceres Environmental 2°d Ranked -DRC 3rd Ranked -Crowdergulf 4th Ranked -Arbor Tree 5th Ranked-Ashbritt 6th Ranked -D&J Enterprises 7th Ranked-TFR Enterprises 8th Ranked- RAS The RFP also contemplated that pricing be considered on the amount of debris to be collected or services required resulting from the City being exposed to a Category 3 Hurricane. The estimates resulting from a Category 3 Hurricane, estimated by Tidal Basin using an Army Corp of Engineers model, are included in Attachment C. A consideration of costs based on estimated or projected actual quantities is a much more realistic indicator of the costs that the. City could experience than just considering the sumof all unit costs. Accordingly, the RFP specifically stated that a Category 3 Hurricane experience would be considered. When those estimated or projected costs are taken into consideration, without altering the scores for qualifications and proposals, the ranking of proposers is as indicated below. � I 1St Ranked-Ceres Environmental 2nd Ranked-.Crowdergulf • 3`d Ranked- D&J Enterprises 4th Ranked-DRC 5th Ranked-Arbor Tree 6th Ranked-Ashbritt 7th Ranked -TFR Enterprises 8th Ranked- RAS In considering the number of firms to be awarded, I agree with Tidal Basin and the recommendations of the Public Works Department that it would be in the best interest of the City to award to four firms to assure that the resources necessary are readily available when needed. I also agree with Tidal Basin that identifying two co-primary contractors will be important to provide the assurances that contractors are seeking so that they are willing to deploy resources quickly to the City. Having two (2) co-primary contractors will allow the deployment of services to multiple areas of the City simultaneously. During the negotiation • process, the City and the contractors can agree to the geographic responsibilities of each co- primary contractor. I also agree that having two (2) secondary contractors will provide a back- up in the event of a default by either or both co-primary contractors. In the previous, most realistic scenario, I find that both Ceres Environmental and Crowdergulf have the best overall combination of qualifications and costs, although there are some cost outliers in all proposals that will need to be negotiated to determine fair market value. As a result, I recommend that Ceres Environmental and Crowdergulf be awarded co-primary contractor contracts upon successful negotiations of final costs by the Administration. Additionally, I recommend that D&J Enterprises and DRC be awarded secondary contracts, also upon successful negotiations by the Administration. A brief bio of each firm is included in Attachment D. Therefore,. I recommend that the Mayor and City Commission approve the-Resolution authorizing the Administration to enter into negotiations with Ceres Environmental and Crowdergulf, the 1St and 2nd ranked proposers, respectively, when the costs for a Category 3 Hurricane response is considered. Additionally, I recommend that the Administration be authorized to negotiate secondary contracts with D&J Enterprises and DRC; the 3'11 and 4tfr, ranked-proposers, respectively, when the costs for a Category 3 Hurricane response is considered. Finally, to expedite contracts given that the City is in hurricane season, I recommend that the Mayor and City Clerk be authorized to execute contracts upon successful negotiations by the Administration. JLM/ 1--JF/ •% /JC • • rYt:li --.' Ill •„z `.`� , qn ,...._. J p .� y Ill e.. y5- ' E H - .y N i.. i � L'...,..V x.m b [11,..1.:r.41=• -.Tbs.0 t..`? Sv -.C'."'0O OIC.--- r.'` 3 -7- . I� .6... 44-3 &� k.; '-....-...v..-..5rh.a t,1,-i- . • :-, : . E---7.4(4,,,' � • .. i"�' 'Sn.. '} ,' - Ps. . ATTACHMENT B TIDL . • BASIN., To: Jimmy Morales, City Manger City of Miami Beach From: Daniel Craig, Senior Vice Date: July 17, 2018 Re: Scoring the Cost Evaluation of Debris Contractor RFP and Recommendation Memorandum The City of Miami Beach Procurement Division.requested an evaluation of the cost submittals of eight contractors for RFP 2018-002-JC,Disaster Recovery Services. We were not requested and did not evaluate the qualitative portion of the RFP which was done exclusively by the five members of Proposal Selection Committee. Method of Evaluation The most objective and realistic method in.which to'evaluate the eight cost proposals is to determine the amount of disaster related debris generated by a Category 3 Hurricane, as contemplated in the RFP. We used U.S. Corps of Engineers Estimate Debris Generation Model as a basis for determining the amount of vegetative and construction and demolition debris generated in Miami Beach during a Category 3 storm. We also used current census data and empirical information from City staff. This modeling(attached) determined that approximately 330,895 cubic yards(CY).of vegetative debris and 772,008 of mixed constructionand demolition debris would be generated from a Category,3 storm. In working with City staff,we determined a reasonable expectation of the amount of debris which would be taken to TDSR sites,reduced by chipping, taken directly to landfills or other final disposal sites, along with using the 70 hours push period for hourly line items. Attached is the an excel spreadsheet with inputs for each line item bid by the contractors, including their price and the quality used for evaluation. 675 N.Washington Street—Suite 400 I Alexandria,VA 22314 I P:703/683-8551 I F:703/683-8555 I TidalBasinGroup.com • • TIDAL BASIN. Ranking of Proposers Pricing • In calculating the pricing of more than 90 line items per contractor,below is the total cost estimate for each proposer in a Category 3 storm for removing debris in the City of Miami Beach. 1. D&J Enterprise- $20,976,261.25 2. Ceres Environmental- $22,925,936.25 3. Crowder Gulf= $24,682,670.75 • 4. DRC- $25,403,933.17 5. TFR Enterprises - $26,559,609.00 6. AshBritt- $38,135,411.13 • 7. Arbor Tree- $46,354,359.75 8. RAS Investment- $49,079,809.38 Based on the RFP method of evaluation, the lowest calculated price would receive 25 points and each subsequent proposer would receive points based on their pride in comparison with the lowest bidder. Lowest Proposers Price x 25 Proposer Price Based on this scoring methodology bidders were awarded the following points. 1. D&J Enterprise-25 2. Ceres Environmental- 23 3. Crowder Gulf- 23 4. DRC- 21 • 5. TFR Enterprises - 20 6. AshBritt- 17 7. Arbor Tree- 11 8. RAS Investment- 11 675 N.Washington Street-Suite 400 I Alexandria,VA 22314 I P:703/683-8551 I F:703/683-8555 I TidalBasinGroup.com •TIDL BASIN. This methodology varies slightly with how the RFP Selection Committee evaluated the scoring for price submissions. The RFP selection committee used the straight-line method of evaluating the score in which they added each line item submitted by contractors together to get a total price. While this is a valid method for evaluation, it does not consider quantities which may be- generated egenerated by debris in a Category 3 storm and or how single outlier line items by-a proposer can skew the total price. In this proposal this,wasthe ease with a few line:items and outlier prices. A more accurate method is to use the USACE model and calculate each line item based on potential generated debris and quantities for cost. While this is never completely accurate, it will give better representation-of cost-front a--disaster.---- - -- - - ---- --- - - - Total Ranking of Scores We did not change the qualitative scores from the selection committee,.and used their spreadsheet of scoring to develop a new total ranking of qualitative_and quantitative scores. The spreadsheet is attached and the top rank team remained the same with Ceres Environmental receiving the top score. 1. Ceres Environmental - 2. Crowder Gulf 3. D&J-Enterprises 4. DRC - 5. Arbor Tree 6. AshBritt 7. TFR Enterprises 8. RAS Investment Recommendation . Based on the total ranking of the qualitative and quantitative proposal-evaluations,we recommend, the City of Miami Beach award the first four ranked proposers a contract with the City to ensure proper capacity in case of a Category 3 storm. In 2017, while only a Category 1 storm hit Florida,many contractors lacked proper capacity due to declared disasters in many other areas of the United States. Having four contracts will not guarantee capacity,but it will give the City of Miami Beach the proper expected capacity. Furthermore,The City should deem co-primary contractors to ensure each contractor provides the necessary resources to plan and prepare for an event in and with the City of Miami Beach. Lastly it is recommended that the City of Miami Beach further negotiate cost line items and the contract of each awarded proposer to decrease line items costs that may be unreasonable. • 675 N.Washington Street—Suite 400 1 Alexandria,VA 22314 I P:703/683-8551 I F:703/683-8555 I TidalBasinGroup.com ' t fill .igiiii 3tA .7 ili .l -'333$MPiasis IN 1 1.! 1111 _.. 4o`aaaaa 2..a a 11��� ���.�kl���lll�11e� a.� as g2. ,�3..A�i .�.. • ! s 1,F� S 1 : 31111 11.111 1 4 s gun! A!l3a1a1mum 11113 95:x! � $ x'313313 1 1 � 11 31 11$ �1 • g 4 . �� •�_3_��e�� �•� ��?�4���5��". ����ll�������1. o.wl muliwn,um Dam mm "111. IM1111s111 1311114111111111111X11111191 s. _ • Irllglli l ll l IMEH .'4• llll1/;l 11151111 5miuungm 1991y11 131!!1 995" :111111/M3� IHMIII M1331;111 1$11 a aa, a e !ease!! a as a a a ea a s 0;13. gg gqggggapa pa paAq3 p7 7aAA ;13. 131Malli Iglil 9l� .�aa 13i9R! ; � °3� 1 � r . . . 11lA1llllll al �913� a ala311 �� 3 � 339!333 3111:! namm 3!33#il31 3 inna1i1 il11 1101111111.1. . Ir.. 3133311111MM 1331111 1119s; x55111 II131$MM UI 3 PIM M I311 1 3a111133 9�. . .a; . a $ $ sa$ga1a3313� - s .3!$! . li X99 � .a� asa3�^da-7sas .• D. 3 3 _ 114:2• I4$g. _xr31111 3mygum a13ga� as as a a a eaa a a s a1$1p:aSAl #3g3 °a1$� 3a� -13� 1$ imm nil • 1... ,a,RRRRRRRSARRRR 4.'.RRSR'.R RRR.RRRR RR aRRRRRRR4R 3 g EI7 nil • 33111'1133111311"131133333131'3333333333333333333`1 aass2 as a2lEaaaaaa�ttlt oeaaata oE22El 2222! EE � 1 a �1I1 F(rgv 1111 II !Sii1499 # 7 • in 34a�1a18 �� afi �1q #3 1 j�1tm II.o3 mJ 1 l t1 t � �2.i# ii" Prtra �3� 's 1 ' 1'1 :111110111 1111 isas� � a a � �� 9sa 9 °a n1+a �a aas . 4- 1jj ■7 ���� � iiia linnet't11�1t+11 I 1#It1�E3� q�siP� 10111 cm 'l9i33 4 ��' '` iYi3 i➢71 d a $lh$JJi1 $ �$ dol;ill � s=3 9492f773 t1 qB _ z 11� illll i ;NO =22#11#i; i iiiiii'11 011111 0l 1 a a a �*at aeasa as Aar oal�a$::�3333$3aaia3sx148 1 ^.ax4SOS4aR44A4a aSaaaaa 927122. 9R9fa 7a7Sa7Qa4a2azzaae1:9aa:373a39R:aaanit2 ea ala i I I I1 I II! I P 1 1111 - I f 11 1 11 f i t i I Hs r a 11 ilium ii 4 . t . .. iiiiHifi ; 1 . 91111311111 4 milt '' . lailmm °Ci n A „il,,,Ir ...!.„.,. g S311133/3q '3 I. illi3y g yygt . . - - _ Y 9 . 11111gg 101 Miliiiii • • Bgag ag 88 9 '• 004930:131ag 3333333333 7 ii 3assassln ibillitil t * .I a. 1 iiii iiimithi • srrorlle:a i 2018-002-JC Disaster Recovery Services Attachment D • Bios of Recommended Firms Ceres Environmental According to the information contained in its proposal, Ceres Environmental is an experienced disaster recovery firm, established in 1976 and operating offices in Sarasota, FL, Houston, TX, and Brooklyn Park, MN. Ceres believes it has provided exemplary performance on over $1.8 billion dollars of emergency debris management contracts over the past 25 years. In 2017, Ceres responded to over 30 jurisdictions in the state of Florida following Hurricane Irma. Ceres has earned numerous recognitions for their disaster services management. In 2008, Ceres received an "Outstanding" performance review from the U.S. Army Corps of Engineers for work performed following Hurricane Katrina. Over the past 10 years, Ceres has been responsible for removing more than 18 million cubicyards of disaster. debris resulting from natural disaster events. Crowder Gulf According to the information contained in its proposal, Crowder Gulf has been providing disaster debris managementservices to cities, counties, and municipal governments for over forty-nine (49) years. Crowder Gulf has managed over 400 disaster recovery projects in 15 states and has • successfully removed, reduced and disposed of over 350 million cubic yards of related debris. Crowder Gulf has recently provided disaster recovery services to several Florida government agencies, including City of Fort Myers, Polk County, and City of Ocala. Additionally, Crowder Gulf states that in all of its years of service, nolawsuits, liens, or judgments by clients have ever been filed, nor are there any pending proceedings. Crowder Gulf was bestowed the Contractor of the Year Award from the Florida Chapter of the America Public Works Association (APWA), following work completed for Hurricane Irma In 2017. D&J Enterprises_ According to the information contained in its proposal, D & J Enterprises, Inc., was incorporated in 1987 in Auburn, Alabama. According to its proposal, D&J has been in the disaster debris removal field for fifty-two years. D&J has done several large scale debris projects across the United States, Caribbean, and Japan for cities, counties, and the U.S.•Army Corps of Engineers. Demonstrated by past experience, D&J is capable of handling any size of disaster related removal, D&J has removed and processed over 40,000,000 cubic yards of debris, and performed over $750,000,000 of work throughout its company history. D&J was theprime contractor for 14 counties and 4 municipalities in Texas following Hurricane Rita. D&J has operated as many as 15 contracts simultaneously. At any given time, it has employed as many as 600 employees directly and indirectly through strong subcontractor relationships. DRC Emergency Services, LLC According to the information contained in its proposal, DRC Emergency Services, LLC currently has disaster relief contracts with North Miami, Miami-Dade County, Miami-Dade Public Schools, and the City,of Miami. DRC is among the leading disaster management companies in the United States. Its range of disaster services include, emergency debris removal, disaster management—including temporary housing, workforce housing and life support—as well as required FEMA documentation, debris management, right-of-way maintenance, marine debris, salvage and'•recovery, and landfill management. Following Hurricane Ike in 2008, DRC established a single-day productivity record for post-disaster debris removal in the City of Houston, as recognized by FEMA. DRC also holds,a 29-year record of 100% federal reimbursement for eligible work performed. Over the past 10 years, DRC has been responsible for removing more than 30 million cubic yards of disaster debris resulting from natural disaster events. THIS PAGE INTENTIONALLY LEFT BLANK Resolutions -R7 Q MIAMI BEA H COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: July 25, 2018 SUBJECT A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2018-002- JC, DISASTER RECOVERY SERVICES. (ITEM TO BE SUBMITTED IN SUPPLEMENTAL) RECOMMENDATION Memorandum to be submitted in the Supplemental.. ANALYSIS CONCLUSION Legislative Tracking • Emergency Management/Procurement • I Page 1181 of 1464 ATTACHMENT B INVITATION TO BID (RFP) AND ADDENDUMS MIAMI BEACH City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139,www.miamibeachff.Aov PROCUREMENT DEPARTMENT Tel: 305-673-7490. • ADDENDUM NO. 4 RFP 2018-002-JC DISASTER RECOVERY SERVICES May 4, 2018 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISED MINIMUM ELIGIBILITY REQUIREMENTS. The following revisions have been made to the RFP, Section Cl of Appendix C. 1. Proposer must have a minimum of five (5) years' of experience providing debris removal services, and shall demonstrate that it has performed at least three (3) debris removal projects, as prime contractor, during the past ten (10) fifteen (15) years, on projects involving a minimum resulting in ef. 250,000 cumulative cubic yards of debris. • II. NEW ATTACHMENTS. The following attachments have been added to the RFP, and incorporated as requirements to the RFP. Exhibit A: Citywide Procedure No. 16.06 for Procurement Requirements for Federally Funded Grants and Projects. III. ANSWERS TO QUESTIONS RECEIVED. Q1: Does the City anticipate, in addition to the listed,scope of work, 'any of the following work: Remediation or Restoration work, Records Management work, Asset Management, major IT Recovery work, or City Management work, Financial or Budget work,etc.? Specifically, these services being defined as data recovery, hard copy recovery in the event of flooding or major disasters, or data recovery from IT based systems/replacement of major systems during some type of zero-day. If so, what are examples of the key components that the City would like to utilize these additional services under or should we specify how we can utilize these services? Al: Data recovery is not part of this RFP. 1 i ADDENDUM NO.4 RFP 2018-002-JC • J Q2: Is there or are there current incumbents working in any of the areas specified within the RFP or is this afresh bid processes? A2: The City's current contract for disaster recovery services expires in October 2018. . Q3: Are there any physical or cyber related security portions of this RFP that we should pay specific attention too? Specifically, as we perform the needed scope of work, are we to also provide physical security to our sites, to specific City Assets, or to any software, systems or networks that are considered vital to the city? Also, for the physical security portions, what level security may be needed and if they are armed or unarmed? A3: The scope of work is defined in Appendix C, Minimum Requirements and Specifications. Q4: Many of our projects working with all levels of government have various levels of clearance, do you anticipate that extended clearance levels for specific sites will have any security clearance levels that require additional screening for our consultants? If so, for the selected contractor(s) how will . the background screening activities go and how should we prepare our staff? A4: TBD. Q5: We see that there is a veteran owned company set aside but is there a MBE requirement as well? A5: There is no set aside. A veteran business enterprises preference is applied, as stipulated in the RFP. Q6: Will there be some type of site visits for the pre-bid or will the conference be ` . relegated to one location?. A6: No site visits will be conducted at this time. Q7: Can the City tell the proposers what the amount of debris likely generated by a category 3 storm event would be? A7: Unable to determine. Q8: Approximately how many cubic yards of debris were taken to the TDRS after Irma? A8: 160,000 Cubic Yards (CY) 'Q9: Approximately how many cubic yards of debris was reduced and hauled to final resting site? A9: 45,000 Cubic Yards (CY) hauled to Final ,i Q10: Has the City identified the TDRS? If so, where is it located? A10: No, however the TDRS site will be located within the City limits, each one way haul not to exceed 15 Miles. 2 ADDENDUM NO.4 RFP 2018-002-JC Q11: How many contracts will be awarded? Al1: Unknown at this time. Q12: Will tipping fees get reimbursed by the City? Al2: Yes. Q13: Will tipping fees from final resting site of debris get reimbursed? A13: See Al2. , , Q14: If debris is loaded with a machine (grapple truck, loader, backhoe, etc.) and the hauling truck/trailer seems to be full at 100%, what % will be deducted from the load? • . A14: Assume 0% for self-loader/grapple with 100% compaction, assume 20% (minimum) for non-compacted loads. Q15: Who will provide load tickets, truck certification forms, and time and material sheets? A15: Both.the City and the contracted Monitoring Firm(s). _ Q16: Who will monitor the debris loaded, hauled and grinded? A16: Contracted Monitoring Firm(s). • Q17: Who will determine the load call percentage? A17: Contracted Monitoring Firm(s). Q18: Who will provide the load tickets? A18: See A15. Q19: Can the City clarify that the SQR report is not required to be included in the proposer's submittal and that it is only required at the request of the City per the above excerpt? A19: Correct, pursuant to Section 0300,Tab 2, Subsection 2.3, of the RFP. Q20: In regards to the RFQ mentioned .in the subject line, I want to verify the exact address and name that the City of Miami Beach would like to see listed as an additional insured under the applicable insurances? A20: The City of Miami Beach, 1700 Convention Center Drive, Miami Beach, FL 33139, Attn: Risk Management Department. Q21: Are the rates fixedfor the contract term? Will a CPI (Consumer Price Index) inflation allowance be assessed for pricing after the initial, term-ofthe contract? A21: Prices proposed by the vendor shall remain fixed for the term of the contract. The only exception in this regard is that fixed price may be adjusted upward or downward based, with prior written approval of the vendor and the City, through its City Manager, based on changes in the applicable Bureau of Labor Statistics (www.bls.gov), Consumer Price Index— Urban for the Miami area. 3 ADDENDUM NO.4 RFP 2018-002-JC i , i l , Q22: Who should be listed as an additi nal insured under the any related insurance coverage? A22: See A20. Q23: Could the City please clarify whethe or not a Performance Bond will be required for the project? A23: The City requires a performance bond from the Contractor(s) in the amount of$500,000 for this project. Bond shall be provided to the City within three (3) days of activation pursuant to a declared storm event. The Contractor's bond costs will be paid in full by the City in the first payment under the contract after the occurrence of a storm event. Q24: Appendix H, 2CFR Appendix II to Part 200, provision B states that all contracts in excess of $10,000 must address termination for cause and for convenience, but the terms are not included in the RFP? • A24: Compliance with the CFR is a requirement of this RFP. As such, any CFR requirements are incorporated in the RFP. Additional questions received will be answered in a forthcoming addendum. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention . of the individual named below, with a copy to the City Clerk's 'Office at RafaelGranado©miamibeachfl.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch©miamibeachfl.gov \ • Proposers are reminded to acknowledge receipt of .this addendum as part of your RFP submission. Sincerely, 1� Ale. D- is Pro urement Director • • 4 ADDENDUM NO.4 RFP 2018-002-JC t • 1 • Exhibit A Citywide Procedure No. 16.06 for Procurement Requirements for Federally Funded Grants and Projects 5ADDENDUM NO.4 IRFP 2018-002-JC DATE ISSUED: Page: 1 SEQUENCE MIAMI B '._ t } MARCH 2018 DATE UPDATED: Of: 8 NPO 86.06 CITYWIDE PROCEDURE SUBJECT: • PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT I. PURPOSE. The purpose of this procedure is to implement the procurement requirements of the "Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards" (2 CFR Part 200) adopted by the United States Office of Management and Budget. II. APPLICABILITY. This procedure is applicable to the expenditure of any funds, pursuant to awards or funding agreements, to which the 2 CFR, Part 200, requirements are applicable. The requirements stated herein shall be strictly adhered to by all employees, regardless of department, who are involved in the procurement of goods and services to which the aforementioned federal regulations are applicable. In addition, requirements stated herein shall be strictly adhered to by all employees involved in the administration of a City contract to which the procedures apply, including (but not limited to); representatives of the City department or division requesting the procurement activity or contract; evaluation committeemembers; consultants and technical advisors; specification writers, and project managers overseeing administration of the contract and the provision of the goods or services acquired with applicable state or federal funds. - A. City's Procurement Code. Other than those requirements stipulated in this procedure or in the terms and conditions of a. particular State or federal financial assistance agreement (or in any applicable rules and regulations of the awarding State or federal agency), procurements funded with State and federal financial assistance agreements shall be conducted utilizing the City's own procurement regulations. III. CONFLICTS OF INTEREST. City employees and agents engaged in the selection, award, and• administration of contracts funded in part or in whole by State or federal financial assistance shall observe the highest. ethical standards. .No employee, officer, or agent of the City may participate in the selection, award, or administration of a contract supported by State or federal financial assistance if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when the employee, officer, or agent, any member of his or her immediate family, his or her partner, or an organization which employs or is about to employ any of the parties•indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered for a contract. Employees, officers, and agents of the City may neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. Violations of these provisions may result in adverse employment action(s) and, in some cases, criminal penalties including imprisonment. A. Organizational Conflicts of Interest. No bidder may be considered for award if the bidder, or its parent company,-affiliate or subsidiary organization, has participated in the preparation of the City's specifications for the particular solicitation under consideration. I DATE ISSUED: Page: 2 SEQUENCE \ '2 i v \\ BEACH Of: 8 NUMBER: DATE UPDATED:) P0.16.06 • CITYWIDE PROCEDURE SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND . PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT IV. ALLOWABLE FEDERAL PROCUREMENT METHODS(2 CFR §200.320). Absent specific approval from the awarding federal agency (which may also be in the financial assistance agreement or funding agency program regulations), only the following five (5) methods of procurement may be used: 1. Micro Purchase. Micro purchases are smallpurchases made without the need for competition where the purchase price does not exceed$3,000 in the aggregate (or $2,000 for construction services covered by the Davis-Bacon Act). 2. Small Purchase Procedures (Quotes). While quotes are normally allowed for .-purchases purchases.under $100,000; City policy, being more stringent, only allows the small purchase procedure for purchases up to $50,000. Federal regulation requires an "adequate" numberof quotes, but as guidance, it is recommended that a minimum of three (3) quotes should,be obtained. A no-bid or no-response does not count as a quotefor obtaining multiple competitive quotes. • 3. Formal Sealed Invitations to Bid (ITB).. For the purchase of goods where cost is the primary determinant for award, an ITB may be used.: City ITB procedures and standard practices apply. 4. Requests for Proposals (RFP). For the purchases of goods or services where a combination of qualifications,:proposed scope;and cost are the determinants for the award, an REP may be utilized. City RFP procedures and standard practices apply. 5. Requests for Qualifications (RFQ). For the purchases of architectural, engineering,. landscape architectural, and surveying services where qualifications is primary the • determinant for the award, an RFQ may be. utilized. City.RFQ procedures and standard practices apply. For other goods or services,an.RFQ may not be utilized. 6. Non-Competitive Proposals. Non-competitive proposals are allowed only where (i) the item is available from only one source, (ii) public exigency (urgency) or emergency will 'not allow the delay for a competitive solicitation, (iii) the federal awarding agency approves a written request, or(iv) after solicitation of a number of • sources, competition is not obtained. The awarding agency should be notified for approval any time the City intends to enter into a,non-competitive contract. V.ADVERTISEMENT(2 CFR §200.320). Formal solicitations(i.e., ITB, RFP, RFQ) issued pursuant to this procedure, not exceeding an estimated value of$500,000,shall be publically advertised at least once in a newspaper of general circulation at least 21 days prior to the deadline for receipt of bids or proposals, Formal solicitations (i.e., ITB, RFP, RFQ) issued pursuant to this procedure, exceeding an estimated value greater than$500,000,shall be publically advertised at least once in a newspaper of general circulation at least 30 days prior to the deadline for. receipt of bids or proposals. • DATE ISSUED: Page: 3 SEQUENCE • • i of ( � MARCH 2018 Of: 8 NUMBER: l "' ` '' 1 DATE UPDATED: P0.16.06 CITYWIDE PROCEDURE SUBJECT: . PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT VI. LOCAL PREFERENCES PROHIBITED (2 CFR §200.320). The use of statutorily or administratively imposed state or local geographical preferences in the evaluation of bids or proposals is prohibited except where applicable federal statutes expressly mandate or encourage such a preference. VII. COST PLUS A PERCENTAGE OF COST METHOD OF CONTRACTING PROHIBITED (2 CFR 200.323). The cost plus a percentage of cost and percentage of construction cost methods of contracting may not be used. VIII. TIME AND MATERIALS METHOD OF CONTRACTING DISCOURAGED(2 CFR 200.318(j)(1)j. The City may use time and material type contracts only after a determination that no other contract is suitable and if the contract includes a-ceiling price that the contractor exceeds at its own risk. IX. BOND REQUIREMENTS (2 CFR §200.325). Notwithstanding Florida law or City practice, at a minimum for construction or facility improvement contracts or subcontracts exceeding the Simplified Acquisition Threshold (currently $150,000), the following requirements must be met: A. A bid guarantee from each bidder equivalent to five percent (5%) of the bid price.The "bid guarantee" must consist of a firm commitment such as a bid bond, certified check, or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of the bid, execute such contractual documents as may be required within the time specified. B. A performance bond on the part of the contractor for 100 percent of the contract price. C. A payment bond on the part of the contractor for 100 percent of the contract price. X. FULL AND OPEN COMPETITION (2 CFR §200.319). Federal regulations regarding procurement transactions funded with federal financialassistance require such transactions to be conducted in a manner that provides full and open competition.This means: A. As provided in Section 7.401 of the City's Procurement Code and 2 CFR §200.319(a), In order to ensure objective contractor performance and eliminateunfair competitive advantage, contractors that develop ordraft specifications, requirements, statements of work, and invitations for bids or requests for proposals shall be excluded from competing for such procurements. DATE ISSUED: Page: 4 SEQUENCE {r'� + � A ( MARCH 2018 Of: 8 NUMBER: DATE UPDATED: • P0.16.06 CITYWIDE PROCEDURE • SUBJECT: PROCUREMENT REQUIREMENTS FOR • FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT B. Solicitations shall incorporate a clear and accurate description of thetechnical requirements for the material, product, or service to be procured. Such description _ must not, in competitive procurements, contain features which unduly restrict competition. The following situations are specifically listed in federal regulations as situations considered to be restrictive of competition and must be avoided: 1. Placing unreasonable requirements on firms in order for them to qualify to do business; 2. Requiring unnecessary experience and excessive bonding; 3. Noncompetitive pricing practices between firms or between affiliated companies; 4. Noncompetitive contracts to consultants that are on retainer contracts; 5. Organizational conflicts of interest; 6. Specifying only a "brand name" product instead of allowing'an equal product to be offered and describing the performance or other relevant requirements of the procurement;and 7. Any other arbitrary action in the procurement process. C. The solicitation shall identify all requirements which the offerors must fulfill and all other factors to be used in evaluating bids or proposals. D. When a Request for Proposals (RFP) method of solicitation is used, the RFP must • identify all evaluation factors and their relative importance. The RFP solicitation shall contain in writing the method for conducting the technical evaluation and any other necessary evaluations of the proposals received. These evaluations may be conducted by the advisory committee appointed to review the proposals (or by a subcommittee • thereof)or by a separate technical committee, as set forth in the RFP. XI. SPECIFICATION REVIEW. Specifications for the purchase of materials, supplies, equipment and services should permit open and competitive bidding. The purchase of unnecessary or • duplicative items shall be avoided. Consideration will be given to consolidating or breaking out. procurements to obtain a more economical purchase. Where appropriate, an analysis will be made of lease versus purchase alternatives,'and any other appropriate analysis to determine the most economical approach. • ' 1 • ' I DATE ISSUED: Page: 5 SEQUENCE • • n. n.. ;t MARCH 2018 Of: 8 NUMBER: / ` `��.`I DATE UPDATED: P0.16.06 • CITYWIDE PROCEDURE SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY.FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT XII. CONTRACTING WITH SMALL AND MINORITY BUSINESSES, WOMEN'S BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS. (2 CFR §200.321). The City must take all necessary affirmative steps to assure that minority businesses, women's business enterprises,. and labor surplus area firms are used when possible.Affirmative steps must include: A. Placing,qualified small and minority businesses .and, women's business enterprises on solicitation lists; B. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; C. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; D. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; E. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce; and F. Requiring the prime contractor, if subcontracts are to be let,to take the affirmative steps listed in paragraphs(1) through(5)of this section. XIII. RESOURCE CONSERVATION AND RECOVERY ACT (2 CFR §200.322). The City and its contractors shall comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act.The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes.energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. The United States Environmental Protection Agency (EPA) maintains a list of items which can be made with or use recovered (recycled) materials. (40 CFR, Part 247). For solicitations regarding the purchase or acquisition of those items for which guidelines have been adopted by the EPA,the requesting City department or division shall specify in its specifications the use of recovered materials and the highest percentage of recovered materials that reasonably may be required consistent with maintaining a satisfactory level of competition. Federal law does not require the procurement of goods that (i) are not reasonably available within a reasonable amount of time, (ii)fail tomeet reasonable performance standards, or(iii) are only • available at an unreasonable price. Upon the conclusion of any contract requiring the use of recovered materials of an EPA listed item, the project manager from the requesting City department or division shall obtain a ;statement from the Contractor regarding the actual percentage of recovered materials utilized in the completion of the contract. DATE ISSUED: Page: 6 SEQUENCE rr\/t '\i`/i 1 CJ Ai I MARCH 2018 DATE UPDATED: Of: 8 NUMBER: 6.06 CITYWIDE PROCEDURE SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: • PROCUREMENT XIV. CONTRACT COST AND PRICE (2 CFR §200,323). A. Cost or Price Analysis. A cost or price analysis inconnection with every procurement action in excess of the federal Simplified Acquisition Threshold (currently $150,000) shall be completed. The method and degree of analysis is dependent on the facts surrounding the particular procurement situation, but as a starting point, the requesting department must make or receive independent estimates before receiving bids or proposals. B. Negotiation of Profit.The City must negotiate profit as a separate element of the price for each contract in which there is no price competition and in all cases where cost analysis is performed. To establish a fair and reasonable profit, consideration must be given to the complexity of the work to be performed,the risk borne by the contractor, the contractor'sinvestment, the amount of subcontracting, the quality of its record of past performance, and industry profit rates in the surrounding geographical area for similar work. XV. AWARD TO RESPONSIBLE CONTRACTORS (2 CFR §200.318). Consistent with Section 2-369 of the City Code, the City may only award contracts to responsible contractors possessing the ability to perform successfully under the terms and conditions of the proposed procurement.In determining whether a contractor is responsible, consideration will be given to such matters as contractor integrity, compliance with public policy, record of past performance, and financial • and technical resources. A contract may not be awarded to a party listed on the government- wide Excluded Parties List System in the System for Award Management (SAM) or to a party listed on the State of Florida's or City's suspended or debarred lists. • XVI. CONTRACT PROVISIONS. All agreements awarded pursuant to this procedure shall, at a minimum, contain the contract provisions in,Appendix II to Part 200—Contract Provisions for Non-Federal Entity Contracts under Federal Awards(See Exhibit A). In addition,the requesting City department or division shall provide the Procurement Department with any additionally required State or federal terms and conditions that must be included in the solicitation and the contract pursuant to a particular grant or award. XVII, CONTRACT OVERSIGHT.The City department or division which requested a solicitation or • contract be issued or entered into by the Procurement Department shall be primarily responsible for maintaining diligent oversight over the contract and the contractor to ensure that the contractor performs in accordance with the terms, conditions, and specifications of its contract or purchase order. Written notice shall be provided to the Procurement Department of any situation in which a contractor is not'performing in accordance with the- terms, conditions, and specifications of its contract or purchase order for appropriate action, which • action may be up to and include contract termination. rr ! #� DATE ISSUED: Page: 7 SEQUENCE Mf'F� � E ( I MACH 2018 DATE UPDATED: Of: 8 NUMBER: P0.116.06 CITYWIDE PROCEDURE SUBJECT: PROCUREMENT REQUIREMENTS FOR • FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: • PROCUREMENT XVIII. PROCUREMENT FILE (2 CFR §200.318). For contracts awarded which are funded in part or in whole by State or federal financial assistance, the Procurement and Contracts Division project file shall contain the history of the procurement to include: A. A copy of the solicitation and all addenda thereto,if any; B. A copy of the publication ar advertisement of the solicitation (if applicable); C. Copies of the quotes, bids, proposals or responses received; D. A copy of the Quote/Bid tabulation-or selection committee meeting minutes; E. A copy of the Council Agenda item approving the contract(if required); F. A copy of the resulting contract and/or purchase order; • G. Copies of any required bonds and/or certificates of insurance; and H. For federally funded procurements and contracts, the rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price. • I. A screenshot or other documentation reflecting that the party awarded a contract was not listed on the government-wide Excluded Parties List System in the System for Award Management(SAM) or on the State of Florida's or City's suspended or debarred lists. 5. REFERENCE. This procedure is based on the requirements of the "Procurement Standards" (2 CFR §200.317 through §200.326, and Appendix h) of the "Uniform. Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards" (2 CFR Part 200) adopted by the Office of Management and Budget, available via the following link: https://www.ecfr.gov/cgi-bin/text-idx?tpl-/ecfrbrowse/Title02/2cfr200 main 02.tol I( In the event of any conflict between standard City policy or practice and the federal Procurement Standards (now or as may be amended In the future), the federal Procurement Standards shall • control for any procurement involving federal financial assistance. • • • 1 DATE ISSUED: Page: 8 SEQUENCE M1 f I T A C H MARCH 2018 Of: 8 NUMBER: °� DATE UPDATED: P0.16.06 E CITYWIDE PROCEDURE SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT _ I ::::::: • '.-r -c or r Reviewed by: (tiliL,QA.A9 4 . Internal Auditor Chiu Fi17)64616 —al Offi er • Assistant City Manager 1 Approv: • by: rmarejr •tilliblo 3113/15— City M inager Date II I } 1 i EXHIBIT A Appendix II to Part 200 Contract Provisions for Non-Federal Entity Contracts Under Federal Awards In addition to other provisions required by the Federal agency or non-Federal entity, all contracts made by the non-Federal entity under the Federal award must contain provisions covering the following, as applicable. (A) Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. (B) All contracts in excess of $10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for settlement. (C) Equal Employment Opportunity, Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of "federally assisted construction contract" in 41 CFR Part 60-1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), In accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." . (D) Davis-Bacon, Act, as amended (40 U.S.C. 3141-3148). When required by Federal. program legislation, all prime construction contracts in excess of $2,000 awarded by non- Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering .Federally Financed and. Assisted Construction"). In accordance with the statute, contractors must be required topay., wages to laborers and mechanicsat a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required • to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision.for compliance with the Copeland "Anti-Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations(29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The"Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency.\ I I f EXHIBIT A (E) Contract Work Hours and Safety Standards Act (4.0 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C, 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a•rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours inthe work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets• the definition of"funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement,"the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," and any implementing regulations issued by the awarding agency. (G) Clean Air.Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 • U.S.C. 12514387), as amended-Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401- • 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). (H) Mandatory standards and policies relating to energy efficiency which are contained in • the state energy conservation plan issued in compliance with:the Energy Policy and Conservation Act(42 U.S.C.6201), (I). Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions in the System for Award Management (SAM), in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549(3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared +: ineligible under statutory or regulatory authority other than Executive Order 12549. (J) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of 1- EXHIBIT A Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. (K) Procurement Of Recovered Materials. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act.The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and, establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. • • . i 11 MIA I EACH City of Miami Beach, 1755 Meridian Avenue, 3`d Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305=673-7490. ' ADDENDUM NO. 3 . RFP 2018-002-JC DISASTER RECOVERY SERVICES • April 27, 2018 This Addendum to the above-referenced RFP is issued in response to questions from. prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS. RFP DUE DATE AND TIME. The deadline for the receipt of proposals is i extended until 3:00 PM, on Friday, May 11, 2018, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139. Additional questions received will be answered in a forthcoming addendum. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at . RafaelGranadoamiamibeachfl.gov. Procurement Contact: Telephone: Email: r Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. S' cerl , )()N.....v. , . Al De P cure nt Director IIi 1 ADDENDUIV1'NO,3 RFP 2018-002-JC i y AMI BEACH City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.aov PROCUREMENT DEPARTMENT , Tel: 305-673-7490. ADDENDUM NO. 2 RFP 2018-002-J.0 DISASTER RECOVERY SERVICES April 20, 2018 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS. RFP DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 3:00 PM, on Friday, May 4, 2018, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139. Additional questions received will be answered in a forthcoming addendum. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(c�miamibeachfl.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. in rely, e. lex nis roc ement Director 1 ADDENDUM NO.2 RFP 2018.002-JC I i , 1 i i MIAMI BEACH City of Miami Beach, 1755 Meridian Avenue, 3rd Floor, Miami Beach, Florida 33139, www.miamibeachfl.gov • PROCUREMENT DEPARTMENT • Tel: 305-673-7490. ADDENDUM NO. 1 RFP 2018-002-JC DISASTER RECOVERY SERVICES March 21, 2018 This Addendum to the, above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The. RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS: 1. PRE-PROPOSAL MEETING DATE AND TIME. The pre-proposal meeting has been rescheduled for 10:00 AM, on Wednesday, April 4, 2018, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach,FL 331'39. • Additional questions received will be answered in a forthcoming addendum. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named bdTbw, with a copy to the City Clerk's Office at RafaelGranado c©miamibeachfl.gov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miarnibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. ,./ rely122).71 • j 7FDR Ale enis Pro urement Director 1 ADDENDUM NO.1 - RFP 2018-002-JC REQUEST FOR PROPOSALS (REP) Disaster Recovery Services 2018-0021C RFP ISSUANCE DATE: MARCH 12, 2018 PROPOSALS DUE: APRIL 26, 2018 @ 3:00 PM ISSUED BY: MIAMI BEACH Jason Crouch, Procurement Contracting Officer DEPARTMENT OF PROCUREMENT MANAGEMENT 1755 Meridian Ave, 3n' Floor, Miami Beach, FL 33139 305.673.7000 x6694 I jasoncrouch@miamibeachfl.gov I www.miamibeachfl.gov MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO PROPOSERS & GENERAL CONDITIONS 3 0300 PROPOSAL SUBMITTAL INSTRUCTIONS& FORMAT 12 0400 PROPOSAL EVALUATION 15 APPENDICES: PAGE APPENDIX A PROPOSAL CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 17 APPENDIX B "NO PROPOSAL" FORM 24 APPENDIX C MINIMUM REQUIREMENTS & SPECIFICATIONS 26 APPENDIX D SPECIAL CONDITIONS 32 APPENDIX E COST PROPOSAL FORM 34 APPENDIX F INSURANCE REQUIREMENTS 41 APPENDIX G DISASTER DEBRIS MANAGEMENT PLAN 43 APPENDIX H 2CFR APPENDIX II TO PART 200 71 • 2018-002-JC 2 MIAMI BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&.GENERAL CONDITIONS 1. GENERAL. This Request for Proposals (RFP) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposers to submit their qualifications, proposed scopes of work and cost proposals (the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or, released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposers and, subsequently, the successful Proposer(s)(the"contractor[sJ")if this RFP results in an award. The City utilizes PublicPurchase (wwrv.oublicourchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFP. Any prospective Proposer who has received this-RFP by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The City of Miami Beach is seeking proposals from qualified disaster recovery contractors to provide technical expertise and guidance, to support the City during emergency recovery efforts following declared disaster event(s). Suchservices includes, but is not limited to the following: vegetative debris removal, construction and demolition removal (C&D), road clearance, staging, disposal, hazardous waste removal, labor, supervision, equipment, materials, facilities, power, communications, and other services and supplies necessary for, or incidental to, the performance of the debris removal and disposal services described herein. Because disaster events often result in significant quantities of disaster debris, which can pose a threat to life and property, the City has decided to procure, in advance of any disaster, a standby, pre-event contract for the removal, management, and disposal of disaster debris under the eligibility guidelines developed by the Federal Emergency Management Agency. • 3.ANTICIPATED RFP TIMETABLE.The tentative schedule for this solicitation is as follows: RFP Issued March 12,2018 Pre-Proposal Meeting March 28,2018 at 10:00 AM Deadline for Receipt of Questions April 16,2018 at 5:00 PM Responses Due April 26,2018 at 3:00 PM Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing TBD Negotiations • Contract Negotiations Following Commission Approval 2018-002-JC 3 . /\AAM!BEACH 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000 x6694 jasoncrouch@miamibeachfl.gov The. Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications willbe sent to all prospective Proposers in the form of an addendum. 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFP Timetable section above at the following address: City of Miami Beach Procurement Department,3rd Floor 1755 Meridian Ave Miami Beach, Florida 33139 Attendance (in'person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 9415468 _ • Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFP expressing their intent to participate via telephone. 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and. may supersede terms noted in this 'solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFP by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFP. Failure to receive an addendum may result in disqualification of proposal.Written questions should be received no later than the date outlined in the Anticipated RFP Timetable section. 7. CONE OF SILENCE. This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov • i 22 1E3-00Z74 i ! MIAMI BEACH 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: h ttp://web.miamibeachfl.qov/orocurement/scroll.asox?id=23510 • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES.. CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • • ACCEPTANCE OF GIFTS,FAVORS&SERVICES CITY CODE SECTION 2-449 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perforrrI work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10. COMPLAINCE WITH THE CITY'S LOBBYIST LAWS. This RFP is subject to, and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws'are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation,disqualification of their responses, in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFP is subject to, and all proposers are expected to be or become familiar with, the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFP is subject to, and all Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their responses, in the event of such non-compliance. 13. CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-23879,the Proposer shall adopt a Code of Business Ethics ("Code")and submit that Code to the Procurement Division with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. 2018-002-JC 5 MIAMI BEACH 14.AMERICAN WITH DISABILITIES ACT (ADA). Call 305-673-7490 to request material in accessible format; sign language interpreters(five (5) days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673- 7000, Extension 2984. 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals,and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 16. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2- 370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. PERFORMANCE BOND.TBD 18..VETERAN BUSINESS ENTERPRISES PREFERENCE.Pursuant to City Code Section 2-374,the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFP, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a,service-disabled veteran business enterprise constitute the lowest proposal pursuant'to an RFP or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran businessenterprise. • 19. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Proposals, will be considered_by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1)The ability, capacity and skill of the Proposer to perform the contract. (2)Whether the Proposer can perform the contract,within the time specified, without delay or interference. (3)The character, integrity, reputation,judgment, experience and efficiency of the Proposer. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City,or it may also reject all Proposals. X018-002-JC . 6 MIAMI BEACH 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers'that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to;approved by the City; and executed by the parties. 21. Postponement/Cancellation/Acceptance/Resection. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in this RFP, or in any responses received as a result of this RFP. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty(120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 23. COSTS INCURRED BY PROPOSERS.All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense)of the Proposer, and shall not be reimbursed by the City. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful.Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet,(MSDS)which may be obtained from the manufacturer. 25: ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. 26.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFP. Failure to do so will 2018-002-JC • 7 MIAMI BEACH be at the Proposer's risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment will be made by.the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. 29. COPYRIGHT, PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 30. DEFAULT: Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. • 31. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated,trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations,authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to:enter or goon to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the Proposer, or its officers,employees, contractors, and/or agents,for failure to comply with applicable laws. 32. SPECIAL CONDITIONS. Any and.all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 33. NON-DISCRIMINATION, The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability. 34. DEMONSTRATION OF COMPETENCY. The city may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience) in making an award that is in the best interest of the City, including: 01'8-00 -JC 8 MIAMI BEACH A. Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity,,equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and, well established company in line with the best business practices in the industry, and as determined\by the City. of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance(experience), in making an award that is in the best interest of the City. F.The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier,which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right,title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation,without the prior written consent of the City. 36. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 37. OPTIONAL CONTRACT USAGE.When the successful Proposer(s) is in agreement,other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 38. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase anygoods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 39.,DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation;then B. Addendum issued for this solicitation,with the latest Addendum taking precedence;then C. The solicitation; then D. The Proposers proposal in response to the solicitation. 40. INDEMNIFICATION. The Proposer shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits; causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay a!! claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City,where applicable, including appellate proceedings, and shall pay all costs,judgment6, and attorney's fees which may be incurred thereon. The Proposer O-002-JC 9 � j MIAMI BEACH expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are. exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to 'perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from- public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 43. OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with,all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals, having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFP (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. 44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. 45. MODIFICATION/WITHDRAWALS OF PROPOSALS.A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 46. EXCEPTIONS TO RFP. Proposers must clearly indicate any exceptions they wish to take to any of the �a terms in this RFP, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, 2018-002-JC 10 MIAMI BEACH may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFP to which Proposer took exception to(as said term and/or condition was originally set forth on the RFP). 47. ACCEPTANCE OF GIFTS, FAVORS, SERVICES.Proposers shall not offer any gratuities,favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. 48. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at anytime during the RFP solicitation process, unless otherwise noted herein. 49. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby--agreed and understood that the City; through the approval-of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s) that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order(or Change Order if Purchase Order already exists). In some cases,the City may deem it necessary to add additional items through a formal amendment to the Contract, to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that • fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Page Intentionally Left Blank 2018-002-JC 11 MIAMI BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals.Additionally,ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or containerin which the proposal is submitted: solicitation number, solicitation title, Proposer name, Proposer return address. Proposals received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Bid Proposals are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of proposals will be considered late and not be accepted or will be returned to Proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. 3. PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals(be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. TAB 1 Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. . 1.2 Proposal Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements.Submit verifiable information documenting compliance with the minimum qualifications ree+uirements established in Appendix C, Minimum Requirements and Specifications. TAB 2 Experience&Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track ?ecord of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the Proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone&email, and year(s) and term of engagement. 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each Proposal team member to be assigned to this contract. • Provide a listing of in-house personnel to be used on the project and their qualifications for performing, managing, directing ordocumenting disaster debris removal work. A resume including education, experience, licenses and any other pertinent information shall be included for each team member, 2.3 Financial Capacity. Each Proposer shall arrange, at the request of the City, for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. The cost of the preparation of the SQR shall be the responsibility of the Proposer.The Proposer shall request the SQR report from D&B at https://supplieroortal.drib.corn/webapp/wcslstores/servlet/SupplierPortal?storeld=11696 2018-002-JC • 12 MIAMI BEACH Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early.as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun&Bradstreet at 800-424-2495. _ TAB 3 Approach and Methodology Submit detailed information on how proposer plans to accomplish the required scope of services, including detailed information which addresses, but need not be limited to: disaster mobilization plan, subcontractor resources, project timeline, phasing and staging considerations, and risk mitigation for assuring project is managed according to the needs of the City and its Debris Management Plan (DMP). The following shall be included in the proposal response: 3.1 The proposer's approach to subcontracting work, including but not limited to the respondent's processes for selecting and training subcontractors to manage disaster events. 3.2 A detailed plan for operating debris management sites for the City of Miami Beach,addressing any applicable State and Federal laws and regulations. 3.3 A detailed plan for disaster debris removal operations, to include proposer's'approach to mobilization, a proposed schedule/timeline for operations, safety procedures, and project management approach. 3.4 Proposer's experience on past disaster projects in identifying and maximizingopportunities to recycle or reuse debris generated by a disaster event(s), with attention to how such opportunities would be implemented for the City of Miami Beach. 3.5 A narrative on how the proposer intends to collaborate with City.of Miami Beach agencies, departments,and other agencies before, during and following a disaster event including participation in and provision of periodic drills • and trainings. . TAB 4 Cost Proposal Submit a completed Cost Proposal Form (Appendix E). 4. FINANCIAL CAPACITY. Within three (3) business days of request by the City, Each Proposer shall arrange for • Dun & Bradstreet to submit a Supplier Qualification Report(SQR)directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Proposers are responsible for the' accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun&Bradstreet at 800-424-2495. li 2018-002-JC 13 MIAMI BEACH 5. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). Balance of Page Intentionally Left Blank • 2018-002-1C 14 MIAMI BEACH SECTION 0400 PROPOSAL EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the requirements set forth in the solicitation. If further information is desired, Proposers may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of proposals will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the proposals only. The Evaluation Committee does not make'an award recommendation to the City Manager. The results of Step 1 & Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to 'make a recommendation to the City Commission. In the event that only one responsive proposal is received, the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement Management. An Evaluation Committee,appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In'doing so, the Evaluation Committee may review and score all proposals received,with or without conducting interview sessions. Step r-Qualitative Criteria Maximum Points. Proposer Experience and Qualifications,including Financial Capability 40 ' Approach and Methodology 35 TOTAL AVAILABLE STEP.1 POINTS 75 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposers may receive additional quantitative criteria points to be added by the Department of Procurement Management to those points earned in Step 1, as follows. Step 2-Quantitative Criteria Cost Proposal 25 Veterans Preference 5 . • TOTAL AVAILABLE STEP 2 POINTS - 30- Balance of Page Intentionally Left Blank 2018-002-JC 15 l MIAMI BEACH 4. Cost Proposal Evaluation. The cost proposal points shall be developed in accordance with the following formula: Sample Objective Formula for Cost Vendor Vendor Example Maximum Formula for Calculating Points Total Cost Allowable Points (lowest cost I cost of proposal Points Proposal (Points noted are for being evaluated X maximum Awarded illustrative purposes only. allowable points=awarded Actual points are noted above.) points) Round to Vendor A $100.00 20 _ $1001$100 X 20=20 20 Vendor B $150.00 20 $1001$150 X 20=13 13 Vendor C $200.00 20 $1001$200 X 20=10 10 • 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement Management. Step 1 and 2 scores will be converted to rankings in accordance with the example below: • - Proposer A Proposer B Proposer C •:_:..---1;,11-. Step 1 "" ``i,3::: Points 82 76 80 _,..:,,::24":,T.� . Step 2 12 Points 22 15 ' ,' :,1;r Committee - - Total 104 91 92 p. _ Membert_ _.Rants .. i '-;,-..;;I:` -,I. ... '"::::ii: ,. - : ;..� Step 1 - .,::.: . ';.- Points 79 85 72 �, -•-•,.,.:c./.--.;;;,:,;.,V. Step 2 Points 22 15 12 cactiTotal 101 100 84 Commdtee. .. ,_ .. Member 2 .. .Rank , :_, -._:1 4 ':... -. :.,,3`. s Step 1 c _- Points 80 74 66 Step 2 7` 'Wt"'" :' Points 22 15 12 commdfee Total 102. 89 78 vMeibber2. , 7anrc,.;. ?4 L.•_..:... ..,_.. k a ...., . :rx: .,•.3; Low Aggregate Scare •• . 3 - 7 8 Final Ranking' 1 2 3 * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his• recommendation to the City Commission,which may be different than final ranking results. Balance of Page Intentionally Left Blank 2018-002-IC APPENDIX A MIAMIBEACH Proposal . .Certification , Questionnaire & Requirements Affidavit Disaster. Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 2018-002-JC 17 • • Solicitation No: •Solicitation Title: 2018-002-JC Disaster Recovery Services Procurement Contact: Tel: Email: Jason Crouch 305-673-7000 x6694 jasoncrouch@miamibeachfl.gov PROPOSAL CERTIFICATION,QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: No of Years in Business: No of Years in Business Locally: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: • CITY: • STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: N ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: • FEDERAL TAX IDENTIFICATION NO.: • The City reserves the right to seek additional information from Proposer or other source(s),including but not limited to:any firm or principal information,applicable licensure,resumes of relevant individuals,client information,financial information,or any information the City deems • necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. Balance of Page Intentionally Left Blank 2018-0021C 18 • 1. Veteran Owned Business.Is Pro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposers must disclose, in their Proposal,the name(s)of any officer,director,agent,or immediate family member (spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns,either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer, director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. References&Past Performance. Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and.6)Narrative on Scope of Services Provided. 4. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- erformance by an ublic sector agency? YES J NO SUBMITTAL REQUIREMENT: If answer to above is"YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or.become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of.the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants)with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request.The Code shall,at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business • Ethics,,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. Balance of Page Intentionally Left Blank 2018-002-IC 19 7. Living Wage.Pursuant to Section 2-408 of the Miami Beach,City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13(October 1,2012),the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft. Lauderdale,issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution,elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal,under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines,as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide`Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES. NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree topay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation:Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. 2018-002-JC 20 • 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract.to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for,the construction or repair of a public building or public work;may not submit proposals, proposals, or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting, divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial,status,age or disability. • SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement. Beginning on December 1, 2016,the city shall not enter into a contract, resulting from a competitive • solicitation issued pursuant to this article,with a business unless the business certifies in writing that the business has adopted and employs written policies,practices,and standards'that are consistent With the city's Fair Chance Ordinance,set forth in article V of chapter 62 of this Code. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers'or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation:This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. 2018-002-JC 21 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this solicitation, either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this solicitation. Following submission of a Bid or Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicants affiliates, officers, directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete,The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk.Proposers should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its,accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration,negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Proposals submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Proposal. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive _agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law,and all Proposals and supporting documents shall be subject to disclosure as required,by such law. All Proposals shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses.At that time,all documents received by the.City shall become public records. Proposers are expected to make all disclosures and declarations as requested in this solicitation.By submission of a Proposal,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto,such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. 2018-002-IC - 22 • , PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Proposal Certification,Questionnaire and Requirements Affidavit are true and accurate. • Name of Proposer's Authorized Representative: Title of Proposers Authorized Representative: Signature of Proposer's Authorized Representative: Date: • State of FLORIDA ) On this_day of ,20_,personally appeared before me who County of • ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: 2018-002-JC— 23 APPENDIX B MIAMIBEACH No Bid " Form Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 ' tate*` ' + pa ant ire enc r :,rib have-teed-4ved nQ tiftca ft-cot-mat t c � m a 're ee�ded no totrespond,tko cmolete and subs it� ;The'a ildla zi5rfatem`ent Of No4B48r' e("Sto ea en'r'at No Bid' provides site: C rs or t"oticn `pn show to ttiprove espliCifOtion processI �r o s bmit�t ';Stdtei ent,at No Bid=''may•resold in not being notified i ci a died t ons eft a City:° « i 201 r002-JC 24 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal __Insufficient time to respond Specifications unclear or too restrictive _ Unable to meet specifications _Unable to meet service requirements Unable to meet insurance requirements _Do not offer this product/service OTHER. (Please specify) • We do do not_want to be retained on your mailing list for future proposals of this type product and/or service. • Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Jason Crouch PROPOSAL#2018-002-JC 1755 Meridian Ave, 3'd Floor MIAMI BEACH, FL 33139 2018-002-JC 25 APPENDIX C MIAMI BE • Minimum Requirements & Specifications Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 2018-002-JC 26 Cl. MINIMUM ELIGIBILITY REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Proposer must have a minimum of five (5) years'of experience providing debris removal services, and shall demonstrate that it has performed at least three (3) debris removal projects, as prime contractor, during the past ten (10)years, on projects involving a minimum of 250,000 cubic yards of debris. • Required Submittals: For each client/project reference (minimum of 3), the following information is required: 1) client name, 2) contact individual name & title, 3) address, 4) telephone, 5) contact's email, 6) narrative on scope of services provided; 7)contract dates of removal services;8)total cubic yards responsible C2.STATEMENT OF WORK REQUIRED The City of Miami Beach is seeking proposals from qualified disaster recovery contractors to provide technical expertise and guidance, to support the City during emergency recovery efforts following declared disaster event(s). Such services includes, but is not limited to the following: vegetative debris removal, construction and demolition removal (C&D), white goods, electronic debris, road clearance, staging, disposal, hazardous waste removal, debris separation, labor, supervision, equipment, materials, facilities, power, communications, security and other services and supplies necessary for, or incidental to, the performance of the debris removal and disposal services described herein. Because disaster events often. result-in significant quantities of disaster debris, which can pose a threat to life and property, the City has decided to procure, in advance of any disastea standby,pre-event contract for the removal, management, and disposal of disaster debris under the eligibility guidelines developed by the Federal Emergency Management Agency. r C3.TECHNICAL SPECIFICATIONS 3.1 Minimum Staffing Requirements. Proposers must familiarize themselves with City's Debris Management Plan(to be provided at pre-proposal conference), including but not limited to the City's,division of its geographic area into 16 work zones. The Contractor must be able to expand or contract operations based on the size\and nature of the disaster and in consultation with the City. However, the contractor must,within 48 hours of written authorization to proceed by the City,deploy no less than one(1)full debris removalcrew in each of the 16 zones,capable of removing a minimum of 200 yards per day to the TDSR (see current FEMA guidance on debris removal crew and equipment makeup). Contractor must provide all labor, equipment and materials required to complete any tasks under this contract. 3.2 Debris Removal and Management. Contractor shall be responsible for the removal and proper management of disaster-related debris posing a threat to life or property. Contractor shall proceed under individual work authorizations approved by the City.Work shall be limited to eligible debris within the scope of work as defined by the RFP and by relevant 2018-002-JC 27 FEMA guidelines and regulations. 3.3 Supervision by Successful Proposer. Under the general oversight of the City, Contractor shall supervise and direct all of its work, workers, subcontractors, and equipment. Contractor is solely responsible for the means, methods, techniques, sequences, safety programs, and procedures utilized. Contractor shall employ and maintain on the work sites a qualified Supervisor(s) who shall have full authority to act on behalf of Contractor, and all communications given to the supervisor in writing by the City shall be as binding as if given to Contractor. 3.4 Technical Assistance. Contractor shall provide disaster recovery technical assistance to City's Administration. This service shall include debris documentation and management for the FEMA public assistance program, including planning,training,and exercise development. 3.5 Quality Assurance. Contractor shall provide sufficient supervision and programmatic controls to ensure compliance with procedural and regulatory standards established by FEMA, State of Florida,and the City of Miami Beach. 3.6 Emergency Road Clearance. Contractor shall accomplish the cutting, tossing, and/or pushing of debris, hanging limbs, or leaning trees from primary roads as identified and directed by the City. The debris shall be stacked on the right- of-way to allow passage of vehicles along the primary transportation routes. To the extent permissible under controlling FEMA debris monitoring guidelines, this work shall be accomplished using the hourly labor and equipment rates provided in the Cost Proposal of this RFP. 3.7 Operation of Temporary Debris Storage and Reduction Sites("TDSR"). The City currently has one site approved for use as a TDSR, which is located at 2800 Meridian Avenue, Miami Beach, FL 33139. In the event an additional TDSR is required, the City of Miami Beach will coordinate site establishment and permitting activities. The Meridian Avenue site is currently permitted for use as a green waste facility.The Florida Department of Environmental Protection (DEP) has approved its use as a TDSR in prior tropical storms and hurricanes. The City makes available any TDSR site to the Contractor at no lease/rent charge;however,the Contractor is responsible for all TDSR operations (including development, preparation and maintenance of the site during debris operations, including maintaining daily logs, preparing site progress reports, and enforcing safety and permitting requirements during site operations) and Contractor shall be responsible for site closure to pre-use conditions in accordance with DEP requirements. Contractor's TDSR site development, preparation and facilities maintenance includes installation of entry and exit roads,and interior road(s), placement of temporary facilities such as-office space,towers, security and traffic control devices for the entire period of debris operations through site restoration. . If necessary, Contractor shall provide for gravel/lime rock placement for TDSR roads that require stabilization for ingress and egress and all other site developments in accordance with the attached unit cost bid breakdown. Payment for Contractor's operation, management, restoration and closure of TDSR shall be a per-cubic- i I ' yard price based on the volume of unprocessed vegetative and C&D debris entering the TDSR. 3.8 Vegetative Debris Removal from Rights-of-Way(ROW)to TDSR within City Limits. As directed by the City, Contractor shall load and haul all eligible vegetative debris from City owned properties and public ROW to a TDSR within the City limits(see information above regarding approved and 2018-0021C 28 � i potential TDSR locations). This includes fallen tree and limb debris that is located on public property and ROW as well as hazardous limbs and trees removed by the Proposer under pay items below and placed on public property or ROW. Payment shall be on a per cubic yard basis. 3.9 Reduction of Vegetative Debris by Grinding at TDSR. The Contractor may, at City's option, be required to reduce vegetative debris by grinding. Price shall be on a per cubic yard basis(volume prior to reduction). 3.10 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade Central Transfer Station. Contractor may,at City's option,be required under this line item to load and haul vegetative debris that has been reduced by grinding at the TDSR to the Miami-Dade Central Transfer Station located at 1150 NW 20th Street in the City of Miami, or other approved location. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.11 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade North Dade Landfill. Contractor may,at City's option, be required under this line item to load and haul vegetative debris that has been reduced by grinding at the TDSR to the Miami-Dade North Dade Landfill located at 21500 NW 47 Avenue, Miami, FL 33055 in the City of Miami,or other approved location. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.12 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade Resource Recovery Center. Contractor may, at City's option, be required under this line item to load and haul vegetative debris that has been reduced by grinding at the TDSR to the Miami-Dade Resource Recovery Center located at 6990 NW 97th Ave, Doral, FL or other approved location. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.13 Vegetative Debris Removal from Rights-of-Way(ROW)directly to Final Disposal Location. As directed by the City, and if a TDSR is not utilized, Contractor shall load and haul all eligible vegetative debris from ROW to final disposal to the facilities identified or other approved location(s). Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.14 Removal of Hazardous Stumps. Contractor shall remove hazardous stumps as identified and directed by the City. Stumps must measure greater than 24"in diameter(measured 2 feet from the ground).Stump removal shall include backfilling the void with appropriate fill material and hauling the stumps to the TDSR. Payment is for stump removal and backfill only. For hauling purposes, stumps will be converted to cubic yards measurement per current FEMA debris management guidelines and hauled under appropriate line items for vegetative debris. For reduction and disposal purposes, stumps will be considered vegetative debris and handled as such under separate line items. 3.15 Removal of Hazardous Hanging Limbs. Contractor shall remove hazardous hanging limbs over 2" in diameter(measured as close as possible to the break) from trees on public property and ROW, as identified by the City. The City must identify and approve trees with eligible hazardous limbs prior to removal by the Proposer in order for this work to be eligible for payment. Limbs shall be cut as close as possible to the first healthy lateral limb or trunk to preserve the health,of the tree and avoid future hazardous conditions. Hazardous limbs shall be removed and placed on public propertyor ROW for pickup. Payment for this item shall be per tree. Payment for 2018-0021C 29 hauling, reduction and disposal of the hazardous limbs removed and placed on ROW will be handled separately under appropriate line items for loading, hauling, reduction and disposal of vegetative debris. 3.16 Removal of Hazardous Trees. Contractor shall remove hazardous leaning trees (leaners) 6"or greater in diameter(measured 54"above ground) from public property and ROW, as identified by the City. Disaster damaged trees leaning more than 30 degrees from vertical and trees with more than 50% of the canopy damaged shall be considered hazardous trees. Hazardous trees shall be removed and placed on public property or ROW for pickup, removal and disposal under appropriate line items. The City must identify hazardous trees prior to removal to be eligible for payment. Payment for this item shall be on a per tree basis. In the event that the root ball of an eligible hazardous tree is more than 50%exposed,the removal,disposal and backfill of the stump will be performed and paid under the line item for Removal of Hazardous Stumps upon approval by City. 3.17 C&D Debris Removal from Rights-of-Way(ROW)to TDSR within City Limits. As directed by the City, Contractor shall load and haul all eligible construction and demolition debris from ROW to a TDSR within the City limits (see information above regarding approved and potential TDSR locations). 3.18 C&D Removal from TDSR to Final Disposal Locations. As directed by the City, Contractor shall load and haul all eligible C & D debris from ROW to final disposal to the facilities identified in line items 4 —6. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.19 C&D Removal from Rights-of-Way(ROW)directly to Final Disposal Locations. As directed by the City, Contractor shall load and haul all eligible C & D debris from ROW to final disposal to the facilities identified in-line items 4 — 6. Price for this line item shall not include tipping or disposal fees..The.City shall reimburse Contractor for actual tipping or disposal fees. 3.20 Sand Removal, Screening and Replacement(Beach Renourishment). As directed by the City, Contractor shall screen sand to remove all eligible debris deposited by the event. This process includes the collection of debris laden sand,transporting the sand to the processing screen. located in the beach, processing the debris-laden sand through the screen and returning the sand to the appropriate beach location as directed by City. Debris removed from the sand wilt be collected,hauled, and processed as ROW debris. 3.21 White Goods Requiring Freon Removal. Contractor shall remove, transport, and recycle (or dispose of, at Contractor's discretion) all white goods that contain or use Freon, including but not limited to refrigerators, freezers, HVAC units, etc., from public property and ROW.Contractor shall be responsible for any disposal costs. Payment under this item will be per unit. White goods not containing Freon shall be loaded and hauled under applicable line items for C&D debris removal. 3.22 Freon Removal. Contractor shall,as directed by the City, remove Freon from refrigerators,freezers,and HVAC units. Freon capture must be performed by a licensed technician. White goods may be transported to a storage area before decontamination as long as Freon is not released during the removal, hauling,or recycling. Payment under this item will be per each unit. 2018-002-JC 30 3.23 Hazardous Waste Removal and Transport. . As directed by City, Contractor shall remove and transport any Hazardous Waste identified by the City or its representative to the TDSR or other central collection site identified by the City. Contractor must follow all applicable local, state and federal laws and regulations in connection with this work. No disposal fee is to be included in this line item. To the extent practicable the Hazardous Waste will be segregated in the field and hauled in concentrated loads.Payment under this item will be per pound. 3.24 Removal,Hauling, and Disposal of Dead Animal Carcasses. The Contractor shall remove haul and dispose of dead animal carcasses as directed by the City. Disposal must be in accordance with federal,state,and local regulations. 3.25 Hauling•Reduced Vegetative Debris to Alternative Sites. Contractor may, at City's option, be required under this line item to load and haul vegetative debris that has been reduced by grinding at TDSR to alternative disposal locations determined by the City. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. C4. HOURLY LABOR AND EQUIPMENT RATES Immediately following a disaster during the term of the contract, it may be necessary to perform emergency clearance of primary transportation routes as directed by the City. (Refer to City's Debris.Management Plan.) Payment under this item,at City's option and subject to FEMA guidelines,may be on an hourly basis for manpower and equipment as listed in Group 6,Appendix E,Cost Proposal Form,and in accordance with the submittal instructions therein.This hourly work will only be conducted through the first 70 hours following authorization to proceed and as agreed in writing pending the development of fixed fee/lump work scopes. • Balance of Page Intentionally Left Blank it 2018-002-JC 31 APPENDIX D MIAMI BE CH Special Conditions Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR - MIAMI BEACH, FLORIDA 33134 A 2018-002-JC 32 1.TERM OF CONTRACT. Three(3)years. 2. OPTIONS TO RENEW. Option to renew is at the discretion of the City Manager for two(2)additional one (1)year periods. 3. PRICES. Not Applicable. 4. EXAMINATION OF FACILITIES. Not Applicable. 5. REQUIRED CERTIFICATIONS. Not Applicable. 6.SHIPPING TERMS.Not Applicable. 7. DELIVERY REQUIREMENTS. Not Applicable. 8.WARRANTY REQUIREMENTS. Not Applicable. 9. BACKGROUND CHECKS. The Contractor(s) shall conduct a full criminal background check at its own expense on each of its employees engaged in providing services under this RFP or any resulting Agreement prior to the commencement of said services. No Contractor(s) employee shall be eligible to perform services, pursuant to this RFP or resulting Agreement, if he or she: (1) has been convicted of or was placed in a pre-trial diversion program for any crime involving dishonesty or breach of trust;. embezzlement; drug trafficking; forgery; burglary; robbery; theft; perjury; possession of stolen property; identity theft; fraud; money laundering; shoplifting; larceny; falsification of documents and/or (2) has been convicted of any sex, weapons, or violent crime including but not limited to homicide; attempted homicide; rape; child molestation; extortion; terrorism or terrorist threats; kidnapping; assault; battery; and illegal weapon possession, sale or use. The Contractor(s) shall defend, indemnify and hold the City, its officers, employees, and agents harmless from and against any and all liability, toss, expense (including reasonable attorneys'fees)or claims for injury or damages arising out of its failure to comply with this requirement. 10. SUB-CONSULTANTS. The Vendor shall not retain, add, or replace any sub-consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub-consultant by the City Manager shalt not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant from the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub-consultants shall be the sole responsibility of Consultant. 11. NEGOTIATIONS. Upon approval of selection by the City Commission, negotiations between the City and the selected Proposer(s) will take place to arrive at a mutually acceptable Agreement, including final scope of services, deliverables and cost of services. 2018-002-JC 33 APPENDIX E MIAMI BEACH ctprqposalForm Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 2018-002-JC 34 • APPENDIX A COST PROPOSAL FORM Failure.to submit the Cost Proposal Form, in its entirety and fully, executed, by the deadline established for_the receipt of proposals,will result in proposal being deemed non-responsive and bein• re'ected'. Proposer affirms that the prices stated on the Cost Proposal Form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms, conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices, delivery delays, taxes, insurance,cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by.the City Manager in advance. The Cost Proposal Form shall be completed mechanically or, if manually, in ink. Cost Proposal Forms completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form shall be initialed. ** PRICING FOR EACH LINE ITEM OF GROUPS 1-6 SHALL BE BASED ON THE AMOUNT OF DEBRIS LIKELY GENERATED BY A CATEGORY 3 STORM EVENT, INFLICTED UPON THE CITY OF MIAMI BEACH. Group 1: TDSR Operations • er, 'f9kL r'T �i-..� S -.,,,a t � °, nY DESCRIPTION r'f ��4 " � '• � UNIT x! r ,COST. $, 4': __-•;�._ _ _�.... __ . . .; ,-stM._ _. ..._ __ �s...;r. � .s..:err..,m .,.._.s „r�,s` �R.�,,i._ -s a.,._•r_.i:�, �t ,alk.s`? 1. Operation of Temporary Debris Storage and Reduction Sites("TDSR") CY $ 2. Furnishing and spreading suitable fill material (gravel base)for temporary roadway CY $ 3. Installing 8 foot chain link fence with wind screen with 20 foot entry gate(s), LF $ 4. Installation of 4 foot protective chain link fence for interior site protection(trees, etc.) LF $ 5. Furnishing and installation of inspection tower Per Tower ' '''�t�S�x °� 2018-002-JC 35 ` ' Group 2: Vegetative Debris Management 6. Vegetative Debris Removal from Rigto a TDSR within City Limits CY 7. Reduction of Vegetative Debris by Grinding at TDSR CY $ 8. Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade Central Transfer Station CY $ 9. Hauling Vegetative Debris Reduced by Grinding from TOSRtn ' Miami-Dade North Dade Landfill CY $ Hau|ingVegebativoObbdoReduoadbyGhnding from TDGRto 10. Miami-Dade Resource Recovery Center CY $ Vegetative Debris Removal from Rights-of-Way (ROW)directly to Miami-Dade Central Transfer 11. Station CY $ ' Vegetativefrom 12. ^ (ROVV)directly boNorth Dade Londfi|| CY $ Vegetative Debris Removal frOm Righis-of-Way ' 13. (ROW)directly to Miami-Dade Resource Recovery Center ' CY $ • � ��mm�/pf�o�d Hazardous '� 14. Greater than 24"to 36"diameter Per Stump $ 15. Greater than 36"ho48~diameter Per Stump $ i | 16. Greatethan 48"diameter Per Stump $ , \ 17. Removalqf Hazardous Hanging Limbs Per Tree '$ ! ' �mmov�mYH�m����T�� "' 18. Greater than 6"to 12"diameter Per Tree $ 19. '- Greater than 12"to24^diameter Per Tree $ . 20. Greater than24" 36" diameterbo Per Tree $ 21. Greater than 3G^bo48^diameter Per Tree $ ! 20l8f]02�� . 36 i 22. Greater than 48"diameter Per Tree $ rr ti kY 7 .a }4� L '7ranylt art} ° .-It '°i E tq { r5 3 . r 4Y ,':tiCEFUj )" XF Y Trl {4r � xi4 �'fSTY;: Z 4. , ,�f.,,,-.,d r ; L J l-4.,, 4, fr . � $. GROUP2SUBTOTAL ` ' ! Y =,, ` . . :,a, .•y, Group 3: C&D Debris Management laPr'; �z# �rY,i� s n vYF".3 �,� f,, w i;.. '..-,,,,,,,v-!4 r ay �. M t'.i ;r a.i.. '� 6+� NL., ti.,,;.� { t ; ,:,"f r .r : �4 ,t,-,•.� , i s to '�T 3 ,.i fM i%R .e • .fit e t5%''-i. ,e* 1' y �x: DES,CRIPT[ON � ,FUNIT'����'J.,4/•-COST ZS. `:Y - ^t� '',::3',••:'$1-k.'' o.._.�-� 1 7'.{• s..:t,'.=?r.� • "� ..___ , ....�.... `�". ....:A;.-:,.':'•,-,,—:1;:-:1 L .-. ,n`�ARa �.;.,�, � _ ik. "' C&D Debris Removal from ROW to a TDSR within 23. City Limits CY $' Hauling C&D Debris from TDSR to 24. Miami-Dade Central Transfer Station CY $ Hauling C&D Debris from TDSR to 25. Miami-Dade North Dade Landfill CY $ _ Hauling C&D Debris from TDSR to 26. Miami-Dade Resources Recovery Center CY $ _ Hauling C&D Debris from ROW Directly to 27. Miami-Dade Central Transfer Station CY $ C&D Debris Removal from ROW directly to Miami- 28. Dade North Dade Landfill CY $ C& D Debris Removal from ROW directly to Miami- 29. Dade Resource Recovery Center CY ky~s c,r d 5 ; i Y Sa a �,. i",T7 :' r , t g,-,,T.' "`m.;"Y �,F C A , ``t t , wA',.''t.,6' •4 Air.'!,'•:,•• rv�7.,..d Y C A'a „ " y ,a,I+ s tt a s- ,. rr °4 7 .,,ti4 ark'E ,� .e.,-,.i ,t, �btiY. •, 0 r„"'.p 9�” _{ E �E �,,-'-GROUP3 SUB TOTALS ,e,;,1 s �- a$ ... . . -.,.�' =t. .... ... -r- +' .i�. . r_q*"--, -T `� '. ✓'._ •#'Y . .,.S.'��.t ?__: ;s'i'b. Group 4: Other Services t•K rr1.. _,. t. a 41 i; M1'E - *4 '`•. 7rT�._'' F" v t� , k c � ry � I 1, 1;.,s 2.Ee,:ti3mS.k.SFizj : ` A �4t- x •x I. .1 t U tDESCRIPTION•"i* ,,, _ ' UNIT ;+ CQ$ �g.„ tt. .i. , r.,,:... .I ,`t', }ro . ,,,,:,,,,c,:,-4 " r ,m:%is ;a� t,,,,,, ,< ax 3 Sand removal, screening and replacement(beach 30. restoration) CY $ Loading and Hauling White Goods Requiring Freon 31. Removal Per Unit $ 32. Freon Removal by Qualified Technician Per Unit $ 33. Hazardous Waste Removal and Transport Per Pound $ Removal, Hauling and Disposal of Dead Animal 34. Carcasses Per Pound $ 35. Bulk Ice,Delivered Per Pound $ r� S 1 ` F"dif T *.,t,,,,* 4 ii 'itt . � d'n t 4#iY 7. ,C .! 1 , pfi ��r ' -4- SK yafo ,..v.,3:, , re'..',,' 1 Q ia� '4:i''.-A''^-. ` �rb• # � t^ Si ,r: y t�.,y„•4 �s$V. s ..,t',''-'',.';'".`.4 (GROUP 4 SUBTOTAL y ki3 ... -7\•‘-. ,•s,..tF:.._ b. ' _ , r - 2018-002-JC 37 Group 5: Hauling Reduced Vegetative Debris to Alternative Locations ti S y r 3 'Sh F 1.`;,1:12 �.. ,4•: ITEM; Y '4;cDESCRIPTION UNIT , COST:` 36. 20—30 miles CY $ 37 Greater than 30 Miles-40 Miles CY 38. Greater than 40 Miles—50 Miles CY 39 Greater than 50 Miles—60 Miles CY 40.. Greater than 60 Miles—70 miles CYtss $ tit AeYs, •! � �rC � �� 4-4d1w'� +`•r 7 . ' ` B-yT_OTAL} ils.+y ff l4JV $ * SUBTOTAL COST FROM GROUPS 1-5 TO BE ENTERED BELOW: 4 r< i T r 4�j �. 5 tq �t_i *+ 4rp�k �1� ''^ '•� ..v v',$¢`•� � p.,t a. �" GROUPS 1 5 SUBTOTAL �' " `. '; $ #3�" ...•fit .tf . Group 6: Hourly Labor and Equipment Rates (*All equipment rates include the cost of the operator,fuel, and maintenance.All labor rates include the cost of personal protective equipment,including but not limited to:hardhat,traffic safety vest,steel-toed shoes,gloves, leggings and protective eyewear.) yt.`"f _.. .. F.£.. �._ „ bw'`kr-�a f3 .i x�p.,,,d. ,y . .`."f w$:. � ai 't '. '. � '3` r}.k '�,,+u' • t. E...; t ,,[1t,,, yc, �a.. 41. JD 544 Wheel Loader with debris grapple $ 42. JD 644 Wheel Loader with debris grapple $ 43. Extendaboom Forklift with debris grapple $ 44. 753 Bobcat Skid Steer Loader with debris grapple $ 45. 753 Bobcat Skid Steer Loader with bucket $ 46. 753 Bobcat Skid Steer Loader with street sweeper $ 47. 30-50 H Farm Tractor with box blade or rake $ 48. 2—2 1/2 cu. yd.Articulated Loader with bucket $ 49. 3—4 cu. yd.Articulated Loader with bucket _ $ 50. JD 648E Log Skidder or equivalent $ 51. CAT D4 Dozer • $ 52. CAT D5 Dozer $ 53. CAT.D6 Dozer $ 2018-002-JC 38 it 54. CAT D7 Dozer $ 55. CAT D8 Dozer $ 56. CAT 125 140 HP Motor Grader $ 57. JD 690 Trackhoe with debris grapple $ 58. JD 690 Trackhoe with bucket and thumb $ 59. Rubber Tired Excavator with debris grapple $ 60. JD 310 Rubber Tired Backhoe with bucket and hoe $ 61. 210 Prentiss Knuckleboomwith debris grapple $ 62. CAT 623 Self-Loader Scraper $ 63. Hand-Fed Debris Chipper $ 64. 30 Ton Crane $ 65. 50 Ton Crane $ 66. 100 Ton Crane $ 67. 40-60' Bucket Truck $ 68. Greater than 60' Bucket Truck $ 69. Fuel/Service Truck $ 70. Water Truck $ 71. Portable Light Plant $ 72. Lowboy Trailer with Tractor $ 73. Flatbed Truck $ 74. Pick-up Truck(unmanned) $ 75. Self-Loading Dump Truck with debris grapple $ 76. Single Axle Dump Truck, 5-12 cu.yd.• $ 77. Tandem Axle Dump Truck, 16-20 cu. yd. $ . 78. Tandem Axle Dump.Truck,21 -30 cu. yd. $ 79. Tandem Axle Dump Truck, 31 -50 cu. yd. $ 80. Tandem Axle Dump Truck, 51 -80 cu. yd. $ ' 81. Chainsaw(without operator) $ 82. Temporary Office Trailer $ 83. Mobile Command and Communications Trailer $ 84. Laborer, with small hand tools $ 85. Skilled Sawman - $ 86. Crew Foreman with cell phone $ 87. Tree Climber $ 88. LF of Security Fencing $ 89. Ton of Crushed Stone Placed and Graded $ 90. Sand Screening Apparatus $ 91. Traffic Control Devices $ i 92. Temporary Light Tower $ 93. Site Security Systems (camera etc.) $ 2018-002-)C 39 4 .1 A"4rt ,yr.. � � P!",}ar!- � { l : GROUP'6 SUB:TOTAL t � $ '� • *GRAND TOTAL COST FOR ALL GROUPS (1-6) TO BE ENTERED BELOW: GROUPS:1.-t6 GRAND TOTAL.YCOST $ sr,,, u .., , • •• Bidder'sAffirrriation Company: Authorized Representative: Address: Telephone: Email: Authorized Representative's Signature: 2018-002-JC 40 APPENDIX F MIAMI BEACH .Insurance Requirements Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 1 201 S02-jC 41 MIAMI BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers'Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to; include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10%of the limit of liability. XXX 6. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 7. Other Insurance as indicated: _Builders Risk completed value $ .00 Liquor Liability $ .00 Fire Legal Liability • $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 Other $ .00 XXX 8. Thirty(30) days written cancellation notice required. XXX 9. Best's guide rating B+:VI or better, latest edition. XXX 10. The certificate must state the proposal number and title The City of Miami Beach is self-insured.Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. 2018-002-JC 42 • • APPENDIX G MIAMI BEACH Debris Management Plan • Disaster Recovery Services 2018-O02-J C PROCUREMENT DEPARTMENT • 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 2018-002-JC 43 m MIAMI BEACH City of Miami Beach,1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov CITY OF MIAMI BEACH DISASTER DEBRIS MANAGEMENT PLAN 2018-0021C 44 City of Miami Beach ® MAM1 BEACH Debris Management Plan Table of Contents 1.0 GENERAL 4 1.1 Purpose 4 1.2 Scope 4 1.3 Existing Conditions 5 1.4 Priorities 5 2.0 SITUATIONS AND ASSUMPTIONS 6 2.1 Disaster Event Situations 6 2.2 Disaster Event Assumptions 7 2.3 Forecasting Debris 7 2.3.1 Debris Quantities 7 2.3.2 Residential Buildings 8 2.3.3 Outbuildings 9 2.3.4 Vegetation 10 2.3.5 Volume—Weight Conversion Factors 10 2.4 Concept of Operations 11 2.4.1 Overview 11 2.4.2 Administrative Staff 11 2.4.3 Public Information Officer 12 2.4.4 Legal 0 13 2.4.5 Engineering/Planning 13 2.4.6 Contracting and Procurement 13 2.4.7 Reimbursement Coordinator .14 3.0 STANDARDIZATION 14 3.1 Attachment 5.10-Sample "Load Ticket" Error! Bookmark not defined. 3.2 Attachment 5.11 -Sample Debris Truck Placard Error! Bookmark not defined. 3.3 Attachment 5.12-Disaster Debris Management "Notice to Proceed" Error! Bookmark not defined. 3.4 Attachment 5.13 -Disaster Debris Monitor "Task Authorization" Error! Bookmark not defined. 4.0 CERTIFICATIONS 14 5.0 OPERATIONS 15 5.1 Non-Event Operations 15 5.2 Pre-Event Operations 15 5.3 Training& Exercises 16 5.4 Debris Management Phases 17 5.4.1 Priorities 17 5.5 Response Operations 18 September 2011 i 5.5.1 Phase I-Emergency Road Clearing 18 5.5.2 Phase II-Recovery Operations (Debris Removal, Reduction, Disposal, Recycling) 19 5.5.3 Estimating Staff, Procedures, and Assignments 21 5.6 Debris Collection Methods 22 5:6.1 Curbside Collection 22 5.6.2 Collecting Hazardous Waste and White Goods 22 5.6.3 Hazardous Trees 23 5.6.4 Hazardous Limb Removal (Hangers) 23 5.6.5 Hazardous Limbs are as follows. 23 5.6.6 Hazardous Stumps 24 6.0 TEMPORARY DEBRIS STORAGE REDUCTION SITES (TDSRS) 25 6.1 Site Selection Priorities 25 6.2 TDSR Site Management 25 6.2.1 Site Manager 25 6.2.2 Monitoring Staff and Assignments 25 6.2.3 Safety Personnel 26 6.3 Operations Planning 26 6.3.1 Site Selection 26 6.3.2 Permits and Locations 27 6.3.3 TDSR Baseline Data Collection 27 6.3.4 Site Layout 28 6.3.5 Site Preparation 28 6.3.6 Volume Reduction Methods 29 6.3.7 Recycling u 29 6.3.8 Environmental Monitoring Program 31 6.3.9 Site Closure 31 6.3.10 TDSR Site Close-out Planning 31 6.4 Post-Event Operations 32 6.5 Emergency Communications Plan 33 6.6 Health and Safety Plan and Procedures 33 7.0 MONITORING STAFF AND ASSIGNMENTS 33 7.1 Load Site Monitors 34 7.2 Disposal Site=TDSR Monitors 35 8.0 PLAN UPDATES 36 2018-0 2-JC 2 APPENDICES Appendix A. Debris Management Center Appendix B. Debris Managemetn staff Appendix C. FEMA guidelines Appendix D. FHWA guidelines Appendix E. Debris Contractor (s) Appendix F.Debris Monitor Contractor(s) Appendix G. Emergency Road Clearing ( Priority Roadways) Appendix H. Debris Zones Appendix I. Temporary Debris Storage Reduction ( TDSR) site location Appendix J. Truck Placard Appendix K. Truck Certification list Appendix L. Debris Load ticket example Appendix M. Debris'Load Ticket Log example Appendix N. Debris Loading Site Monitor Checklist Appendix 0. Debris Disposal Site Monitor Checklist Appendix P.1. TDSR Baseline checklist Appendix.P2. TDSR Site Closure checklist Appendix Q. Potential Disposal Sites \ I 2018-002-JC 3 1.0 GENERAL 1.1 Purpose The purpose of this plan is to provide for effective and efficient management of disaster- generated debris within the municipal boundaries of Miami Beach, Florida. The plan is intended to be an evolving document that provides a comprehensive approach to preparing for and implementing debris management operations following a major disaster. This Plan unifies the efforts of public and private organizations for a comprehensive and effective approach to: • Provide organizational structure, guidance, and standardized guidelines for the clearance, removal, and disposal of debris caused by a major debris- ' generating event. • Establish the most efficient and cost effective methods to resolve disaster debris removal and disposal issues. • Implement and coordinate private sector debris removal and disposal contracts to maximize clean-up efficiencies and minimize or control debris management costs. • Expedite debris removal and disposal efforts that provide visible signs of recovery designed to mitigate the threat to the health and safety of County residents. • Coordinate partnering relationships through communications and pre- planning with local, State, and Federal agencies that have debris management responsibilities. 1.2 Scope This plan is an integral component of the Miami Beach Comprehensive Emergency Operations Plan (CEOP). It is applicable to all debris operations following any type of disaster, and to all types of disaster-generated debris, including vegetative debris, construction and_demolition debris, and household debris. The plan is intended to address disaster-generated debris that must be removed and disposed of because it poses a. threat to public and private property, a potential threat to public health and 2018-002-JC 4 safety and/or would substantially interfere with the economic recovery of the community. 1.3 Existing Conditions The City of Miami Beach, Florida ("City") has a population of 87,779 (2010 Population Census), a total area of approximately 7.1 square miles, and approximately 140 miles of paved roadways. The City is mostly developed, with few large tracts of as yet undeveloped land, numerous parks, playgrounds, green spaces and two (2) public and four(4)private golf courses. In recent years, hurricanes and major tropical storms have generated primarily vegetative debris, though about 5% of the debris generated by Hurricane Wilma in 2005. was construction and demolition or mixed materials. The City is responsible for maintaining a number of man-made canals, storm water basins and water bodies that are subject to significant impacts from debris deposited by major storms. 1.4 Priorities Operations to protect public health and safety will be given the highest priority. Similarly, debris management operations will not endanger the health and safety of individuals engaged in debris collection, transport, and handling, or to the public adjacent to debris collection sites, debris transportation routes or temporary debris storage sites. • Operations to ensure and/or restore the continuity of local government and protection of vital community infrastructure will be the next highest priority. • Operations to protect and/or prevent additional damage to public property will be the next highest property. Similar actions will be taken to protect private property when a failure to act would also endanger surrounding properties or public safety. • Operations to protect valuable environmental resources will be the next highest priority. • Operations to restore and enhance normal economic activity in the community will be the next highest priority. 2018-002-JC 5 2.0 SITUATIONS AND ASSUMPTIONS 2.1 Disaster Event Situations Natural disasters such as hurricanes, tornadoes, and flooding precipitate a variety of debris scenarios which include,but are not limited to, trees and other vegetative organic matter, construction materials, appliances, personal property, mud, and sediment. Man- made disasters such as terrorist attacks may result in a large number of casualties and heavy damage to buildings and basic infrastructure. Crime scene access,human remains and contaminated debris will significantly complicate debris removal as well as necessitate special precautions and handling. These factors will necessitate close coordination with local, State, and Federal law enforcement, health and environmental 'officials. This Plan takes an all-hazards approach to identifying and responding to the following hazards that may pose a threat to the City of Miami Beach: • Natural Hazards — severe weather, hurricanes, tornadoes, flooding, hail or earthquakes; • Human-caused Events and Hazards — urban fires, special events, civil disorder, or transportation accidents; and • Terrorist Incidents — bomb threats or attacks, sabotage, hijacking, armed insurrection, or Weapons of Mass Destruction(WMD)incidents. The quantity and type of debris generated, its location and the size of area over which it is dispersed will have a direct impact on the type of removal and disposal methods utilized, the associated costs, and the speed with which the problem can be addressed. Further, the quantity and type of debris generated from any particular disaster will be a function of the location and type of event experienced as well as its magnitude, duration, and intensity. •For planning purposes and for pre-positioning response assets, this Plan assumes that the magnitude of the event exceeds the capacities of the City. . This Plan assumes the magnitude of the event overwhelms the capabilities of the City of Miami Beach to perform debris removal and disposal with City assets alone. The fact that this Plan is based on an event that exceeds the City's capabilities in no way diminishes the value of the Plan for use in response to other types and categories of events.This Plan establishes a general framework that, with minor modifications, can be used in any debris-generating event. 2018-002-JC 6 • 2.2 Disaster Event Assumptions This Plan addresses the clearing, removal and disposal of debris generated by the previously mentioned hazards based on the following assumptions: • A major natural or man-made disaster that requires the removal of debris from public or private lands and waters could occur at any time; • The amount of debris resulting from a major natural disaster will exceed the City's in-house removal and disposal capabilities; • The City will contract for additional resources to assist in the debris removal, reduction, and disposal processes; • Federal assistance will be requested to supplement the City's debris capabilities in coordination with the City's Debris Project Manager. 2.3 Forecasting Debris This section provides a review of generally accepted methodologies used throughout the industry to estimate the quantity of debris by type given a disaster of a. defined magnitude and type:Table 1 details the estimated cubic yards of debris generated by hurricane categories according to debris type, density and precipitation before and during the event. Engineering/Building (ESF #3) will be responsible for damage assessments and estimates of construction/demolition(C&D) debris estimates associated with demolition of hazardous structures. Parks & Recreation handles all Emergency road clearing, including clearing of parks and estimating of woody and vegetative debris. 2.3.1 Debris Quantities Debris forecasting is crucial to determining the size of the response needed. In general, the following formula is used to estimate debris quantities: Q=Hx (C) x (V) x (B) x (S) H (Households) • = Population/3 (3 persons per - 2018-002-JC ; _ _ 7 household) C (Category of Storm) Factor = (See Below) V (Vegetative Multiplier) Factor= (See Below) B (Commercial Density Multiplier) = (See Below) S (Precipitation Multiplier) _ (See Below) Hurricane Category Value of"C"Factor 1 2CY 2 8CY 3 26 CY 4 50CY 5 80CY Vegetative Cover Value of"V"Multiplier Light 1.1 Medium 1.3 Heavy 1.5 Commercial Density Value of"B" Multiplier Light. 1.0 Medium 1.2 Heavy 1.3 Precipitation Value of"S" Multiplier None to Light 1.0 Medium to Heavy 1.3 2.3.2 Residential.Buildings • The following formula for estimating the quantity of debris from a demolished single-family home will be utilized In the event demolition of single-family residential buildings is required: L x W x S x 0.20 x VCM=cubic yards of debris (cy) 27 201 8-002-JC - 8 Where: L = length of building in feet W = width of building in feet S = height of building expressed in stories 0.20 = constant to account for the "air space" in the building 27 = conversion factor from cubic feet to cubic yards VCM = Vegetative Cover Multiplier The VCM is a measure of the amount of debris within a subdivision or neighborhood. The descriptions and multipliers are described as: • Light (1.1 multiplier) includesnew home developments where more ground is visible than trees.These areas will have sparse canopy cover. • Medium (1.3 multiplier) generally has a uniform pattern of open space and tree canopy cover.This is the most common description for vegetative cover. • Heavy (1.5 multiplier) is found in mature neighborhoods and woodlots where the ground or houses cannot be seen due to the tree canopy cover. The following rule of thumb will be used to forecast debris quantities for totally destroyed single-family, single-story homes in the applicable vegetative cover category. The amount of personal property within an average flooded single-family home has been found to be 25-30 cy for homes without a basement and 45-50 cy for homes with a basement. 2.3.3 Outbuildings In the event city owned or private buildings that are a threat to the community require demolition, the following formula will be used to estimate the debris: L x W x H x 0.33 = cubic yards of debris 27 Where: L = length of building in feet W = width of building in feet = height of building expressed in feet 0.33 and 27 are constants as noted in 2 above 2018-002-JC 9 2.3.4 Vegetation Vegetation is the most difficult to estimate due to the random sizes and shapes of trees and shrubbery. Based on historical events, U.S. Army Corps of Engineers (USACE) has established a few rules of thumb in forecasting and estimating vegetative debris. • Treat debris piles as a cube,not a cone, when estimating • 15 trees, 8 inches in diameter=40 cy(average) • One acre of debris,3.33 yards high= 16,117 cy 2.3.5 Volume—Weight Conversion Factors These factors to convert woody debris from cubic yards to tons are considered reasonable and were developed by USACE. Softwoods 6 cubic yards = 1 ton Hardwoods 4 cubic yards = 1 ton Mixed debris 4 cubic yards = 1 ton C&D 2 cubic yards = 1 ton Several truckloads will be tested to verify these conversion factors in the field:Trucks should be well loaded, contain woody debris typical of that being removed, and truck capacities should be verified. Testing will be performed with all affected parties present —such as the Debris Project Manager, Debris Removal Contractor(s), Debris Monitoring Contractor, FEMA and a State representative. The City's contract with Crowder Gulf for Debris Removal is by the cubic yard.The City mandates all trucks performing debris removal hauling operations must be certified for cubic yard capacity per FEMA measurement guidelines prior to the beginning of hauling operations. Table 1—Disaster Debris Quantity Estimate(CY) Estimated Estimated Total Hurricane Estimated C&D Vegetative Debris(C&D+ Category Debris(CY) Debris(CY) Veg)(CY) 1 31,600 75,000 105,000 201 :-002-JC 10 • � i 2 126,000 295,000 421,000 3 579,000 1,350,00 1,930,000 4 1,113,000 2,596,000 3,708,663 5 1,780,000 4,154,000 5,933,860 2.4 Concept of Operations 2.4.1 Overview In coordination with Debris Management and Removal contractor is responsible for coordination of inspections, notifications, if necessary clean-up and or mitigation of. spills. Inspect drop-off points for the household hazardous materials for compliance with appropriate regulations and ensure timely pick-up. 2.4.2 Administrative Staff The DMC is organized to provide a central location for the coordination and control of all debris management requirements. The DMC will be located at : Public Works Department/Sanitation Division 140 MacArthur Causeway, 2nd floor, Miami Beach, Fl. 33139 Te1:305-673-7616;305-673-7627. In the event the DMC location is damaged by the disaster, the secondary location will be located at: Emergency Operations Center 1680 Meridian Ave. Miami Beach,F1 33139. Tel: 305-673-7120 ext 2804 Specific DMC staff actions include the following: 2018-002-JC 11 � i I • Report on debris removal and disposal progress and preparing of status briefings_ relying on the Debris Removal Contractor(s) for daily debris removal progress updates. • Provide input to the PIO on debris removal and disposal activities. • Coordinate with the State/County on debris issues affecting adjacent municipalities. - • Coordinate with the following Federal agencies in the event of a major natural or man-made debris generating disaster that exceeds the City's capabilities: - Federal Emergency Management Association (FEMA) - U.S. Army Corps of Engineers (USACE) - U.S. Environmental Protection Agency (USEPA) - Local Office of Federal Bureau of Investigation (FBI) 2.4.3 Public Information Officer Nannette Rodriquez, Community Relations Officer, will assume the role of Public Information Officer: With regard to debris removal, the Public Information Officer (PIO) places emphasis on actions the public can perform to expedite the clean-up process. The following are some items that may be appropriate for a public awareness campaign and/or press release(s) through the media: !, • Separating burnable and non-burnable debris • Segregating Household Hazardous Waste (HHW) • Placing disaster debris at the curbside • Keeping debris piles away from fire hydrants and valves • Segregating recyclable materials • Updating pick-up schedules. 2018-002-IC • 12 2.4.4 Legal The City's Legal attorney orstaff leads the review process for all legal matters in the debris management planning process. In addition to advising the debris management planning staff, the following tasks are also performed by the legal department: • review all contracts; • review and/or establish a land acquisition process for temporary debris management sites; • review all insurance policies; ensure environmental and historic preservation compliance before, during, and after operations; ensure that site restoration and closure requirements are fulfilled; review and/or establish a building condemnation processes; • review and/or establish a legal process for private property demolition and debris removal;review right-of-entry and hold harmless agreements. 2.4.5 Engineering!Planning The Engineering staff supports all other debris management sections in a technical role. The Engineering department provides debris quantity assumptions, economic analysis, and feasible solutions for the debris operations. Also, the Engineering staff: pre-selects debris management sites and confirms their availability/suitability following the disaster; performs the design and layout of the site; identifies and coordinates environmental issues with the Florida Department of Environmental Protection(FDEP); and provides information to expedite the TDSR and burn permits. 2.4.6 . Contracting and Procurement The Contracting and Procurement staff is responsible for coordinating bidding requirements, forms, advertisements for bids, emergency RFP's and instructions to bidders,and contract development. 2018-002-)C 13 2.4.7 Reimbursement Coordinator The Reimbursement Coordinator,James Sutter, Internal Audit, provides for collection and compilation of labor, equipment, supplies,materials and all expenditures per FEMA Categories, other Federal reimbursement programs and supervision of reconciliation of Debris Removal ticket ledgers. The Reimbursement Coordinator manages all receipt and payables to Debris Removal Contractor and Monitoring Company. 3.0 STANDARDIZATION Important objectives of this plan are to. expedite the initiation of debris management operations following a major disaster, to ensure effective coordination with other governmental/regulatory agencies, and to promote full compliance with applicable local, State and Federal requirements for post-disaster debris management. To achieve these objectives, this plan incorporates policies to, where feasible and practical; standardize documentation related to disaster debris recovery activities. The following standardized forms and documentation are included as Appendices Appendix J. Truck Placard Appendix K. Truck Certification Appendix L. Load Ticket • Appendix M. Ticket Log Appendix N.Appendix Debris Loading Monitor Site Checklist Appendix O. Debris Disposal Site Monitor Checklist 4.0 CERTIFICATIONS Where feasible and practical, the City will work to qualify and update baseline information for TDSR locations. Trucks will be certified prior to participating in debris removal and hauling capacity. Copies of TDSRS certification information is included in Appendix K. 2018-002-JC 14 • ' I I , 5.0 OPERATIONS The operations described below are intended to be implemented with flexibility and to be adjusted to the specific needs of the debris planning and plan implementation processes as they may change through time. 5.1 Non-Event Operations During periods of normalcy, City staff will perform the following tasks to ensure preparation for disaster events: review and update this plan as appropriate; evaluate _ TDSRS availability and update locations and/or certifications, as necessary; ensure appropriate disaster debris management and monitoring contracts are in place;evaluate performance of disaster debris management and monitoring companies during prior events, if applicable; verify and communicate appropriate contact information for staff, contractors, and outside organizations; identify changes necessary to satisfy FEMA, FHWA, and other outside and regulatory agencies; and perform and participate in appropriate training and exercises. 5.2 Pre-Event Operations Upon notice of a Potential Disaster Event, Hurricane Category 1 or greater, that can generate large volumes of debris, the City Manager activates the Debris Management Staff to mobilize their respective positions at the Debris Management Center,Appendix A. The staff assigned responsibility for debris management activities will be knowledgeable of their specific responsibilities identified below and consistent with the CEOP. The DM Staff, and Debris Removal contractors meet during the first week of May each year to update, 24-hour on-call emergency telephone numbers, communications, in accordance with the CEOP. , At the Planning meetings, the DM Staff address the following items including, but not limited to: • Review and or execute debris removal contracts and mutual aid agreements. • Review priority streets and routes with limited access 2018-002-JC 15 • Review State, Federal regulation revisions pertaining to Debris Management, and reimbursement criteria • Confirm availability and permit status of temporary debris staging and reduction sites (TDSRs) • Perform training and exercises, and review all DMC staff positions. • Update Debris Management Plan as needed,including. The designated location to meet immediate Post-Storm event. 5.3 Training & Exercises Appropriate City staff will participate in annual coordination and training exercise to ensure disaster preparedness. Such training may include meetings with Miami-Dade County and other local governments; FEMA, FHWA & FDOT; and disaster debris management and monitoring firms. This Debris Management Plan will be reviewed annually in order to maintain readiness to implement the Plan. The pre-event annual planning, Debris Management up date, and Debris Management Training Workshop will be scheduled between March and May of each year,prior to the beginning of hurricane season. This Workshop will ensure that all aspects of the Debris Management Plan are confirmed, understood, and updated as necessary.Items to be covered include: • Contractor identification and responsibility • Post-disaster location to meet • Back-up communications • Mobilization sites • Logistical support • Pre-storm mobilization • Procedures for call-up of Contractor personnel and equipment • Priority areas and Haul routes • Contractor vehicle identification and registration • Debris hauling load ticket administration • Mobilization and operation of the Temporary Debris Storage Sites(TDSRS) 2018-002-JC 16 • Contractor payment request submission, review, and verification • Special procedures for Household Hazardous Waste • TDSR closure requirements The Workshop also includes: • Changes in Mission • Changes in Concept of Operations • Changes in Organization • Changes in Responsibility • Changes in pre-positioned contracts • Changes in priorities • Changes to State and/or Federal rules, regulations and guidance pertaining to debris management and operations eligiblefor reimbursement following declared disasters. • Completing all training of key personnel • Conducting an exercise of this Plan • Confirming the availability of temporary debris management sites as well as permitting issues. 5.4 Debris Management Phases 5.4.1 Priorities Immediately following a disaster event, an impact assessment of all public structures, equipment, and debris clearance will be coordinated by the Debris Project Manager in order to prioritize the impacted areas and resource needs. Damage assessments need to be performed to identify debris impacts on critical roads and to make initial estimates of debris quantities. Based on this information, the Debris Project Manager sets priorities and issues urgent assignments for Emergency Road Clearing to clear debris from at least one lane on allevacuation routes and identified primary and secondary roads to expedite the movement of emergency service vehicles such as fire,police, and medical responders. Initial priorities for debris clearance are based upon the following ranking: 2018-002-JC • 17 • Extrication of people • Egress for fire,police,and Emergency Operations Center personnel • Ingress to hospitals,jail,and public shelters • Major traffic routes • Major flood drainage ways • Supply distribution points and mutual aid assembly areas • Government facilities • Public Safety communication towers • American Red Cross shelters • Secondary roads • Access for utility restoration . • Neighborhood streets -- • Private property adversely affecting public welfare. 5.5 Response Operations 5.51 Phase I—Emergency Road Clearing The Debris Project Manager assigns crews to each of the identified areas to begin the road clearance process. This operation usually occurs during the first 24 to 72 hours following an event. Based on the feedback received from field personnel, the Debris Project Manager determines if the City's in-house capabilities are sufficient to perform Emergency Road Clearing. If the quantity of debris generated exceeds the City's capacities to clear, remove and dispose of the debris, the Debris Project Manager may elect to activate the pre-positioned contract with the Debris Removal Contractor(s) to assist with debris operations. The Debris Project Manager notifies the Procurement Office to activate the contract. Debris Clearance from City roadways and/or property is accomplished by using City crews, equipment and/or private contractor resources. Areas of priority for Emergency Road clearing, and Debris Removal have been detailed. (See Appendix G.-Emergency Road Clearing( Priority Roadways). The primary mission of Emergency Road Clearing is to clear primary and secondary 2018-0021C 18 roads for movement of emergency service vehicles. During the Emergency Debris Clearance, the Debris Project Manager assists the utility companies to identify power • lines that are down, to ensure the safety of the emergency debris Clearance workers. The Debris Project Manager identifies and confirms the temporary debris storage and reduction sites (TDSRS) for debris and the County EOC is notified of the TDSR site location. Phase I activities indude, and will be based on, the following criteria: • Implementation of the Debris Management Plan • Determination of incident-specific debris management responsibilities • Notification to Contractors • Establishment of priorities based on evacuation needs and prediction models - American Red Cross Shelters, other Emergency Shelters,Government facilities - Access for utility restoration - Private property adversely affecting public welfare - Identification and activating of the TDSR sites • Initiate emergency road clearing of priority areas • Activation of pre-positioned contracts, if necessary, to support Phase I clearance operations • Implementation of Public Information Plan • Damage assessments- for debris including canal banks, and sand removal from storm drains, and road areas. • Coordination and tracking of resources • Formal documentation of costs. 5.5.2 Phase II-Recovery Operations(Debris Removal,Reduction, Disposal,Recycling) Phase II Recovery Operations are implemented as soon as FEMA and State have authorized Category A - Debris Removal/Disposal, usually within two to five days following a major debris-generating disaster event. However, in the event debris stockpiling on curbside is a safety or health hazard detriment to community the Debris 2018-0021C 19 Manager may authorize for debris removal operations to initiate.t Phase II Operations begins immediately following the disaster with Damage Assessments. Following Phase I Emergency Road Debris Clearing (and estimation of woody-vegetative debris for the Damage Assessments) Phase II activities begin with Debris Removal, Reduction, Recycling, and/or Disposal of curbside debris. Vegetative and non-vegetative (C&D, white goods, sand deposits...) Debris must be brought to the public right-of-way or public curbside to be eligible for removal at City's expense. During Phase II Debris Removal Operations, the City provides a Contractor for monitoring of all debris Removal Operations, including Load site monitors, TDSR monitors, monitoring the segregation of recyclables,and disposal site monitors. It is the City's intent to pursue Recycling of disaster debris as final disposition of all disaster generated debris and material. Due to experience,the City realizes there will be limitations on recycling outlets availability to accept, or process the debris, making recycling cost prohibitive not cost effective. The City has identified and selected a Temporary Debris Storage and Reduction site (TDSR) for volume reduction of clean vegetative debris, and to segregate recyclables (i.e. metals, C&D material,etc.).The TDSR site location is provided in Appendix I. The City includes in the debris removal contract, the TDSR set-up, operation, rodent control and TDSR closure. The debris removal contractor is responsible for the legal disposal, and recycling of all debris reduction by-products. The debris removal contractor is responsible for canal and levee debris and sand removal form streets and storm drains,if necessary. Boat vessels are not included in the Debris Removal contract. Boat vessels are under a separate contract with another contractor specific contract to remove and properly dispose of vessels. The Debris Project Manager is responsible for implementing Phase II activities with support as required from the utility companies and private Contractors. All debris removal and disposal operations are coordinated by the Debris Project Manager. Phase II activities include: Activate of pre-positioned contracts • Truck Certification,Truck Placarding • Prioritize Debris Removal Zones 2018-002-JC 20 • Identification of canals/levees that require cleanup and streets or storm drains that require • Sand deposit removal. • Notification to citizens of debris removal procedures • Activation of TDSR site location(s)-verify permit status and layout • Removal of debris from rights-of-way and critical public facilities • Movement of debris from TDSR site locations to permanent landfills. • Assign location of load ticket turn-in at end of day • Review procedure for correcting damaged or lost tickets • Identifying leaners and hangers, and stumps that may require removal, and or considered an safety hazard to the community. 5.5.3 Estimating Staff,Procedures,and Assignments The City recognizes that disasters may generate debris of types and quantities that exceed the City's capabilities, since the City does not maintain all the equipment, nor have personnel for debris removal activities. The City implements the pre-positioned 'contracting process to have qualified Contractors on stand-by to respond within the pre- determined period to assist in requested aspects of the debris operation. The City has • also identified Bergeron as the second pre-qualified Debris Removal contractor. The Debris Project Manager or an authorized representative of the City contacts the firm(s)holding pre-positioned debris removal and disposal contract(s)and advises them of impending conditions. The scope of the pre-positioned contracts provide for the removal and lawful disposal of all natural disaster-generated debris,. including household, industrial, and commercial hazardous waste. Debris removal will be limited to City-maintained streets, property, and other public right-of-way based on the extent of the disaster. Each Contractor, upon receipt of notice to proceed, mobilizes personnel and equipment within 24 hours, as necessary to conduct the debris removal and disposal operations.All Contractor operations will be reviewed by the Debris Project Manager. The Contractor makes multiple, scheduled passes in the City in areas impacted by the disaster as directed by the Debris Project Manager. Schedules will be provided to the PIO for publication and notification by the news media. 2018-002-JC 21 5.6 Debris Collection Methods 5.6.1 Curbside Collection The general concept of debris removal operations includes multiple, scheduled passes of the City rights-of-ways directed by the Debris Project Manager. Debris will be placed at the curb and/or public rights-of-way by the residents for collection. Garbage will not be collected by the debris removal contractor or commercial haulers and will continue to be collected by the City's contractor All Service Refuse. Florida Power and Light handles, and other utility crews handle, all elated utility debris such as utility poles, power transformers,cables and other utility company materials. Scheduled passes allow the residents to return to their properties, begin restoration process and bring debris to the curbside. The City has been divided into 17 debris zones, to control and expedite debris removal operations.Appendix 1 details the debris zones and priority areas of debris removal. The estimated total debris generated from a disaster, such as a Hurricane Category 1 and Hurricane Category 5, ranges from 105,000 cy to 5,993,860 cy, respectively ( See Appendix R. for Debris estimates).The City used the debris prediction model based on the Army Corp of Engineers model to calculate the amount of debris that will be generated as a result of Hurricane Category 1 or greater. 5.6.2 Collecting Hazardous Waste and White Goods Household Hazardous Waste (HHW) encountered by the debris removal Contractor is to be set aside. HHW disposal is the responsibility of the resident. The City designates HHW drop-off locations. The PIO informs the community of these drop-off location(s). The Debris Management Center coordinates with local Environmental Protection Agency (USEPA), and Florida Department of Environmental Protection(FDEP) officials for the collection of eligible industrial or commercial hazardous waste resulting from the disaster. 2018-002-JC 22 5.6.3 Hazardous Trees A tree is considered hazardous if its condition was caused by the disaster and it is an immediate threat to lives, public health and safety, or improved property; it has a diameter chest height of six inches or greater; and one or more of the following criteria are met: • It has more than 50 percent of the crown damaged or destroyed; • It has a split trunk or broken branches that expose the heartwood; • It has fallen or been-uprooted within a public-use area;and/or • It is leaning at an angle greater than 30 degrees. Trees determined to be hazardous and that have less than 50 percent of the root-ball exposed will be cut flush at the ground level. The cut portion of the tree will be included with regular vegetative debris. The Debris Project Manager ensures the Debris Removal Contractor cuts the tree trunk as close to the ground as possible. Grinding of the resulting stump after the tree has been cut flush at the ground level will not be performed since grinding is not eligible for reimbursement. 5.6.4 Hazardous Limb Removal (Hangers) Hazardous hanging (broken) limbs are identified by the Debris Project Manager, who will direct the Debris Removal Contractor to cut and remove. 5.6.5 Hazardous Limbs are as follows: • Greater than two inches in diameter at the point of breakage; and • Still hanging in a tree and threatening a right-of way, and or public use area (i.e., trails,sidewalks, golf cart paths). Hazardous limbs will be cut during a scheduled event to coincide with debris removal operations scheduled passes.The Debris Project Manager may direct the cutting of a limb that present an unusually high risk to life safety, however, most hazardous limbs will be cut during a scheduled debris removal pass. If the canopy of a tree located on private property extends over the public right-of-way 2018-002-JC 23 such as a sidewalk, removal of hazardous limbs on the tree that extend over the public right-of-way will also be performed by the debris removal contractor. Daily, the Debris Project Manager reviews the following documentation regarding the removal and progress of the hazardous limb removal. • Description of immediate threat,e.g.photos of hanging limbs or leaning trees; • The scope of work to remove the immediate threat; • Note the property location by recording the nearest building address and/or GPS location;and, • Denote date, labor (force account or contract), and equipment used to perform the work. 5.6.6 Hazardous Stumps The Debris Project Manager directs the Debris Removal Contractor to remove all hazardous stumps.A stump will be determined hazardous if it meets all of the following criteria: • It has 50 percent or more of the root-ball exposed (less than 50 percent of the root- ball exposed should be flush cut); • It is greater than 24 inches in diameter, as measured 24 inches above the ground; • It is on improved public property or a public right-of-way;and • It poses an immediate threat to life, and public health and safety. The Debris Project Manager reviews daily all the below documentation regarding the removal and progress of: • Photographs and GPS coordinates that establish the location on public property; • Specifics of the threat; • Diameter of the stump 24 inches from the ground; and • Quantity of material needed to fill the resultant hole. The Debris Removal Contractor removes all stumps that are determined to be hazardous to public access and as directed by the City.Stumps will be hauled to TDSRS where they will be inspected and categorized by size. 2018-002-JC 24 • 6.0 TEMPORARY DEBRIS STORAGE REDUCTION SITES (TDSRS) The City has identified one Temporary Debris Storage and Reduction sites(TDSRs), and (one location for backup) for volume reduction of clean vegetative debris, and to segregate recyclables (i.e., metals, C&D material, etc.). Appendix I contains the TDSR location(s). The City has addressed in the Debris Removal and Monitoring contract/RFPS the TDSR set-up, operation, TDSR closure, and Monitoring of Operations. The debris removal contractor(s) are responsible for the legal disposal, and recycling of all debris reduction by-products. The Debris Management Representative is responsible for implementing Phase II activities with support as required from the utility companiesand private Contractors. All debris removal and disposal operations are coordinated by the DMTF Project Manager, the Debris Management Representative. Phase II may be quite lengthy as disaster recovery continues until pre-disaster conditions are restored. 6.1 Site Selection Priorities After the amount of debris has been estimated, the next critical issue that the Debris Management Team must face is the determination of the number and size of the temporary sites and the number of temporary sites and location of these sites for the collection and processing of the debris. 6.2 TDSR Site Management 6.2.1 Site Manager The.City's Debris Removal Contractor(s) are responsible for set-up, control, and day-to day operations of the Debris Management Site(s) including overall day-to-day operations, maintaining daily logs, preparing site progress reports, and enforcing safety and permitting requirements during site operations. The contractor is also responsible for scheduling environmental monitoring and updating the site layout. The Site Manager has oversight for monitoring the activities of the debris removal contractors and the onsite debris processing contractors to ensure they comply with the terms of their contracts. 6.2.2 Monitoring Staff and Assignments The Debris Monitors (whether force account or Contractors) are placed at ingress and 2018-002-IC 25 egress points in order to quantify debris loads, issue load tickets, inspect and validate truck capacities, check loads for hazardous waste, and perform quality control checks. The specific duties of the monitors are dependent on how debris is collected. 6.2.3 Safety Personnel Contractor's Safety personnel are responsible for traffic control and ensuring that site operations are in compliance with State and Federal occupational safety regulations. 6.3 Operations Planning 6.3.1 Site Selection Pre-identifying Debris Management Site in advance of a debris-generating event expedites response and recovery. The City uses the Debris Management Site (DMS) for Temporary Debris Storage and/or reduction (TDSR) of debris; therefore, for this Debris Management Plan, a DMS is the same as the TDSR. The City only utilizes a Debris Management Site, in the event of a major disaster, the disposal facilities cannot accept the debris or the quantity of debris is such that reduction is the most cost effective for final disposal. During identifying potential sites for the TDSR, the following site characteristics were considered: • Publicly owned land • Large open spaces—should be at least 10 acres;greater than 50 acres is ideal • Relatively flat topography • Good ingress and egress • Minimal effect on residential neighborhoods, educational facilities; health care facilities, and environmentally sensitive areas • Located near final disposal sites to reduce hauling distances,if possible • Does not contain wetlands, endangered species, rare ecosystems, or other environmental restrictions • Does not impact historic or archaeological sites • Can accommodate separation and reduction of types of debris: vegetative, construction and demolition, household hazardous waste, commercial hazardous waste,etc. 2018-002-JC 26 • Can accommodate types of site operations that may take place: chipping, grinding, air curtain burning, open pit burning, recycling 6.3.2 Permits and Locations The TDSR location is leased from the FDOT, and the City of Miami Beach will adhere to the baseline permiting requirements,and TDSR close out procedures (see Appendix P). The Debris Removal Services - Debris Removal Contractor prepares and maintains the TDSRs to accept and process all eligible debris within the timelines established in the work order. The City makes available all TDSRs to the Contractor at no charge; however, the Contractor is responsible for all TDSR operations and closure in accordance with DEP requirements. Preparation and maintenance of facilities includes maintenance of the TDSRs entry and exit roads, and interior road(s) for the entire period of debris hauling. The Debris Removal contract(s) also include a provision for gravel/lime rock placement for TDSR roads that require stabilization for ingress and egress. Each facility includes a roofed inspection tower sufficient for a minimum of three(3) inspectors for the inspection of all incoming and exiting loads. 6.3.3 TDSR Baseline Data Collection Baseline data collection information (see Appendix P1) is essential to documenting the condition of the land before it is used for a TDSR or DMS. Private and public land used as a DMS will be returned to its original condition following the end of all debris operations. The following will be included to document the baseline data on all sites: • Thoroughly videotape and/or photograph (ground or aerial) each site before beginning any activities. Periodically update video and photographic documentation to track site evolution. • Document Physical Features. Note existing structures, fences, culverts, irrigation systems, and landscaping that can help evaluate possible damage claims made later. • Investigation of Historic Significance. Research the past use and ownership of the property to document any issues regarding the existence of historic structures or archeological sites. • Sample Soil and Water. Soil and groundwater samples should be collected prior to use of the site. These samples must be provided to DEP in addition to being retained by the Debris Management Representative and Debris Removal Contractor. 2018-002-JC 27 In those cases where there are no samples collected, a copy of all baseline data collected shall be provided to DEP for review. Advance planning with community and State environmental agencies can establish requirements, chain of custody, acceptable sampling methods, certified laboratories, and testing parameters. If in-house assets are not available, the planning staff may utilize an environmental consulting firm that can respond rapidly. Planned HHW, ash, and fuel storage areas should be sampled prior to site setup.Appendix 17 provides the TDSR Baseline Data Checklist. 6.3.4 Site Layout The efficiency and the overall success of the TDSR,or DMS operation,are determined by how the site is designed. The Debris Removalcontractor maintains that debris is constantly flowing to incinerators and grinders, or recyded with the residue and mixed construction and demolition materials going to a landfill. Significant accumulation of debris is not allowed to occur at the TDSR due to environmental and safety concerns, such as the risk of fire. Additional debris management sites may be required if the actual debris quantities flowing into the site are greater than the site storage and processing capacity. Lined temporary storage areas are used for ash, household hazardous waste, fuels, and other materials that may otherwise contaminate soils and ground water. Plastic liners are placed under stationary equipment such as generators and mobile lighting plants. If the contractor uses the TDSR as an equipment storage area, fueling and equipment repair, the area is monitored to prevent and mitigate spills of fuel, hydraulic fluids and lother petroleum-based products and chemicals. Consideration needs to be given to on-site traffic patterns and segregate materials based on planned volume reduction methods. Debris removal/disposal is viewed as a multi-staged operation with continuous volume reduction. There will be no significant accumulation of debris at temporary storage sites. Instead, debris should be constantly flowing to burners and grinders, or recycled with the residue and mixed construction and demolition materials going to a landfill. Appendix 15 shows a Sample Layout for a TDSR. 6.3.5 Site Preparation The topography and soil conditions will be evaluated to determine best site layout. When planning site preparation, the City will consider making restoration easier. 2018-002-JC 28 6.3.6 Volume Reduction Methods Processing of debris will include, but not be limited to: reduction by tub grinding or chipping, and/or incineration when approved by the County. Prior to reduction, all debris shall be segregated between vegetative and clean,woody debris;construction and demolition debris; white goods; recyclable debris and household hazardous wastes. Construction and demolition debris may be directed to the nearest lawfully permitted landfill,bypassing the TDSRS. 6.3.7 Recyding It is the City's intent to pursue Recycling of disaster debris as final disposition of all disaster generated debris and material. Due to experience, the City realizes there will be limitations on recycling outlets availability to accept, or process the debris, making • recycling cost prohibitive not cost effective. • Post-disaster, the DMTF staff may find that marketing and selling the reduced debris is more financially attractive than hauling the unreduced debris to a local landfill. • The City thoroughly researches the market opportunities and establishes criteria to assist emergency DMTF.staff in making decisions to recycle certain types of debris, post-disaster. • The City has identified various companies (see Appendix 8 Recycling Contractors) that will accept various types and quality of debris. • Large tornado outbreaks, ice storms may present opportunities to contract large- scale recycling operations and achieve an economic return from some of the Contractors who exercise their initiative to segregate and recycle debris as it arrives at the TDSR or landfill. • Specialized contractors will be available to bid on disposal of debris by recycling,if it is well sorted. The DMTF staff ensures the recycling Contractors comply with local, tribal, City, and Federal environmental regulations, and are also monitored. 6.3.7.1 Common Recyclable Materials • Metals - Tornadoes can cause extensive damage to, sun porches, and covered pools houses. Most of the nonferrous and ferrous metal debris is suitable for recycling. Metal maulers and shredders may be used to shred trailer frames, trailer parts, appliances, and other metal items. Metals recycling companies are listed in Appendix 8. 2018-002-JC 29 • Soil - Debris removal operations may include transporting large amounts of soil to the TDSR or DMS. At the TDSR, it may be combined with other organic materials that will decompose over time. This procedure can produce significant amounts of soil that can be sold, recycled back into the agricultural community, or stored onsite to be used as cover. • Concrete, Asphalt, and Masonry Debris - Concrete, asphalt, and masonry products can may be crushed and used as base material for certain road construction products or as a trench backfill. Debris targeted for base materials needs to meet certain size specifications as determined by the end user. The City will contract for concrete recycling in the event it is cost effective. 6.3.7.2 Recycling Reduced Debris (Chips) One of the biggest challenges is the open burning of biomass following ice storms, floods and other disasters is that they can produce huge amounts of biomass debris. Hurricane Katrina was estimated to have produced as much as 900 million cubic yards of this type of debris. For years past debris was'burned or dumped into a dwindling landfill space. This lead to hundreds of millions of tons of harmful particulate matter being pumped into the air and millions of feet of valuable landfill space being utilized for this debris. The open burning of this is particularly harmful because of the following: • increased•respiratory symptoms, such as irritation of the airways, coughing, or difficulty breathing; • decreased lung function; • aggravated asthma; • development of chronic bronchitis; • irregular heartbeat; • nnonfatal heart attacks;and • premature death in people with heart or lung disease. It is estimated that burning 9.5 yards of wood produces as many mutagenic particles as driving a car 130,000 miles at 20 miles per gallon. Providing logistics for transportation of reduced debris is cost effective, the reduced debris can be used for feedstock to coal-fired power plants that allow the reduction of CO2 by 50%; to the fabrication of versatile wood pellets as an alternate renewable fuel source;to the production of fertile topsoil from these wastes. 2018-002-JC 30 6.3.8 Environmental Monitoring Program During the debris removal process and after material has been removed from each of the debris sites, environmental monitoring is performed to close each of the sites. This is to ensure that no long-term environmental contamination is left on the site.The monitoring is for three different media: ash(for incineration only), soil, and groundwater. • Ash. The monitoring of the ash consists of chemical testing to determine the suitability of the material for either agricultural use or as a landfill cover material. • Soil. Monitoring of the soils is by portable inspection methods to determine if any of the soils are contaminated by volatile.hydrocarbons. The Contractor(s)may do this if it is determined that hazardous material, such as oil or diesel fuel was spilled on the site. This phase of the monitoring will be after the stockpiles are removed from the site. • Ground (or surface) Water. In the event there exists proximal surface water feature the monitoring of the ground water and/or surface water will be performed if the TDSR permit requires. 6.3.9 Site Closure The TDSR will be closed, emptied of all Material and be restored to its previous conditions and use as detailed in the TDSR Closure checklist Appendix (P2). Fill dirt and grading may be required', to achieve the desired condition. The Contractor(s) are required to remove and dispose of all mixed debris, construction and demolition debris, and debris residue to approved landfills. The DMTF Project Manager will monitor all close-out activities to ensure that the Contractor complies withthe debris removal and disposal contract. Additional measures may be necessary to meet local, State, and Federal environmental requirements because of the nature of the TDSR site operation. 6.3.10 TDSR Site Close-out Planning The Contractor must assure the City Debris Management representativethat the TDSR site is properly remediated. There will be close scrutiny potentially by the local press and environmental groups, and the Debris Management representative will work closely with the Debris Removal Contractor(s)to achieve TDSR closure within 30 days of receiving the last load of debris 6.3.10.1 TDSR Site Close-out Steps 2018-002-IC 31 • Contractor is responsible for removing all debris from the site. • Contractor conducts an environmental assessment with the DMTF Project Manager and landowner. • Contractor develops a remediation plan. • Remediation plan is reviewed by DMTF Project Manager, landowner, and appropriate environmental agency. • Remediation plan approved by appropriate environmental.agency. • Contractor executes the plan. • Contractor obtains acceptance from the DMTF Project Manager, appropriate environmental agency, and the landowner. 6.4 Post-Event Operations Following an actual disaster event,City staff will: complete a rapid assessment to identify the status of priority roadways and the general volume, type and location of debris generated; initiate the emergency push for priority roadways and other areas of City responsibility; notify and mobilize disaster debris management and monitoring contractors, as necessary; implement public information strategies; ensure that personnel time and expense tracking procedures are immediately implemented;prepare and initiate a debris-management action plan; and take other such actions as necessary to coordinate citywide debris collection,processing and disposal operations. The designated the City's Debris Project Manager will make task assignments necessary to clear, remove, stage, reduce and dispose of debris are coordinated by the DMC staff. These actions include the following: • Implement and monitor the emergency road clearing to be conducted by City Parks &Recreation Department. • Make recommendations to contractor and authorize work assignments and priorities based on the Debris Zones. • Review contractor debris removal progress and prepare status briefings. • Provide input to Public Information Officer(PIO) on debrisremoval progress. • Coordinate debris removal and disposal with County, State and Federal agencies as needed. 2018-002-)C 32 • Coordinate receipt of Debris Removal documentation and information, receiving and reconciling load tickets applicable to City operations, and providing technical support to participating jurisdictions,e.g.,regarding eligible costs. • Coordination, Supervision, and terminating debris collection operations and the restoration and closing of TDSRs. 6.5 Emergency Communications Plan Under most emergencies/disasters, communications will be primarily by land telephone lines, cellular telephones or computer. However, the municipality recognizes that as a result of some disasters, such communications may not be operable. • All members of the debris team must have access to a cell phone. Field personnel and all Debris Management Center (DMC) staff, and contractors will use Public Works radios to communicate. • List back-up communications will be supplied — i.e., 2-way radios, Communication Bridge apparatus (2 or 4 units). 6.6 Health and Safety Plan and Procedures The'Debris Removal Contractor(s) must have at least orte Safety Officer on duty at all times. The Safety Officer is expected to be familiar with and properly trained to perform the assigned Safety Officer duties. Training includes,but is not be limited to, certification in the Department of Transportation Maintenance of Traffic Standards. All work zones shall conform to Standards and all work sites/conditions will conform to all applicable Federal, State and local safety standards. The Debris Removal Contractor(s) need to operate within the requirements of the Occupational Safety and Health Administration (OSHA) and Environmental Protective Agency(s) requirements to maintain a safe working environment. The Contractor(s) will provide such safety equipment, training and supervision as may be required by the City. 7.0 MONITORING STAFF AND ASSIGNMENTS The City may elect to outsource the oversight and monitoring (documentation) of all debris removal and disposal operations, to a private contractor,in the event the city does 2018-002-JC 33 not have the staff available. The Debris Project Manager contacts the firm(s) pre- qualified and/or who have pre-positioned monitoring services contract(s) and inform them of the mobilization requirements and impending conditions. Responsibilities of the monitoring company are: • Plan and conduct TDSR site inspections, quality control, and other Contractor. oversight functions. • Provide details for each load ticket, perform daily ticket ledger reconciliations (Appendix 5.12 represents a load ticket). • Make recommendations regarding distribution of City force account and Contractor work assignments and priorities. • Report on progress and preparation of status briefings. • Provide input to the PIO on debris clean-up activities and pick-up schedules. • Document all debris removal activities (leaner/hangers and stump removals, TDSR and final disposal). Provide monitors for each of the following: 7.1 Load Site Monitors Load Site.Monitors are stationed at designated Contractoidebris loading sites. The Load Site Monitors' primary function is to verify the quantity and type of the debris, verify location of the debris and that proper loading techniques are utilized to prevent settling of debris during transportation to the TDSR, and or disposal facility.Load Site Monitors will also do the following: • Coordinate with the Contractor's representative to verify the location of the number of crews and areas debris removal operations. • Assist in Truck certification (the measurement of each truck prior to the truck hauling debris). Document the truck dimensions, note the truck number and take a picture of each truck. • Document the types of debris loaded (i.e. vegetative, construction and demolition, etc.) • Complete the loading portion of the debris load ticket and sign it. 2018-002-JC 34 • Retain a copy of the debris load ticket and give the remaining copies to the truck driver. • Copies of load tickets retained by the Load Site Monitors will be submitted to the monitoring Project Director, were the tickets will be separated (one copy each Data entry staff will enter each ticket into excel ticket ledgers for reconciliation each day. Load Site Monitors are assigned to each Contractor's debris loading site and will initiate and sign loadtickets as verification that the debris being picked up is eligible. Appendix N. contains the Debris Loading site Monitor checklist. 7.2 Disposal Site-TDSR Monitors One person minimum for Disposal Site Monitor will be assigned to the TDSR and/or final disposal location. If TDSR has 2 separate entry and exits then 2 disposal site monitors will be required- one monitor for entry and truck load capacity verification and one monitor for exit approval of properly emptied trucks. Appendix 5.12 provides a checklist for the Disposal Site Monitor(s) and Debris Disposal Site Load Tracking Log to be completed by the monitors who are responsible for the following: • Report to their assigned locations. • Estimate the quantity of debris contained in each truck entering the disposal site. • Complete the appropriate section of the ticket(Load ticket example Appendix U. • Sign the completed ticket and retain a copy. Give the remaining copies to the truck driver. • Record each load ticket on the Debris Disposal Site Load Tracking Log(Appendix M.). • Spot check truck measurements by periodically measuring the dimension of the trucks after they have unloaded the debris they were hauling. • Submit copies of the completed,signed load tickets at the end of the day. 201 8-002-JC 35 8.0 PLAN UPDATES Appropriate City staff will update this plan annually in response to historical experience, operational changes, regulatory changes, and other factors that otherwise affect disaster debris management. I. Staff Roles and Responsibilities A. Staffing Organizational Chart. 1. Responsibility for the execution of the City of Miami Beach Disaster Debris Management Plan (Debris Plan) shall reside with The Debris Project Manager and the monitoring company under contract during the disaster 2. The lead agency the Sanitation Divison Department, per the organizational structure of the City's emergency management group. B. Roles and Responsibilities. 1. Staffing Assignments and Duties. The size and composition of a staff organized to deal with debris clearance, removal and disposal issues will depend on the magnitude of the disaster. A pre-disaster debris planning staff may be quite small; however, following a major disaster, additional staff members may be required. Staff responsibilities shall be consistent with section 2.4 of the Debris Plan. 2. Administration. Issues related to administration, including policy decisions,finance,risk management, and personnel shall be in accordance with the City organizational procedures and section 2.4 of the Debris Plan, (as detailed in Appendix B. Debris Management Staff). 3. Contracting and Procurement. The Procurement Division shall ensure that appropriate City purchasing procedures are used for all contracting and procurements. 2018-002-JC 36 4. Legal. The City's Attorney's Office shall assist in matters requiring legal review,including: contract review, right of entry permits, condemnation of structures, and land acquisition/identification for temporary debris staging and reduction sites(TDSRS). 5. Operations. Operational responsibilities shall be in accordance with section 2.3 of the Debris Plan. 6. Engineering. The City has engineering staff and consultants available in the event such services are required for environmental reviews or other disaster debris recovery efforts. C. Emergency Communications Plan. As described in section 2.4 of the Debris Plan and in section 6.5. D. Health and Safety Plan and Procedures. As described in section 2.3,2.4 of the Debris Plan, the Risk Management Division of the Human Resource Department shall be responsible in coordinating with staff charged with operations oversight, for the protection of health and safety related to disaster debris recovery efforts. E. Training Schedule. The development, coordination and conduct of training and exercise programs regarding activation and implementation of the DMP are the responsibility of the City's Office of Emergency Management, . and Debris Project Manager and should be held annually. II. Situation and Assumptions A. Design Disaster Event. The most likely disaster events facing the City of Miami Beach and Miami-Dade County will be hurricanes and tropical storms. Hurricanes are primarily wind events buy may spawn tornados 2018-002-JC 37 i 1 and cause flooding in low-lying areas. For the sole purpose of a design reference for this Debris Plan, a Category 3 wet hurricane with winds in the range of 111 to 130 mph, is considered. Based on the City's experience with Hurricane Wilma in 2005, this category of hurricane resulted in approximately 300,000 cubic yards of debris placed on public property or in public rights of way. Historically, Category 1 hurricanes, with winds in the range of 75 to 95 mph, have resulted in approximately 40,000 cubic yards of debris placed on public property or in public rights of way. • 2018-002-JC • 38 B. Forecasted Debris. 1. Forecasted Types. Historically, vegetative debris has comprised approximately 75% of the debris generated by hurricanes in • Miami Beach. The remainder has been comprised primarily of contraction and demolition debris (C&D). It is anticipated that future events would generate a similar disaster hazardous wastes, animal carcasses, and other debris can be expected. Debrismay be sub-classified as burnable (vegetative),non-burnable(mixed), and recyclable. 2. Forecasted Locations. In a Category 3 hurricane, significant damage to the tree canopy and vegetation throughout the city is expected. In addition to public and private property, vegetative debris is likely to affect the City's storm water system, including canals and other water bodies. Severe structural damage would likely be most concentrated in areas of older constructions that pre-dated-the Florida Building Code changes prompted by Hurricane Andrew in 1992. III. Debris Collection Plan A. Priorities. Recovery work shall be performed in accordance with Appendix G. Emergency Road clearing routes and Appendix H. Debris Zones,which will be assessed during the emergency road clearing. B. Response Operations. Following an actual disaster event, City staff will complete the rapid assesment to identify the status of priority roadways and the general volume, type and location of debris generated. 2018-002-JC 39 Staff will immediately initiate emergency push for priority roadways. C. Recovery Operations. Disaster debris recovery operations shall be • implemented in accordance with section 4.3 of the Debris Plan. 1. Estimating Staff,Procedures and Assignments. Damage assessment will initially be performed by staff in the major operating departments of the City: Public Works, Planning and Development, Building, Fire, and Utilities. These individuals are trained in debris estimating and damage assessments, and will be equipped with all necessary maps, forms and equipment. The City's disaster debris management and monitoring contractors will provide additional damage assessment and debris estimating services as needed. 2. Collection Method. a. Curbside Collection. Curbside collection shall be the primary method used for the removal of disaster debris from the right of way. In the case of an event that is not a federally declared disaster, collection shall be the responsibility of the City's • solid waste contractor. For federally declared disasters, the City shall determine if it requires the services of one or more disaster debris management contractors. b. Collection Centers. The public may not drop off debris from private property at the City's TDSRS. Any resident,. business, community association or institution that wishes to deliver 2018-002-JC 40 its disaster debris to a disposal site may do so at any County or privately operated disposal site that accepts public debris. The City is not responsible for the disposal costs associated with such deliveries. 3. Collecting Hazardous Waste and White Goods. Hazardous waste generated by a natural disaster may consist of common household cleaning supplies, pesticides, motor oil, lubricants, transmission and brake fluid, gasoline, anti-freeze, paints, propane tanks; oxygen bottles, batteries, and various other materials. Because hazardous wastes require special handling, residents are asked not to commingle these items with other disaster debris and disaster debris management contractors are directed not to collect such materials. However, household hazardous waste may still become mixed with other debris and unknowingly collected; in • such cases, hazardous materials delivered to the TDSRS must be segregated, handled appropriately by trained personnel, and disposed of properly. 4. Monitoring Staff and Assignments. In accordance with section 2.5 of the Debris Plan, the City will maintain pre event standby contracts with at least one experienced contractor for disaster debris monitoring, who will be responsible if and when directed by the City for monitoring the collection of disaster debris, removal of hazardous trees, limbs and stumps, management of the TDSRS(s), and reduction and disposal of disaster debris. All eligible work on public property, in the public ROW, and at the TDSRS will be monitored either by City staff or the contractor. 2018-002-IC 41 IV. Debris Management Sites A. Site Management. As detailed in section 6.2 of the Debris Plan and identified in Apendix I. TDSR Location, the City has limited undeveloped public land available for use as a TDSRS. Depending on the magnitude of the disaster event, the City may choose not to open a TDSRS and to deliver instead to a County- managed disposal site. 1. Site Manager. Based on the magnitude of the disaster event and the availability of staff, the City may elect to manage the TDSRS using trained City staff, or to assign primary responsibility for this function to a disaster debris management contractor while maintaining City oversight. 2. Monitoring Staff and Assignments. TDSRS operations will be monitored either by trained City staff or by contracted disaster debris monitors. Work assignments will be determined by the magnitude of the disaster event and the scope of TDSRS operations. 3. Safety Personnel.Disaster debris monitors will also be trained in safety procedures and will maintain general oversight of TDSRS operations. B. Establishment and Operations Planning. 1. Permits. The City will obtain necessary permits, as well as approval by the State of Florida Department of Environmental Protection, for any activated TDSRS identified in Apppendix I. 2. Locations. a. Baseline Data for Each Location. Private and public land used for TDSRS operations should be returned to its pre-event condition,following site doseout. The City will 201,$-002-JC ' 42 work with appropriate local and State agencies to establish and document baseline data for each site as detailed in- Appendix P1 TDSR Baseline data, and Appendix P2 TDSR Closure checklist. b. Ingress/Egress for Sites. The City selects TDSRS locations in part based on the availability of appropriate ingress/egress for the types and number of trucks and equipment used in disaster debris recovery. 3. Site Layout. Locations are selected in part based on the availability of land of sufficient size, shape, topography and soil/substrate conditions to establish a layout that is appropriate for TDSRS operations. 4. Site Preparation. Land shall be properly prepared to handle the activities associated with TDSRS operations. 5. Volume Reduction Methods. a. Incineration. There are no open sites in Miami Beach for which incineration would be appropriate or permissible. b. Grinding and Chipping. . Grinding and chipping will. be the primary debris volume reduction methods used by Miami Beach,using contracted equipment and labor. 6. Recycling. In accordance with section 2.10 of the Debris Plan, the City is committed to implementing appropriate measures, where feasible andpractical, to recycle and/or reuse disaster- generated debris of all types. 7. Environmental Monitoring Program.Appropriate soil, groundwater and other environmental monitoring and testing procedures shall be implemented to determine that not long-term environmental contamination remains on land used for TDSRS operations. 8. Site Closure. It shall be the responsibility of the Site Manager, under the supervision of the Site Monitor, to close the TDSRS and restore the site to its pre-event condition. 2018-002-JC 43 V. Contracted Services A. Emergency Contracting/Procurement Procedures. Purchasing and contracting shall be performed in compliance with the City of Miami Beach procurement procedures for contracting and procurement during a state of emergency. B. Debris operations to be outsourced. The City shall maintain pre-event contract(s) with disaster debris management and monitoring contractor(s),in accordance with section 5.0 of the Debris Plan. C. General Contract Provisions. Contracts for debris removal shall generally include time and materials pricing for phase I Immediate Response and unit pricing for Phase II Recovery Operations. D. Qualification Requirements. All disaster debris management and monitoring contractors used by the City must have experience in disaster recovery work and be qualified to perform the required work. E. Solicitation of Contractors. IN accordance with sections 2.4 and 2.5 of the Debris Plan, the selection of contractor(s) shall follow a competitive procurement process that complies with City purchasing requirements, and may include piggy backing when the original contract being piggybacked was entered into following a competitive procurement process and provides terms and pricing consistent with those provided elsewhere in South Florida. VI. Private Property Demolition and Debris Removal A. Condemnation Criteria and Procedures. The City's Building and Fire Departments will identify unsafe structures in accordance with the Florida Building Code and will take appropriate actions to remove the occupants of those structures. Demolishing or securing remaining structures that threaten the health and safety of adjacent residents should be the responsibility of the owner; however, experience has shown that unsafe structures will remain because of lack of insurance, absentee landlords, and other reasons. Following identification of private property as an unsafe structure, and prior to taking action to demolish or remove the structure, the City must determine and document that the work is necessary to: eliminate an immediate threat to lives, public health and 2018-002-JC 44 safety; or eliminate immediate threats of significant damage,to improved public or private property; or ensure the economic recovery of the affected community to be benefit of the community-at-large. 1. Legal Documentation. The City must document that it has the legal responsibility and authority to demolish the structure. To be considered eligible for FEMA reimbursement, the demolition work must be reviewed with and pre-approved by FEMA. To the degree applicable, possible and practical, the following documentation guidelines should be followed: a. Obtain copies of all ordinances that authorize the City to condemn privately owned structures. The authority to condemn privately owned structures might be different from the authority for the demolition of public owned structures. b. Coordinate use of adjacent land, easements and right-of-way necessary for accomplishing the approved work. c. Implement laws that reduce the time it takes to go from condemnation to demolition. d. Obtain copies of all applicable permits required for demolition of subject structure(s). e. Document the age of the structure to determine if eligible or on the National Registration of Historic Places with the SHPO. f. Obtain copies of pertinent temporary will-capping standards. g. Obtain executed right-of-entry and hold harmless agreements that have been signed by the owner and by renter, if rented. Right-of-entry should indicate any known intent by owner to rebuild to ensure foundation and utilities are not damaged. IF these agreements are not executed, document reason(s). h. Use radio, public meetings and newspaper ads to give notice to property owner and 'their renters to remove personal property in advance of demolition. i. Document name of owner on the title, the complete address and legal description of the property and the source of this information. Document name of renter,if available. 2018-002-JC 45 j. Ensure property will be vacated by demolition date. k. Provide written notice to property owners that clearly and completely describe the\structures designated for demolition. Additionally, provide a list that identifies related structures, trees, shrubs, fences and other items to remain on the respective property. 1. Notify mortgagor of record. m. Provide the property owner the opportunity to participate in the decision on whether the property can be repaired. n. Determine the existence and amount of insurance on the property prior to demolition.- o. Specify procedures to determine when cleanup of a property prior to demolition. 2. Demolition permitting. Prior to starting demolition work, the City will obtain all applicable permits required for demolition of subject structure(s). 3. Inspections. To the degree applicable,possible and practical, the following inspection guidelines should be followed: a. Coordinate all pertinent site inspections with local, State and Federal inspection team(s). Identify asbestos and lead-based paint materials prior to demolition. b. Notify the owner and/or renter of all site inspections. c. Verify that all personal property has been removed from private structure(s). d. Immediately prior to demolition, verify that the building is unoccupied. e. Ensure that the property is properly posted. f. Obtain a clear, concise and accurate property description and demolition verification. g. Include a Public Health official on the demolition inspection team. 2018-002-JC 46 h. Evaluate the structural integrity of the building and also demonstrate "imminent and impending peril" to public health and safety caused by the structure. i. Make arrangements to remove and transport all asbestos and lead-based paint materials to a permitted facility prior to building demolition. j. Obtain photographs of the. property and verify the address. Provide additional photographs of the property taken immediately prior to and following demolition. k. Locate, mark, turn off and disconnect all water and sewer lines. 1. Locate, mark, turn off and disconnect all electrical, telephone and cable television services. m. Locate,mark,turn off and disconnected gas service_ B. Mobile Home Park Procedures. The City of Miami Beach does not have any mobile home parks. C. Navigation Hazard Removal Procedures. The- City of Miami Beach does not have any navigable waterways. Waterways are limited to engineered channels and basins that are part of the City's storm water system. . VII. Public Information Plan A. Public Information Officer. The Office of Community Relation/Public Information is responsible for coordinating the communication of critical information to residents, thepublic and the media. This information includes debris removal activities and schedules. B. Pre-Scripted Information.The Office of Community Relation/Public Information and other public contact operations of the City have produced information in response to prior disaster events. This information is also accessible for use in future events. C. Distribution plan. The office,of Community Relation/Public Information has established numerous public information distribution channels in response to prior disaster events. This experience will be utilized for use in future events. 2018-002-JC 47 APPENDIX A. Debris Management Center: Public Works Department/Sanitation Division 140 MacArthur Causeway, 2nd floor, Miami Beach, Fl. 33139 Te1:305-673-7000;305-673-7627. Secondary Location: Emergency Operations Center 1680 Meridian Ave. Miami Beach,F1 33139. Tel: 305-673-7120 ext 2804 • 2018-002-IC • 48 APPENDIX B. Debris Management Plan Roles and Responsibilities: Debris Project Manager: Al Zamora(Sanitation Director) off: 305-673-7616 Email: azamora@miamibeachfl.gov1 ce11:786-402-5974 Deputy Debris Proj.Mngr: George Ruiz(Sanitation Division Superintendent) off: 305-673-7616 Email: Qeorzeruiz cni.miamibeachfl.Qov cell:786-412-4245 Reimbursement Coordinator: James Sutter(Internal Auditor) off:305-673-7000 (ext:6174) Email:jamessutter@miamibeachfl.gov Public Information officer Nannette Rodriquez (Community Relations Office) • off:305-673-700.0 (ext:6417) Email: nrodriguezamiamibeachfl.Qov ce11:305-332-3153 DMC Admin: Monitoring Co. 2018-002-JC 49 APPENDIX C. FEMA Guidelines The City shall ensure that its debris removal activities, including documentation and field operations, are compliant with FEMA guidelines, as amended periodically. IN addition to any Disaster Specific Guidance (DSG) documents issued, the following FEMA publications provide guidance for local disaster debris removal and management activities: A. Public Assistance Policy Digest(FEMA 321 and Appendix A of FEMA 321) B. Public Assistance Guide(FEMA 322) C. Public Assistance Application Handbook(FEMA 323) D. Public Assistance Debris Management Guide(FEMA 325) 2018-002-JC 50 E. D. FHWA/ FDOT District 4 Guidelines The City shall ensure that its debris removal activities, including documentation and field operations, are compliant with FHWA Emergency Relief (ER) Program guidelines, as described in 23 CFR Part 668 and the Emergency Relief Manual. The Florida Department of Transportation(FDOT), District 4, is responsible for administering the ER program in Florida. 2018-002-JC 51 Attachment 5.4-Other Guidelines Reserved for future use 2018-002-IC 52 i I • APPENDIX E. List of Disaster Debris Management- Contractor(s) APPENDIX F.- List of Disaster Debris Monitor(s) • 2018-002-)C 53 APPENDIX G. Miami Beach Street Map — Emergency Road Clearing (Priority Roadways) 2018-002-JC 54 J ` • N 0 00 b 0 • u f— 0 4 EL-1E, ��1�� �I ' y.�. - ma ao ow.a 82d �....—, �+ I 1 Eli I 1 ©��q OQ — '�� dol I� for Ir � Yiil �r ,� .._.0�J1 ILS_ Of wlf I=�f�� ❑ .��.1. t1 11 ICI CA= _ ,w LJLJED=1 .1=11 11 11 11 CI ritil PM6d I .l I I —1 Il�'"'1 ] l )111I I I ] MI E ---.I J'=1- 1----1H *•I H 1 DP .�,, l w 1 1 I —1 El 1-=-1Idl1 �r .� � o Hi 1E J [�� �Ilea.• 1.1 I❑C]B R I L�j[- ( "1 f��l • 1— tl1' ""> yy L Attachment 5.8- Miami Beach Street Map—Priority Roadways (cont'd) 4► i/-44.7.,b, . /Oooh. iG . �� 1�' ,,moa©y ff"° lIII_ , ( - ic Q11f7,. , 1��'I; Cf�OGS • OQoO r_ , 41r§i. '.GME7R0' IN P OOCE -'�` 70000' jlk , OOO p2g. • ,:,L-2 .,,asig___..11 ._ - \, ' 1 � nsyy ,,, ,-Ti..k 0r, �06 • lif IOO St . 11E7CE3 6 i i . , I ' : /-.7:.a 7:.soNV ., . (I. \ 31E",0 . , . _ El fry *1 0i Or t0 01 .V , . ' g C ri C Gr °cc ‘. '0 ;, ,AA ,„.,,e,,v 2018-002-JC 56 Appendix G. Miami Beach Street Map- Emergency Road Clearing ' // U ,tAity ' v 0, i . 1 - _\ 1 . II)v. . ;- I4 ik - ' 1 .10„..•I i _� , IFQ L. itLvt - r11312_____,\ 4 „iFt -1— ----- g-3:1129:1-\4g‘L‘ WA libliE----4-VAII°P1( 11: ' - 1.10:EFINA Vi_wiiceiW c ‘ . I1. 3-7113t1 [Pi -A11.61.141 noopomq UEili . —IEIDLEEz ..- 1 I .,G, 11-EirFi7 t[Y -1- - L LuEniiErp, =— 11: :, D Ods —r ® ® 1 _, .a J r OD � �:� A \11 ( ,°,° ' -/71 moi( if If. \ 2018-002-JC . 57 Appendix H. Miami Beach Disaster Debris Collection Zone Map 2018-002-JC 58 N • S. • u • I IJ! • t k Y, st[t 1A , k [M wE • ''t Jn •�Nri t li� , • �r +, •w .J+5 .'' N 'rte '+ I� �4' ' / ta#� +G• ; } N Yk? 1�Ufi 1110,1A " +ten I • "»�' l9!I it a..414',4/ .+, �.t s. t.,,,,-;*,..:'"�e.t tr j 3i r �"is=[?� �T r.�[4 I fjitlk ,; s i },1 }�,'•r,,,,,,,,,,,...„,„..,..„0,,,,,..,,.„,,,,_ r'�� 4e�� a it �',!` ' t� a ' 1Ja�� qy ,�.�!' ifs .+ \,����� i ��� �Y r,* ,� �J, 4 (P yX 11t Ct,5•4 '.t.,:a"z.,.-;'r,-A-::. of . -, ��' \ 5�,�_++\y 1) I '{I -- � �, �r14. �,:..) ,c.-.4,19,J.Uf"c 1°;y��i�,j'" y'r '�� ppp, 1�'rsr�„+S`.. , •� 'n�� �1. r ;`r r 1.4 � r ti,f a/L yI l .�d� q L� 'il. ID 4`1/r ', !.+-' _ N. \. . k ,r ";'4 ...2.!l t, 2, Ila ., l3 1 ��.9pyy r %A ? t�''ti 1,�1g1}y`'I I� 5!) J�h :'r,. JZJ'�y,dao' �F"'ifypa I +. 4a r.c )Jj 4ta' ' \ Y a ,t E'i � 4 ..':J!"tii'�!-s1'�p' k#drkrrl ar '�� �.ar, e,w < 1-41 .. ill i. II b ..--- c • u • 3 3 . co i Z i •;' N V' ''i L/l ,p • Appendix I. - Location of Temporary Debris Storage and Reduction Sites (TDSRS) The City currently has one approved for use as a TDSRS,which is leased thru FDOT and is located: 2800 Meridian Avenue Miami Beach,FL 33139 The site is currently permitted for use as a green waste facility. The Florida Department of Environmental Protection (DEP) has approved its use as a TDSR in. prior tropical storms and hurricanes. In the event additional TDSR is required due to excessive debris quantities,a Miami Beach park can be utilized and is located: near 195 and Alton Rd. • 2018-002-JC 60 11 Appendix J. Standardized Debris Truck Placard The debris truck placard used to identify collection vehicles shall generally incorporate the following format and information: City of Miami Beach Name of Contracting Jurisdiction Name of Prime Contractor Name of Truck Owner/ Operator Vehicle Registration/Tag Number Truck volume(cubic feet) Truck Certification Date 2018-002-JC 61 Appendix K.- Truck Certification List No trucks have been pre-certified as of this date. Trucks utilized for a major disaster event would generally be provided by the City's disaster debris management contractor or their subcontractors. Sample Truck Measurement Certification DISASTER EVENT: TRUCK MEASUREMENT CERTIFICATION TRUCK HEIGHT WIDTH LENGTH VOLUME TRUCKING NUMBER LICENSE PLATE (FT) (FT) (FT) (CY) COMPANY NUMBER 2018-002-IC 62 Appendix L. Standardized "Load Ticket The "load ticket" used for documenting disaster debris collected and disposed of shall generally incorporate the'following format and information: CITY OF MIAMI BEACH LOAD TICKET Date: 'Ticket No.: XX-XXXXX Prime Contractor: Subcontractor: Truck No: Certified Capacity(CY): Driver's Name: Loading Site: Debris Type: (Circle) Vegetative C&D Mixed Other -Category: (Circle) Public Private FHWA Other Loading Site Departure Time: Loading Site Monitor(Print Name): ID No.: Loading Site Monitor Signature: . Disposal Site Location: Disposal Site Arrival Time: Percent(%)Full/Weight: Disposal Site Monitor(Print Name): ID No.:. Disposal Site Monitor(Signature): Notes: 2018-002-JC 63 Appendix M. Debris Removal load — Ticket log . 11/ 110 DEBRIS DISPOSAL SITE LOAD TRACKING LOG Date Supervisor's Name Debris Contractor's Site R epresentative's Name Weather eather AM: M: Location onitor's Name (s) ruck I Ticket Tic ket Owner Estimated Quantity onitor's Load Load Remarks I No. No. (CY) Initials A ccepted Denied 1 2018-002-JC 64 i 1 Appendix N. DEBRIS LOADING SITE MONITORING CHECKLIST Date: Arrival Time: Departure Time: Weather Conditions: Disposal Site Location: (Street Address or nearest intersection) GPS Location: N W Disposal Site Monitor's Name: (Print Name) Other Monitor's Name: (Print Name) (Signature) Loading Site 1. Is the Site Monitor filling out the Load Ticket properly? YES NO If NO, explain actions taken: • 2. Is the Contractor loading eligible debris from the designated right-of-way(approx. 15' from curb)? YES NO If NO, explain actions taken: 3. Is the Contractor loading trucks to capacity? YES NO If NO, explain actions taken: 4. Identify Contractor's truck numbers observed while on site: • • 5. Were photographs taken at the loading site? YES NO photo log numbers: : : : 2018-002-JC 65 Notes,Comments, • Appendix O. DEBRIS DISPOSAL SITE MONITORING CHECKLIST Date: Arrival T}me: Departure Time: Weather Conditions: Disposal Site Location: (Street Address or nearest intersection) GPS Location: N W Disposal Site Monitor's Name: (Print Name) Other Monitor's Name: (Print Name) (Signature) Disposal Site 1. Is the Disposal Monitor filling out the Load Ticket properly? YES NO If NO, explain actions taken: 2. Is the Disposal Monitor attaching a copy of the Weight Ticket to the Load Ticket? YES NO If NO, explain actions taken: 3. Are the Contractor's trucks loaded to capacity:?YES NO If NO, explain actions taken: 4. Identify Contractor's truck numbers observed while on site: • 2018-002-JC 66 • • • 5. Were photographs taken at the loading site? YES NO If YES, list photo log numbers: • • • General Notes and Comments (Include observations of operations at the landfill.) Appendix P1. TDSR SITE BASELINE DATA CHECKLIST A. Before Activities Begin 1. Take ground or aerial photographs and/or video. 2. Note important features, such as structures, fences, culverts, and landscaping. 3. Take random soil samples. 4. Take random groundwater samples. 5. Take water samples from existing wells. / 6. Check the site for volatile organic compounds. B. After Activities Begin 1. Establish groundwater-monitoring wells. 2. Take groundwater samples. 3. Take spot soil samples at household hazardous waste, ash, and fuel storage areas. C. Progressive Updates 1. Update videos/photographs. 2. Update maps/sketches of site layout. 3. Update quality assurance reports, fuel spill reports, etc. 2018-002-IC 67 Appendix P2. TDSR SITE CLOSURE CHECKLIST 1. Site number and location 2. Date closure complete 3. Household hazardous waste removed 4. Contractor equipment and temporary structures removed 5. Contractor petroleum spills remediated 6. Ash piles removed 7. Comparison of baseline information to conditions after the Contractor has vacated the temporary site. • 2018-002-)C 68 Appendix Q. Potential Final Disposal Sites Miami-Dade County has developed the attached list and map of potential temporary and final disaster debris disposal sites within the County. The City has preliminarily identified the following sites as potential destinations for final disposal of disaster debris: • Miami-Dade County Central Transfer Station,Miami-Dade County • Miami-Dade North Dade Landfill,Miami-Dade County • Resource&Recovery Facility,Miami-Dade County Decisions concerning the actual disposal of debris will be made based upon the nature of the event and the types/quantities of debris produced, and in consultation with the City's disaster debris management contractor(s). The City's disaster debris monitor will oversee the final disposal of all debris. 2018-002-JC 69 Appendix R. Recent Hurricane & Tropical Storm Debris Estimates Storm Name Type or Date Est. CY Est. CY Est. CY Category" Vegetative C&D/Mixed Total Frances & Cat 2/Cat 3 Sept 2004 22,000 0 22,000 Jeanne Katrina Cat 1 Aug 2005 5,660 0 5,660 Wilma Cat 2 Oct 2005 , 227,500 72,500 300,000 Future Cat 3 N/A 580,000 1,350,000 3,710,000 Estimate 1 Notes: • Hurricanes Frances and Jeanne made landfall in Martin County at the strengths indicated above. The impact on Miami-Dade County was significantly reduced due to the distance from the storm center and the location of the county on the "weak"side of the storm.Hurricane • Hurricane Katrina made landfall near Hallandale Beach close to the Miami- Dade/Broward County line at as a nominal Category 1 tropical cyclone as indicated above. • Hurricane Wilma was an overland tropical cyclone that crossed the State from • West to East on a northeasterly track beginning near Marco Island, FL (on the west coast) crossing just south of Lake Okeechobee and entering the Atlantic Ocean at northern Palm Beach County. The impact on Miami-Dade County was unusually strong for a storm of this magnitude and distance away due in part to the county being on the "strong" side of the storm and the large wind field for an overland storm. ' 2018-002-JC 70 APPENDIX H MIAMI BEACH 2CFR II to Part 200 . . . . Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR • MIAMI BEACH, FLORIDA 33139 2018-002-JC 71 APPENDIX II TO PART 200 CONTRACT PROVISIONS FOR NON-FEDERAL ENTITY CONTRACTS UNDER FEDERAL AWARDS In addition to other provisions required by the Federal agency or non-Federal entity, all contracts made by the non-Federal entity under the Federal award must contain provisions covering the following, as applicable. (A) Contracts for more than the simplified acquisition threshold currently set at $150,000, which is the inflation adjusted'amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as appropriate. (B) All contracts in excess of $10,000 must address termination for cause and for convenience by,the non-Federal entity including the manner by which it will be effected and the basis for settlement. (C) Equal Employment Opportunity. Except as otherwise provided under 41 CFR Part 60, all contracts that meet the definition of"federally assisted construction contract" in 41 CFR Part 60- 1.3 must include the equal opportunity clause provided under 41 CFR 60-1.4(b), in accordance with Executive Order 11246, "Equal Employment Opportunity"(30 FR 12319, 12935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." (D) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts in excess of$2,000 awarded by.non-Federal entities must include a provision for compliance with the Davis-Bacon Act(40 U.S.C. 3141-3144, and 3146-3148).as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be-required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition, contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination.The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also include a provision for compliance with the Copeland Anti-Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. (E) Contract Work, Hours and Safety Standards Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every 2018-002-JC 72 mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market, or contracts for transportation or transmission of intelligence. (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets the definition of"funding agreement" under 37 CFR §401.2 (a) and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the recipient or subrecipient must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements,",and any implementing regulations issued by the awarding agency. (G) Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act (33 U.S.C. 1251-1387), as amended—Contracts and subgrants of amounts in excess of $150,000 must contain a provision that requires the non-Federal award to agree to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). (H) Debarment and Suspension_(Executive Orders 12549 and 12689)—A contract award. (see 2 CFR 180.220)must not be made to parties listed on the governrnentwide exclusions in the System for Award Management(SAM), in accordance with.the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549. (3 CFR part 1986 Comp., p. 189) and 12689 (3 CFR part 1989 Comp:, p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. (I) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay arty person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. (J) Procurement Of Recovered Materials. A non-Federal entity that is a state agency or agency of a political subdivision of a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act.The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. 2018-002-JC 73 • ATTACHMENT C CONSULTANTS RESPONSE'TO THE (RFP) • Detail by FEI/EIN Number Page 1 of 2 Fiorda Department of State DIVISION OF Coe.aoaerioms C err JQ''I l�il`I if • rot afjroo! !£:C?9/171,7f.it1)vied& Department of State / Division of Corporations / Search Records / DetaiF By Document Number/ • Detail by FEI/EIN Number Foreign Profit Corporation D&J OF ALABAMA, INC. • Cross Reference Name D.&J., ENTERPRISES,INC. Filing Information Document Number F04000000940 • FEI/EIN Number 63-0943382 • • Date Filed 02/11/2004 State AL Status . ACTIVE Last Event REINSTATEMENT Event Date Filed 10/24/2011 Principal Address • 3495 LEE ROAD 10 AUBURN,AL 36832-8040 • Mailing Address • 3495 LEE ROAD 10 AUBURN,AL 36832-8040 Registered Agent Name&Address LOCKLIER, BROCK 18615 LAKE IOLA ROAD • DADE CITY, FL 33523 Officer/Director•Detail Name&Address Title CP STARR, RICHARD D 4820 LEE ROAD 137 • AUBURN,AL 36832 • Title VCST STARR,JAMES L 2027 HILL BROOK CIRCLE AUBURN,AL 36830 ' http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inq... 1/15/2019 Detail by FEI/EIN Number Page 2 of 2 Annual Reports • Report Year Filed Date 2016 04/08/2016 2017 04/13/2017 2018 03/14/2018 • Document Images 03/14/2018—ANNUAL REPORT View image in PDF format 04/13/2017—ANNUAL REPORT View image in PDF format 04/08/2016—ANNUAL REPORT View image in PDF format 03/18/2015—ANNUAL REPORT View image,in PDF format 02/25/2014—ANNUAL REPORT View image in PDF format 03/20/2013—ANNUAL REPORT View image in PDF format 03/20/2012—ANNUAL REPORT View image in PDF format 10/24/2011—REINSTATEMENT View image in PDF format 01/04/2010—ANNUAL REPORT View image in PDF format 04/14/2009—ANNUAL REPORT View image in PDF format 04/01/2008—ANNUAL REPORT View image in PDF format 04/17/2007—ANNUAL REPORT View image in PDF format 01/20/2006—ANNUAL REPORT View image in PDF format 04/22/2005—ANNUAL REPORT View image in PDF format 02/11/2004—Foreign Profit View image in PDF format Florida Department of State,Division of Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inq... 1/15/2019 APPENDIX A MJAMIBEACH Proposdi Certification , Questionnaire. & Requirements Affidavit Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 ' l Solicitation No: Solicitation Title: ' ! 2018-002-JC Disaster Recovery Services Procurement Contact: Tel: Email: Jason Crouch 305-673-7000 x6694 jasoncrouch@miamibeachfl.gov PROPOSAL CERTIFICATION, QUESTIONNAIRE& REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that.must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: D&J Enterprises Inc. No of Years in Business: 40 No of Years in Business Locally: 40 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): 3495 Lee Rd. 10 • CITY: Auburn STATE: Alabama ZIP CODE: 36832 TELEPHONE NO.: 334-821-1249 TOLL FREE NO.: FAX NO.: 334-821-5227 FIRM LOCAL ADDRESS: Same CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: William Liveoak ACCOUNT REP TELEPHONE NO.: 334-821-1249 . ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL wliveoak@bellsouth.net FEDERAL TAX IDENTIFICATION NO.: 63-0943382 The City reserves the right to seek additional information from Proposer or other source(s),including but not limited to:any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. 1. Veteran Owned Business.Is Pro oser claiming a v teran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates 3. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title, 3)Address, 4)Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation,or had a contract cancelled due to non-performance by any public sector agency? YES I is, NO SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 5., Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request.The Code shall,at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others,the conflict of interest,lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. Balance of Page Intentionally Left Blank • 7. Living Wage.Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement, the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13(October 1,2012),the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may,by Resolution of the City Commission be indexed annually for 'inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal,under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar workweeks, the Equal Benefits for Domestic Partners Ordinance 2005- 3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses.The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the.City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or o access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offe access to any benefits to employees with (same or opposite sex) domestic partners"or to domestic partne employees? YES NO c. Please check all benefits that apply to your answers above and list in the 'other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouse Domestic Partners Health Sick Leave ✓ (/ Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager,or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.govlprocurementl. 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal,proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals,proposals,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor,supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes,,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race,color, national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi.Pursuant to Resolution 2016-29375,the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall_agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourcedfrom these states. - SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement. Beginning on December 1,2016, the city shall not enter into a contract, resulting from a competitive solicitation issued pursuant to this article, with a business unless the business certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the city's Fair Chance Ordinance,set forth in article V of chapter 62 of this Code. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements.The City will strive. to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation.Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt L Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 lit 44 Addendum 3 Addendum 8 Addendum 13 f,JIL Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. -.- .. _ ^. k�y'r •�lr �� �I • "...,:t,:..,,� �,+ r4)y t;),,, S tt.,‘,,,..1� .fi fig• ..- -. l ymoi] ,gjyi i • Jr..: .1,4--- a('�•'• fit;, r. ,•.1.., 'A. y .. 1>A SJ % ry t i ''Y �fQ� , x SS '' �.> :+•1,-t(,'l A �o- --..".1•17.Z.---r .i.- :r �71�r �j i ste,•_ K�rKK jjjj'••• � _ • 1r J 1';. �rar+r, .,. t L:• L4+ i ai 1 � �� N a r° y t oof 0 • `.a lit..ía! ,''1t• „ ,.r .,• • g r r>_c3N tr,;_• ` Ju' 1” .i� rt•'Y'. ^rc f� *>.rgy • I '-,... p� xtg! Y j FE C r { A_+. ,71 -,,,",1,,.,-,-, 1•NP I4-' C Ci l r3 0, F K I. Sza ' v x� 's t 1r,',.,.,.., c n > j IS .s rr( X 7$ [ le it -{ z,. LY�} et.,5'S �a 0. r Y fi y'r-r (. ,7S�L' Lt..�a !r t ,,,,,,A,,,,3„,,,,,,,,,)%,itt r4, i_Y 1 r li '1, • S• t �'l `�•i�r r�� v.,..-101 t N. . 3r >,r 1 i"'� fi... , at 6 �. --..1.1.7,;"; i ,' hf T { . r �, y, tK1.1,-,,,.� x.•.. , M.j M%e S�'r. ' tiC • . .y„ �7; fw K Asa r> r... .,t:,,''.:•,•-‘,•f!•••• ,. " i' C t �' ,, `o;a r"_�. k. \ eV. ,S ..'7•i g ` Ott .. \.ruCr`I .! E "r • ! ', >. `i r: Ste'}.ir' n ~t b 4 a. tr .moi ,-- `%•y' :•'-'4,1.., .1d .11` ' i' e,.' n"tiLL''' r t• > f W �I 5�y 'a‘C'AP':.&-:‘111°.'0,. 3e�. ..t r t *)• 4, '''';',;:'.+: ` .v••• " ri'fi ..�' 'r�*"r/,,�'�' ,.`*r.Is.'r-,..11T 'l"` t', -,:11-2--„,'•,,,v-,...--, ''" a 14+3.a,�,'cvt ,ay. i t41 -*,,,,A,,,.-?-„-- er.• ; " .. ^,"'. : .,., .Y.. 3.4^'4---) ..?,,,3-,. �. .,,,•4&,,,.....•,r ,e, . ;.& rtt '`L•�YV 7`s ^ • :--..:' 1. F: r ',��Sre. x ••. v'J' h 4+ b,i 1 1�' '-',..."4',:.,"' 1. a'• 'r^7.i6...•i. _ ..+' Y't. 'aa•.. N ''„ A .t '-i.„a jl e � .};. . _ 2' _ • .s:° 1.1_• s. .a:.iw t. ra;x ,. °h-;. _ 1 D & J Enterprises Inc VI la" 412A #wareness • Preparedness ♦ llesporise & Recovery �� gg��> OF I BEA . DISASTER RECOVERY SERVICES RFP #2018-002-JO MAY 11, 2018 3:00 PM ORIGINAL 3495 Lee Rd. 10 Auburn, AL.,36832 Phonee(334)821-1349 William Liveoak Fax(334)821-5227 w w w.hucanerecovery.corn wli�bellsoutb.net rri i I 14' . 1.•=4.' r I "1 , ^ ',. I .. , $ 1 , ' ' ..:A ., '',4.4...A.'' .40*'%. t" ,,.. r.. • ,_#.4--tis.„-.,-ir _- - . in. .7 1, ,. .,•:. ......L. -, Ai*. T,,-,-1,4•11,-„, ,,,.. L'.,I.;,•?:-Th`., w '7-,r•TIV7,-*'''. ,..-_,‘..-. -v--9----;--,w---r-•;-,- --r---:. -•,,-----0 7:- . - — .,s-ta ----, -.:41.-7..:,:, `,i.t, .t1§4-,_-_, 14 mziP:5,--,,*''';',:7,.,,,,,..k- ;*" '. ..'• ',%',`•:..,/-41347'.a*-..'-' '-'• ,, . 1,1' 1.;;,',C,..,F.1., "" • r rq.. t'..t. ,.,,,,, .X . ,, "f. ,I. ,. .. t-,...."•.., " • q,..,, -,,,..10,-, ,43'..-vt-',' - ' ,1-„,,.._...•;.4,-4-4_,..- ., • ..t-3,,r,•'-'",-i..-.-.',..,L. '•-•-,•:94v-1.,•'•f' - '',,- ,,,..'.,-, .., -1.p.-1 ::g.,,,,":_,ii.,4,,...„.,,.,,,„II,.1,,,,,,,,,..„4„.4.=,',„.„,-.1... ..:,... .-,...7.,14,14.•'-'1, ,,,, „, -:-.. ., "A',., •,,,,,,.0., 've'::..-,.• •'..,..",'"...!'. ,i4 %W.. 'Z,,.4',7,;%.14-,,.^N'-',K•tN. .. ,:. -' •\ta #.27,7ht-s,t.' tfi ...4..:',7•7.4"4,°4qA.,:i.-••4,- I ,••• 4,,,...,0„: - •,•-' I ir ‘-'i' t ;•. :,--,:-.4.r ' $ I 1--'.." '.7.- I I I t "it.U',..." ,-:'-•4','4•1,-it pp. '''''"! ff. 4.—, ..47,/-,Av•-.0.....,r1•4,e4t• (- -,•-41,4:;,,,;2+4,:' •••- - j....1,--- -*vie-....,•Ti ....-- --,•:Ar.,...."- •,-.-,A,-, --•,.,s„,.. • . --- 0--. 1177•r.i,!'" •.7---..,‘,7••• , —*--tt,----''..M.18,111:It I 1 N.. ' ------•,.,v,,,N....„,,„..,,,;...,-,:, -,...... ""-=-z..,,,,.. 1111111112 ,-1 ', .--'. - '---f•- ,-t.-a-",i':,-r4..--?-2:2`*- ( ••"•-:-...:a - 44 . :',1„,t. •,,T'a'e.','-''''' '' .'" •''VA ..„ s, :,,,,., ^ ..r-'.1, ,?,,,1, , , ,-./..4-7,,,,,,•;, , & 1,.,Iii 0.42 f'''''.. '1 .Al .••••---"t ic -^,- - --"i„-', • , •,,,- 't"4 '•7'tr. . •„ ••----4.!.' ‘;`-..'', -' ; •-,„''''' .••••••-•;J;; :---4,,,,,,,o, -,,,,,;44174,t.Z.N---'--4•5',.‘•- '4-- -,-•:•,`:--4--.-:If-;.- •, ''.4,•,-, ''-' ' '•t*,ce,,47-1.44'.., ,4,4-....,*-4" 't-, - -=.•••-, 1 .,.. • -7-..•-..-,. ,i4.,„4'''',. • '-,,I,-;,,,51%-a,•V-,„1.-,---',4'-t,'•st---4•;:-,- .1"-.0 .;-- _,A,-,-_7 •_1',--''..-.. i ,ci.e.,,,...111.,. ...itte.Lt..„‘te.0",,v.:4 4 ..,1-4,,,s,i74-44-:,,,;-:-14.,-4'• 4.'",•0,---- *„.... --- , „44`.,t'-•31 - ..':-.7:,'.:-, .11'_E-T:-, •-•3 $ ,Kr._.- ....,••=....a. '‘..°.°,:,?.i., -,1 '''- ''''''''' '-----.' --1"....". .-.- -rin 1 - ge-.- -p.:7 ... . ---. ----:;:z,•" , . I "---, --,--- - . ,, [......,..,t,:-- ..,;-; . .--,...r.4 - -- - ----..-4 -.. .,, ... ......---1— .. - 11.7- .0,:- -,...',-..,,,<_!.-...:-,-..."•.;= .. si,,---1....%.„•;,,---. .. ........-- ;•=0;'..1,-:-... ..,-,--,--- - ,------‘,--,,,,, ------,,..,-;-,...-• i. .1C...,. --„,-;-••=.-4,---Z,4- . -..--",w,-,-•-•to:-7,-.7--, 41 w.- r-- 7%. ---'--: --- - -v-07,,-,.-.---iD,--,-.,--...,,---%,0-•:-- .,....r. . .., , - ,.---, 7---;,-...--,N .S.,n..,..,..,0;%W. ,„, .1- .4-.:- ..A1 -..o,0.--41---z--::;-• ...' , - . -..-fr":".•:g-'17.-,...zk,.-- -it-, r-14.r.d. ! ' r .• -4-•'N.'s& t'''..1.2"-* -,v--_,,.....•, .....T:, ,,, , , t..., .., .e., ;‘,V...'1.. ‘J. ON ., :!,_.7.,..:::- ,.'1., , _..0"-•-:•-•--v,--4.-., e.-- •-•"'"-'• t ,,--,c.\-.„::•.s.^7.. --,,-r,••• •ki,i-xl,.., -‘:-;•,,i4Pu •--• ., ,--... - . '--...-7-- -C'4,7,1" -.;?-45g-41"1.47, „or - • - '' ' --'-`---,t,.--P'o-'----4 1 .,,,,-.2:j•.:4011.11, .,,,,.. If .......,,, ..... - ,•- ,..."..,..,. ..........- #'6e"...„•,-.. c,. ..... ci,riW' '%"`4; ""'it '' '4 * - - -4 '‘,-,*t-• 0 i54, V,v - ls-w"".."-ti.,, --4,;'1,--? ,V, • -•,,-,. n.,,,i.d...,::• • .„,,t °i'• .' n"Al (V) CP5e- El) ‘. 40 ' ,,,'',..,,,,.,-, , '..,4.41`4:4:TIS)ie-,t4.--...- '''.-' -''' ,. ' • - '...C` '''''',P i rittIM:1- -40,;6.' ,-, - --s-`1'.'"7 arlre-:--:;-,-;'-5:".'6,:-•'1 -' '-'•%41-404N-t "-..'.?" IV -„,••1‘ri;i4 t•A.• ,.0 silei) -zo •AL--,-,-_„' , '-,..1.-9..,....n, .4 1•4ter•-'c.....- e..,iv, 7..?".. .., - - - J,- ---, - —*ilk= ' .„......-.--, -.,,,,,, ,i, ..,_ „-.•,..,,...,,,,,,, ,,. .„ , , _ • _ -, : - .--<-4 - • -- - -i•-•..• -• i -ir . -,- al--• ..--„,- I V-`:-•,-/I- ----11-kr- - -IL-',` 4., 11- f,'o',:,',e- ''''''"-ICIEX-4- ',../.'1,, CV/47' ".•1- N; • • --,\\• 1 ,.. -,-''.-..7,,,... ',. - - .i''IP'''' I (-4,_ 1 :„---,,,,r, ..-- •-• 1,';'• \'..,,..G0 ;v.•.....-- - . ..., ::.,,, •",57, 7., 1 c!'‘'‘,ItK' s- .-••.'''' ''---' /1*111,..-14 -IN t• - ft,-it''''`.":4-...1- li ',".••, - - -Alt ., --1----, 7.:,',1e._-'-^-......,--___1_1,,,r ='P'"'.:-'- ''''-:-Z*'-'" ,.",1.-=----.?""•_. ..'-- : 1y�p4igC;:` ' D&J Enterprises-En r - Table of Contents Miami Beach, FL RFP #2018-002-JC Tab 1 . Cover Letter&Minimum Qualifications Requirements • 1.1 Cover Letter and Table of Contents pg 1-3 • 1.2 Proposal.Certification,Questionnaire& Requirements Affidavit (Appendix A) pg 4-32 • 1.3 Minimum Qualifications Requirements pg 33-68 Tab 2 . Experience&Qualifications • 2.1 Qualifications of Proposing Firm pg 69-87 • 2.2 Qualifications of Proposer Team pg 88-104 • 2.3 Financial Capacity pg 105 Tab 3 Approach &Methodology . • 3.1 Approach to Subcontracting Work pg 119 • 3.2 Debris Management Site Plan pg 125-130 • 3.3 Disaster Debris Removal Operations pg 119-137 • 3.4 Recycle or Reuse Debris Plan pg.125-130 • 3.5 Collaboration with City of Miami Beach Agencies pg 131-132 Tab 4 Price Proposal • _ Cost Proposal Form (Appendix E) pg 138-144 f • p s D&J Enterprises, Inc. City of Miami Beach, FL RFP# 2018-002-JC May 11,2018 City of Miami Beach, FL 1755 Meridian Ave,3r'Floor Miami Beach, FL 33139 THE D8J WAY Prepared. Fast response. Management. Owned Equipment. Year-round staff. Excellent work. Safety. Maximum reimbursement. That is the O&l Way. D&J Enterprises, Inc. is a stand-alone business with assets and methods that are irreproachable •by any other debris Contractor. D&J has the personnel, equipment,trucks, subcontractors, • financial capabilities, bonding capacity, methods, and procedures that make D&J a premier contractor. No other disaster company employs approximately 200 employees on a daily basis that are ready to respond at a moment notice with over$30,000,000 of COMPANY OWNED equipment. D&J is completely self sufficient and capable of self performing debris removal contracts. D&J has over 2,500 subcontractors and national accounts with all major equipment rental agencies that, along with D&J employees and company equipment,will ensure a fast response and work will begin in a timely manner. Even with these agreements and accounts, every debris removal operation will have D8J personnel and equipment present 100%of the time. D &J Enterprises, Inc., Federal ID No. 63-0943382, is a corporation owned by Richard D.Starr and James L. Starr incorporated in 1987 in Auburn,AL, after acquiring the assets of their father's company, Starr&Sons Contracting. D&J has been in the disaster debris removal field for fifty-two years. D&J has an outstanding record of completing all contracts awarded to the company and has never defaulted on any contracts, and never had a payment or performance bond called on any contracts. D&J has done several large scale debris projects across the United States,Caribbean, and Japan for cities, counties, and the U.S.Army Corps of Engineers. D8J is capable of handling any size of disaster related removal. D&J has removed and processed over 40,000,000 cubic yards of debris, and performed over$750,000,000 work throughout our company history. This fact is supported in the following submittal by showing examples of having served as the prime contractor for numerous large scale debris removal operations. D&J was the prime contractor for 14 counties and 4 municipalities in Texas following Hurricane Rita. D&J has operated as many as 15 contracts simultaneously and employed as many as 600 employees with 500 subcontractors in a single contract. Disaster debris removal and disposal service operations have also led D&J outside the U.S. to places such as Haiti, Caribbean and Japan. 2 D&J Enterprises, Inc. City of Miami Beach, FL -sP10° RFP#2018-002-JC D&J is one of nine US Army Corps of Engineers primary contractors and has pre-position contracts throughout the US. D&J believes that training and pre-planning are essential to running a successful debris removal operation. D&J employees are constantly expanding their training by taking OSHA,FEMA, and US Army Corps of Engineers courses. Courses cover every topic and aspect of a debris operation including management, quality control,safety, reimbursement, and operations.That is why D&J offers training and pre-planning to our clients included in the contract at no additional cost. D&J is very familiar with the scope of work required for this RFP. Work may include emergency clearing for the first several hours of operation, debris load&haul from rights of way and proper disposal, stumpremoval, right of entry work, removal and disposal of leaning trees and hangers, and hazardous removals. All work will be completed in accordance with federal,state, and local guidelines. D&J is committed to following FEMA's Public Assistance Program and Policy Guidelines and meeting 2 CFR requirements. D&J will ensure that procedures and work will reimbursable. D&J will continue to work with our clients after debris removal is complete to help receive any available state and federal reimbursements. D&J Main Office: 3495 Lee Road 10,Auburn,AL 36832 Phone:334-821=1249 Fax:334-821-5227 Email: info.@dandjenterprises.net C Point of Contact: William Liveoak, Office Engineer Cell Phone:(334}559-0107 Email:wliveoak@bellsouth.net Normal Business Hours: Monday-Friday 6 am to 5 pm CST Storm Event Hours:As required Authorized personnel to make representations, all of which can be reached at the address and telephone number above: Richard D. Starr,President James L.Starr,Sec./Treas. Christopher Starr,V.F. William Liveoak, Office Engineer • Jason Sanders,Operations Manager If awarded this contract, D&J would be strongly committed to performthe work as can be seen by past performance on similar projects.Thank you for your kind considerations. Sincerely, James L. Starr (Owner,Sec./Tres.) 3 APPENDIX A MIAMI BEACH Proposal Certification , Questionnaire & Requirements Affidavit Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT. 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 4 iI • Solicitation No: Soldtatien Title: 248-002-JC Disaster Recovery Services Procurement Contact Tel Email: Jason Crouch 305-673-7000 x6694 jasoncrouch@miamibeachft.gov PROPOSAL CERTIFICATION, QUESTIONNAIRE &REQUIREMENTS AFFIDAVIT Purpose:The purpose of this Proposal Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposers of certain solicitation and contractual requirements, and to collect necessary information from Proposers in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Proposal Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: D&J Enterprises Inc. No of Years in Business: 40 No of Years in Business Locally: 40 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): 3495 Lee Rd. 10 CITY: Auburn STATE Alabama ZIP CODE: 36832 TELEPHONE NO.: 334-821-1249 TOLL FREE NO.: FAX NO.: 334-821-5227 FIRM LOCAL ADDRESS: Same CITY: STATE ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: William Liveoak ACCOUNT REP TELEPHONE NO.: 33.4-821-1249 ACCOUNT REP TOLL FREE NO.: • ACCOUNT REP EMAIL wliveoak@bellsouth.net FEDERAL TAX IDENTIFICATION NO.: 63-0943382 The City reserves the right to seek additional information from Proposer or other source(s),including but not limited to:any firm or principal_information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. 5 1. Veteran Owned Business.Is Pro oser claiming a v teran owned business status? [ YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or \, immediate family member (spouse, parent;sibling, and child) who is also an employee of the City of Miami Beach. 11 Further, all Proposers must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates { 3. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title, 3)Address,4)Telephone, 5) Contact's Email and 6) Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract'Cancellation. Has Proposer ever been debarred, suspended or other legal violation,or had a contract cancelled due to non- erformance by any public sector agency? YES Jf NO SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers areexpected tobe or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,as prescribed therein, including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. • i 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that'seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request.The Code shall,at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including,,among others,the conflictof interest,lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. Balance of Page Intentionally Left Blank 6 { • 1 7. Living Wage.Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees_who provide services pursuant to this Agreement, the hourly living wage rates listed below: . • Commencing with City fiscal year 2012-13(October 1,2012),the hourly living rate will be$11.28/hr with health benefits,and.$12.92/hr without benefits. The living wage rate and health care benefits rate may,by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft.,Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent (3%). The City may also, by resolution, elect not to index the living wage rate in any'particular year, if it determines it would not be fiscally sound to implement same(in a particular year)., Proposers'failure to comply with this provision shall be deemed a material breach under this proposal,under which the • City may, at its sole option,immediately deem said Proposer as non-responsive,'and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. ' Equal Benefits for Employees with Spouses and Employees with Domestic"Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for.Domestic Partners Ordinance 2005- 3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals, to provide "Equal Benefits" to their employees with domestic partners, as they provide to employees with spouses.The Ordinance applies to all employees of a Contractor who work within the City limits of the City,of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City,of Miami Beach. • A. Does your company provide or o access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offe access to any benefits to employees with (same or opposite sex) domestic partners*or to domestic partner employees? YES NO c. Please check all benefits that apply to your answers above and list in the °other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave ✓ !/ Family Medical Leave t/ Bereavement Leave . If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable ` Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application :(attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager,or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal 'Benefits requirement is available at www.miamibeachfl.00v/procurement/. 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal,proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals,proposals,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor,supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code, including the blacklisting, divesting from, or otherwise refusing to deal with a person or entity when such action is based on race,color, national origin, religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. • SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, • Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami.Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi.Pursuant • to Resolution 2016-29375,the City of Miami Beach, Florida,prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goodsor services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced fromthese states. - SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement.Beginning on December 1,2016, the city shall not enter into a contract, resulting from a competitive solicitation issued pursuant to this article, with a business unless the business certifies in writing that the business has adopted and employs written policies, practices, and standards that are consistent with the city's Fair Chance Ordinance;set forth in article V of chapter 62.of this Code. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shallremainin full compliance with Resolution 2016-29375. 13. Acknowledgement of Addendum. After issuance of solicitation, the City,may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements.The City will strive. to reach every Proposer having received'solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation:Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. . Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt i L Addendum 1 Addendum 6 Addendum 11 fe t. Addendum 2 Addendum 7 Addendum 12 j,Ha't Addendum 3 Addendum 8. Addendum 13 G1fL Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. 8 I hereby certify that: I,asan authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments,exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement;.Proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation,and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed,or compared the proposal with other Proposers and has not colluded with any other Proposer or party to any other proposal; Proposer acknowledges that all information containedherein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws;all responses,data and information contained in this proposal, inclusive of the Proposal Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposers Authorized Representative: William Liveoak Office Engineer Signature of Proposers Authorized Representative: Date: G.jA4J May 9, 2018 State of gio=4:14 Alabama) On this 9 day of May ,2018 personally appeared before me William Liveoak who County of Lee ) stated that (s)he is the authorized re-.r-_entative of D&J Enterprises.Inc, a corporation,and that the instrument . sign in b• . 'of the said corporation. by authority of its board'of directo . and ack • vl-g 24 said instrument to be its voluntary act and deed. Before me• / i Nota -ublic fo ate of F'ride My Commis - Aires: /� f •— 2018-002-jC 23 10 1 . 1 .\ i MIAMI BEACH . City of Miami Beach, 1755 Meridian Avenue,3rd Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT ,• Tel: 305-673-7490. ADDENDUM NO. 1 RFP 2018.002-JC DISASTER RECOVERY SERVICES • March 21, 2018 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). _1 I. MODIFICATIONS: 1. PRE-PROPOSAL MEETING DATE AND TIME. The pre-proposal meeting has been rescheduled for 10:00 AM, on Wednesday, April 4, '2018, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3'd Floor, Miami Beach, FL 33139. Additional questions received will be answered In a forthcoming addendum. Anyquestions regarding this Addendum should be submitted in writing to the Procurement Deparment to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(a�miamibeachfl.gov. i Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch©miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. ,./ rely722)z.1 - Ale enis Pro urement Director 1 ADDENDUM NO.1 . RFP 2018-002-JC otp4i-v ' 11 V I 1 , MIAMI BEACH City of Miami Beach, 1755 Meridian Avenue, 3`d Floor,Miami Beach, Florida 33139,www.miamibeachfLQov PROCUREMENT DEPARTMENT Tel: 305-673-7490. ADDENDUM NO. 2 . RFP 2018.002-JC DISASTER RECOVERY SERVICES \ April 20, 2018 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. MODIFICATIONS. RFP DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 3:00 PM, on Friday, May 4, 2018, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139. Additional questions received will be answered in a forthcoming addendum. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado aamiamibeachfl.ciov. Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. 7in rely, / - lex nis roc ement Director i 1 I ADDENDUM NO.2 RFP 2018-002-JC ,1 1 12 I i �Ahh ! MI AMIB A H City of Miami Beach, 1755 Meridian Avenue, 3'tl Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490. • • ADDENDUM NO. 3 RFP 2018-002-JC DISASTER RECOVERY SERVICES April 27, 2018 This Addendum to the above-referenced RFP is issued in response to p questions from. prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by'strikethrough and additions • i are underlined). , I. MODIFICATIONS. + RFP DUE DATE AND TIME. The deadline for the •receipt of proposals is 1 extended until 3:00 PM, on Friday, May 11, 2018, at the following location: City of Miami Beach, Procurement Department, 1755 Meridian Ave, 3rd Floor, Miami Beach, FL 33139. Additional questions received will be answered in a forthcoming addendum. Any questions , regarding this Addendum should be submitted in writing to the Procurement Department to the _ attention of the individual named below,) with a copy to the City Clerk's Office at RafaelGranado(c�miamibeachfi.gov. Procurement Contact: Telephone: Email: ' Jason Crouch 305-673-7000, ext. 6694 JasonCrouch@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. . /;?S' irk..7,..i APcure nt Director 1 ADDENDUM NO.3 1 RFP 2018-CO2-JC L" 1 3 , W1 u I MIA Y 1I Ed {CH City of Miami Beach, 1755 Meridian Avenue,3'd Floor, Miami Beach, Florida 33139,www,miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490. ADDENDUM NO. 4 RFP 2018.002-JC DISASTER RECOVERY SERVICES May 4, 2018 This Addendum to the above-referenced RFP is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. REVISED MINIMUM ELIGIBILITY REQUIREMENTS, The following revisions have been made to the RFP, Section Cl of Appendix C. 1. Proposer must have a minimum of five (5) years' of experience providing debris removal services, and shall demonstrate that it has performed at least three (3) debris removal projects, as prime contractor, during the past ten (10) fifteen (15) years, on projects involving a minimum resulting in of 250,000 cumulative cubic . yards of debris. II. NEW ATTACHMENTS. The following attachments have beenadded to the RFP, and incorporated as requirements to the RFP. • Exhibit A: Citywide Procedure No. 16.06 for Procurement Requirements for Federally Funded Grants and Projects. III. ANSWERS TO QUESTIONS RECEIVED. • Q1: Does the City anticipate, in addition to the listed scope of work, any of the following work; Remediation or Restoration work, Records Management work, Asset Management, major IT Recovery work, or City Management work, Financial or Budget work,etc.? Specifically, these services being defined as data recovery, hard copy recovery in the event of flooding or major disasters, or data recovery from IT based systems/replacement of major systems during some type of zero-day. If so, what are examples of the key components that the City would like to utilize these additional services under or should we specify how we can utilize these services? Al: Data recovery is not part of this RFP. i ADDENDUM NO.4 RFP 201&002-JC P � (14 14 ) Q2: Is there or are there current incumbents working in any of the areas specified within the RFP or is this a fresh bid processes? A2: The City's current contract for disaster recovery services expires in October 2018. Q3: Are there any physical or cyber related security portions of this RFP that we should pay specific attention too? Specifically, as we perform the needed scope of work, are we to also provide physical security to our sites, to specific City Assets, or to any software, systems or networks that are considered vital to the city'? Also, forthe physical security portions, what level security may be needed and if they are armed or unarmed? A3: The scope of work is defined in Appendix C, Minimum Requirements and Specifications. Q4: Many of our projects working with all levels of government have various levels of clearance, do you anticipate that extended clearance levels for specific sites will have any security clearance levels that require additional screening for our consultants'? If so, for the selected contractor(s) how will the background screening activities go and how should we prepare our staff? A4: TBD. Q5: We see that there is a veteran owned company set aside but is there a MBE requirement as well? A5: There is no set aside. A veteran business enterprises preference is applied, as stipulated in the RFP. Q6: Will there be some type of site visits for the pre-bid or will the conference be . relegated to one location? A6: No site visits will be conducted at this time. r 1 Q7: Can the City tell the proposers what the amount of debris likely generated by a category 3 storm event would be? AT: Unable to determine. • Q8: Approximately how many cubic yards of debris were taken to the TDRS after Irma? A8: 160,000 Cubic Yards (CY) Q9: Approximately how many cubic yards of debris was reduced and hauled to final resting site? A9: 45,000 Cubic Yards (CY) hauled to Final Q10: Has the City identified the TDRS? If so, where is it located? A10: No, however the TDRS site will be. located within the City limits, each one way haul not to exceed 15 Miles. 2 ADDENDUM NO.4 RFP 2018-002-JC 15 • , Q11: How many contracts will be awarded? All: Unknown at this time. Q12: Will tipping fees get reimbursed by the City? Al2: Yes. Q13: Will tipping fees from final resting site of debris get reimbursed? • A13: See Al2. Q14: If debris is loaded with a machine (grapple truck, loader, backhoe, etc.) and the hauling truck/trailer seems to be full at 100%, what % will be deducted from the load? A14: Assume 0% for self-loader/grapple with 100% compaction,, assume 20% (minimum) for non-compacted loads. Q15: Who will provide load tickets, truck certification forms, and time and material sheets? , , A15: Both the City and the contracted Monitoring Firm(s). Q16: Who will monitor the debris loaded, hauled and grinded? A16: Contracted Monitoring Firm(s). • Q17: Who will determine the load call percentage? A17: Contracted Monitoring Firm(s). Q18: Whowill provide the load tickets? . A18: See A15. Q19: Can the City clarify that the.SQR report is not required to be included in the proposer's submittal and that it is only required at the request of the Cityy per the above excerpt? A19: Correct, pursuant to Section 0300,Tab 2, Subsection 2.3, of the RFP. Q20: In regards to the RFQ mentioned_in the subject line, I want to verify the exact address and name that the City of Miami Beach would like to see listed as an additional insured under the applicable insurances? A20: The City of Miami Beach, 1700 Convention Center Drive, Miami Beach, FL 33139, Attn: Risk Management Department. Q21: Are the rates fixed for the contract term? Will a CPI (Consumer Price Index) inflation allowance be assessed for pricing after the initial term of the , contract? A21: Prices proposed by the vendor shall remain fixed for the term of the contract. The only exception in this regard is that fixedprice may be adjusted upward or downward based, with prior written approval of the vendor and the City, through its City Manager, based on changes in the applicable Bureau of Labor Statistics (www.bls.gov), Consumer Price Index— Urban for the Miami area. 3l ADDENDUM NO.4 1 RFP 2018-002-JC 16 i i ' 1 i I Q22: Who• should be listed as an additional insured under the any related insurance coverage? A22: See A20. Q23: Could the City please clarify whether or not a Performance Bond will be required for the project? , A23: The City requires a performance bond from the Contractor(s) in the amount of $500,000 for this project. Bond shall be provided to the City within three (3) days of activation pursuant to a declared storm event. The.Contractor's bond costs will be'paid in full by the City in the first payment under the contract after the occurrence of a storm event. Q24: Appendix H, 2CFR Appendix II to Part 200, provision B states that all contracts in excess of $10,000 must address termination for cause and for convenience, but the terms are not included In the RFP? A24: Compliance with the CFR is a requirement of this RFP. As such, any CFR requirements are incorporated in the RFP. , S Additional questions received will be answered in a forthcoming addendum. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention . of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov. ' Procurement Contact: Telephone: Email: Jason Crouch 305-673-7000, ext. 6694 JasonCroudh@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Sincerely, r Ale, 1- 1s Pro urement Director • 4IADDENDUM NO.4 RFP 2018-002-JC 1 17 I I . I •i i i Exhibit A Citywide Procedure No. 16.06 for Procurement Requirements for Federally Funded Grants and Projects - . • t • • • i • 5 ADDENDUM NO.4 RFP 2018-002,1C • 18 • . p (� DATE ISSUED: Page: 1 SEQUENCE AA I'���'f I p MARCH 2018 DATE UPDATED: Of: 8 NP0.B6.06 CiTM/IDE PROCEDURE SUBJECT: • PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: 'PROCUREMENT I. PURPOSE. The purpose of this procedure is to implement the procurement requirements of the "Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards"(2 CFR Part 200)adopted by the United States Office of Management and Budget. ii. APPLICABILITY. This procedure is applicable to the expenditure of any funds, pursuant to awards or funding agreements, to which the 2 CFR, Part 200, requirements are applicable. The requirements stated herein shall be strictly adhered to by all employees, regardless of department, who are involved in the procurement of goods and services to which the aforementioned federal regulations are applicable. In addition, requirements stated herein shall . be strictly adhered to by all employees involved in the administration of a City contract to which the procedures apply, Including (but not limited to); representatives of the City department or division requesting the procurement activity or contract; evaluation committee members; consultants and technical advisors;. specification writers, and project managers overseeing administration of the contract and the provision of the goods or services acquired with applicable state or federal funds. A.City's Procurement Code. Other than those requirements stipulated in this procedure or in thea terms and conditions of a particular State or federal financial assistance • agreement (or in any applicable rules and regulations of the awarding State or federal agency), procurements funded with State and federal financial assistance agreements shall be conducted utilizing the City'sown procurement regulations. CONFLICTS OF INTEREST. City employees and agents engaged in the selection, award, and administration of contracts funded in part or in whole by State or federal financial assistance shall observe the highest, ethical standards. No employee, officer, or agent of the City may participate In the selection, award,or administration of a contract supported by State or federal financial assistance if he or she has a real or apparent conflict of interest. Such a conflict of interest would arise when the employee,officer, or agent, any member of his or her immediate •• family, his or her partner, or an organization which employs or Is about to employ any of the parties'indicated herein, has a financial or other interest in or a tangible personal benefit from a firm considered for a contract. Employees, officers,and agents of the City may neither solicit nor accept gratuities, favors, or anything of monetary value from contractors or parties to subcontracts. Violations of these provisions may result in adverse employment action(s) and, in some cases, criminal penalties including imprisonment. A. Organizational Conflicts of Interest. No bidder may be considered for award if the bidder, or its parent company, affiliate or subsidiary organization,has participated in the preparation of the City's specifications for the particular solicitation under consideration. • 19 i BEACH^^ �^ DATE ISSUED: Page: 2 SEQUENCE • V I'�`�� DLf-'� DATE UPDATED:MACH 2018Of: 8 NUMBER: CITYWIDE PROCEDURE SUBJECT: • • PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND , PROJECTS, RESPONSIBLE DEPARTMENT: PROCUREMENT iV.ALLOWABLE FEDERAL PROCUREMENT METHODS(2 CFR§200.320). Absent specific approval from the awarding federal agency (which may also be in the financial assistanceagreement or funding agency program regulations), only the following five (5) methods of procurement may be used: 1. Micro Purchase. Micro purchases are small purchases made without the need for competition where the purchase price does not exceed$3,000 in the aggregate (or $2,000 for construction services covered by the Davis-Bacon Act). 2. Small Purchase Procedures (Quotes). While quotes are normally allowed for . purchases purchases.under$100,000; City policy, being more stringent, only allows the small purchase procedure for purchases up to $50,000. Federal regulation requires an "adequate" number ofquotes, but as guidance, it is recommended that a minimum of three (3) quotes should,be obtained. A no-bid or no-response does not count as a quote for obtaining multiple competitive quotes. 3. Formal Sealed Invitations to Bid (ITB)., For the purchase of goods where cost is the primary determinant for award, an iTB may be used. City ITB procedures and standard practices apply. 4. Requests for Proposals (RFP). For the purchases of goads or services where a combination of qualifications,,proposed scope and cost are the-determinants for the award,an RFP may be utilized.City RFP procedures and standard practices apply. • 5. Requests for Qualifications (RFQ). For the purchases of architectural, engineering, landscape architectural, and surveying services where qualifications is primary the determinant for the award, an RFQ may be utilized._ City RFQ procedures and standard practices apply.For other goods or services,an RFQ may not be utilized. 6. Non-Competitive Proposals. Non-competitive proposals are allowed only where (i) the item is available from only one source, (ii) public exigency (urgency) or emergency will "not allow the delay for a competitive solicitation, (iii) the federal awarding agency approves a written request,or(iv)after solicitation of a number of sources, competition is not obtained. The awarding agency should be notified for approval any time the City intends to enter into a non-competitive contract. V.ADVERTISEMENT(2 CFR §200.320). Formal solicitations(i.e., ITB, REP, RFQ)issued pursuant to this procedure,not exceeding an estimated value of$500,000,shall be publically advertised at least once in a newspaper of general circulation at least 21 days prior to the deadline for receipt of bids or proposals. Formal solicitations (i.e., ITB,.RFP, RFQ) issued pursuant to this procedure, exceeding an estimated value greater than $500,000,shall be publically advertised at least once in a newspaper of general circulation at least 30 days prior to the deadline for receipt of bids or proposals. 20 • DATE ISSUED: Page:3 SEQUENCE t ,` ' r f, \ f EACH MARCH 2018 Of: 8 NUMBER: �;',I r��; J., DATE UPDATED: P0.16.06 CITYWIDE PROCEDURE • SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT VI. LOCAL PREFERENCES PROHIBITED j2 CFR §200.320). The use of statutorily or administratively imposed state or local geographical preferences in the evaluation of bids or proposals is prohibited except where applicable federal statutes expressly mandate or encourage such a preference. • VII. COST PLUS A PERCENTAGE OF COST METHOD OF CONTRACTING PROHIBITED (2 CFR 200.323). The cost plus a percentage of cost and percentage of construction cost methods of contracting may not be used. VIII.TIME AND MATERIALS METHOD OF CONTRACTING DISCOURAGED(2 CFR 200.3180)(1)). • The City may use time and material type contracts only after a determination that no other contract is suitable and If the contract includes a ceiling price that the contractor exceeds at its own risk. IX. BOND REQUIREMENTS (2 CFR §200.325). Notwithstanding Florida law or City practice,at a minimum for construction or facility Improvement contracts or subcontracts exceeding the Simplified Acquisition Threshold (currently $150,000), the following requirements must be ' met: A. A bid guarantee from each bidder equivalent to five percent(5%)of the bid price.The "bid guarantee" must consist of a firm commitment such as a bid bond,certified check, or other negotiable instrument accompanying a bid as assurance that the bidder will, upon acceptance of the bid, execute such contractual documents as may be required within the time specified. Mi B. A performance bond on the part of the contractor for 100 percent of the contract price. C. A payment bond on the part of the contractor for 100 percent of the contract price. X. FULL AND OPEN COMPETITION (2 CFR §200.319). Federal regulations regarding procurement transactions funded with federal financialassistance require such transactions to be conducted In a manner that provides full and open competition.This means: A. As provided in Section 7.401 of the City's Procurement Code and 2 CFR §200.319(a),In order to ensure objective contractor performance and eliminateunfair competitive advantage, contractors that develop or draft specifications, requirements, statements of work, and invitations for bids or requests for proposals shallbe excluded from competing for such procurements. • • 21 DATE ISSUED: Page: 4 SEQUENCE • • Ai r` r\rA ' B EACH MARCH 2018 Of: 8 NUMBER: vDATE UPDATED: P0.16.06 CITYWIDE PROCEDURE . SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT B. Solicitations shall incorporate a clear and accurate description of the technical requirements for the material, product, or service to be procured. Such description must not, in competitive procurements, contain features which unduly restrict competition, The following situations are specifically listed in federal regulations as situations considered to be restrictive of competition and must be avoided: 1. Placing unreasonable requirements on firms in order for them to qualify to do business; 2. Requiring unnecessary experience and excessive bonding; 3. Noncompetitive pricing practices between firms or between affiliated corripanies; 4. Noncompetitive contracts to consultants that are on retainer contracts; 5. Organizational conflicts of interest; 6. Specifying only a "brand name" product instead of allowing'an equal" product . to be offered and describing the performance or other relevant requirements of the procurement;and 7. Any other arbitrary action in the procurement process. C... The solicitation shall identify ail:requirements which,the offerors must fulfill and all other factors to be used in evaluating bids or proposals. D. When a Request for Proposals (RFP) method of solicitation is used, the RFP must • identify all evaluation factors and their relative importance. The RFP solicitation shall contain in writing the method for conducting the technical evaluation and any other necessary evaluations of the proposals received.These evaluations may be conducted by the advisory committee appointed to review the proposals (or by a subcommittee thereof)or by a separate technical committee,as set forth in the RFP. Xl. SPECIFICATION REVIEW. Specifications for the purchase of materials,supplies, equipment and services should permit open and competitive bidding. The purchase of unnecessary or duplicative items shall be avoided. Consideration will be given to consolidating or breaking out procurements to obtain a more economical purchase. Where appropriate, an analysis will be made of lease versus purchase alternatives,'and any other appropriate analysis to determine the most economical approach. • - 22 1 pp DATE ISSUED: Page: 5 SEQUENCE ,A I t\t�11�1.I U EAC H MARCH 2018 Of: 8 NUMBER: DATE UPDATED: P0.16.06 CITYWIDE PROCEDURE � SUBJECT: • PROCUREMENT REQUIREMENTS FOR FEDERALLY.FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT XiI. CONTRACTING WITH SMALL AND MINORITY BUSINESSES, WOMEN'S BUSINESS ENTERPRISES, AND LABOR SURPLUS AREA FIRMS. (2 CFR §200.321). The City must take all necessary affirmative steps to assure that minority businesses, women's business enterprises, and labor surplus area firms are used when possible.Affirmative steps must include: A. Placing qualified small and minority businesses and women's business enterprises on solicitation lists; B. Assuring that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; C. Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; D. Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority businesses,and women's business enterprises; E. Using the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce;and F. Requiring the prime contractor,if subcontracts are to be let,to take the affirmative steps listed in paragraphs(1)through (5)of this section. XiII. RESOURCE CONSERVATION AND RECOVERY ACT (2 CFR §200.322). The City and its contractors shall comply with section 6002 of the Solid Waste.Disposal Act,as amended by the Resource Conservation and Recovery Act.The requirements of Section 6002 include procuring only items designated In guidelines of the Environmental Protection Agency (EPA) at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds $10,000 or the value of the quantity acquired by the preceding fiscal year exceeded $10,000; procuring solid waste management services In a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified in the EPA guidelines. The United States Environmental Protection Agency(EPA) maintains a list of items which can be made with or use recovered (recycled) materials. (40 CFR, Part 247). For solicitations regarding the purchase or acquisition of those items for which guidelines have been adopted by the EPA,the requesting City department or division shall specify fy in its specifications the use of recovered materials andrthe highest percentage of recovered materials that reasonably may be required consistent with maintaining a satisfactory level of competition. Federal law does not require the procurement of goods that (I) are not reasonably available within a • reasonable amount of time,(ii)fail to meet reasonable performance standards,or(iii) are only available at an unreasonable price. Upon the conclusion ofany contract requiring the use of recovered materials of an EPA listed item, the project manager from the requesting City department or division shall obtain a statement from the Contractor regarding the actual percentage of recovered materials utilized in the completion of the contract. 23 • r DATE ISSUED: Page: 6 SEQUENCE AAAIBEACH MARCH 2018 Of: 8 NUMBER: DATE UPDATED: P0.116.06 • CITYWIDE PROCEDURE SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT XIV. CONTRACT COST AND PRICE(2 CFR§200.323). A. Cost or Price Analysis. A cost or price analysis in connection with every procurement action in excess of the federal Simplified Acquisition Threshold (currently $150,000) shall be completed. The method and degree of analysis is dependent on the facts surrounding the particular procurement situation, but as a starting point, the requesting department must make or receive independent estimates before receiving bids or proposals. . B. Negotiation of Profit.The City must negotiate profit as a separate element of the price for each contract in which there Is no price competition and In all cases where cost analysis is performed.To establish a fair and reasonable profit, consideration must be given to the complexity of the work to be performed,the risk borne by the contractor, the contractor's Investment, the amount of subcontracting,the quality of its record of past performance, and industry profit rates in the surrounding geographical area for similar work. XV.AWARD TO RESPONSIBLE CONTRACTORS (2 CFR §200.318). Consistent with Section 2-369 of the City Code, the City may only award contracts to responsible contractors possessing the ability to perform successfully under the terms and conditions of the proposed procurement. In deterrnining whether a contractor is responsible, consideration will be given to such matters as contractor integrity, compliance with public policy, record of past performance, and financial and technical resources. A contract may not be awarded to a party listed on the government- wide Excluded Parties List System in the System for Award Management (SAM) or to a party listed on the State of Florida's or City's suspended or debarred lists. XVI. CONTRACT PROVISIONS. All agreements awarded pursuant to this procedure shall, at a minimum, contain the contract provisions in Appendix II to Part 200—Contract Provisions for Non-Federal Entity Contracts under Federal Awards(See Exhibit A). In addition,the requesting City department or division shall provide the Procurement Department with any additionally required State or federal terms and conditions that must be included in the solicitation and the contract pursuant to a particular grant or award. XVII. CONTRACT OVERSIGHT.The City department or division which requested a solicitation or contract be issued or entered into by the Procurement Department: shall be primarily responsible for maintaining diligent oversight over the contract and the contractor to ensure that the contractor performs in accordance with the terms,conditions, and specifications of its contract or purchase order. Written notice shall be provided to the Procurement Department of any situation in which a contractor is not'performing in accordance with the terms, conditions, and specifications of its contract or purchase order for appropriate action, which • action may be up to and Include contract termination. 24 1 r ' DATE ISSUED: Page: 7 SEQUENCE • I AA A I B E C H MARCH 2018 Of: 8 NUMBER: DATE UPDATED: P0.16.06 CITYWIDE PROCEDURE SUBJECT: PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: PROCUREMENT XVIII.PROCUREMENT FILE(2 CFR§200.318). For contracts awarded which are funded in part or - I in whole by State or federal financial assistance,the Procurement and Contracts Division project file shall contain the history of the procurement to include: • A. A copy of the solicitation and all addenda thereto,If any; •B.' • A copy of the publication or advertisement of the solicitation (if applicable); C. Copies of the quotes, bids,proposals or responses received; D. A copy of the Quote/Bid tabulation-or selection committee meeting minutes; E. A copy of the Council Agenda item approving the contract(if required); F. A copy of the resulting contract and/or purchase order; G. Copies of any required bonds and/or certificates of Insurance;and ' I H. For federally funded procurements' and contracts, the rationale for the method of procurement, selection of contract type, contractor selection or rejection, and the basis for the contract price. • I. A screenshot or other documentation reflecting that the party awarded a contract was not listed on the government-wide Excluded Parties List System in.the System for Award Management(SAM)or on the State of Florida's or City's suspended or debarred lists. 5. REFERENCE. This procedure is based on the requirements of the "Procurement Standards" (2 CFR §200.317 through §200.326, and Appendix II) of the "Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards" (2 CFR Part 200) adopted by the Office of Management and Budget,available via the following link: httos://v+ww.ecfr;gov/cgi-bin/text-idx?tol Jecfrbrowse%T'itie02/2cfr200 main 02,tp1 • In the event of any conflict between standard City policy or practice and the federal Procurement Standards(now or as may be amended in the future),the federal Procurement Standards shall • control for any procurement involving federal financial assistance. •ii . I 25 DATE ISSUED: Page: 8 SEQUENCE MIAMIBEACH MARCH 2018 Of:8 NUMBER: DATE UPDATED: P0.18.06 CITYWIDE PROCEDURE SUBJECT: • PROCUREMENT REQUIREMENTS FOR FEDERALLY FUNDED GRANTS AND PROJECTS. RESPONSIBLE DEPARTMENT: ' • PROCUREMENT Prepared I), • „A. . 1 . Procurem . P -C or .1/ • Reviewed by: fq1A,,,Lic 41 dip . Internal Auditor Chi4cF2r, cial Offi er — / 4 , Assistant City Manage Approv1 k by: 3 fi.3/15— 1 City M•nager Date • 1 i 1 26 ( EXHIBIT A Appendix.II to Part 200 • Contract Provisions for Non-Federal Entity Contracts Under Federal Awards In addition to other provisions required by the Federal agency or non-Federal entity, all contracts made by the non-Federal entity under the Federal award must contain provisions covering the following,as applicable. (A) Contracts for more than the simplified acquisition threshold currently set at$150,000, which is the inflation adjusted amount determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council (Councils) as authorized by 41 U.S.C. 1908, must address administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms,and provide for such sanctions and penalties as appropriate. (B) All contracts in excess of $10,000 must address termination for cause and for convenience by the non-Federal entity including the manner by which it will be effected and the basis for settlement. (C) Equal Employment Opportunity, Except as otherwise provided under 41 CFR Part 60,all contracts that meet the definition of"federally assisted construction contract" in 41 CFR Part 60-1.3 must Include the equal opportunity clause provided under 41 CFR 60-1.4(b), In accordance with Executive Order 11246, "Equal Employment Opportunity" (30 FR 12319, 12.935, 3 CFR Part, 1964-1965 Comp., p. 339), as amended by Executive Order 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," and implementing regulations at 41 CFR part 60, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor." (D) Davis-Bacon Act, as amended (40 U.S.C. 3141-3148). When required by Federal program legislation, all prime construction contracts In excess of $2,000 awarded by non- Federal entities must include a provision for compliance with the Davis-Bacon Act (40 U.S.C. 3141-3144, and 3146-3148) as supplemented by Department of Labor regulations (29 CFR Part 5, "Labor Standards Provisions Applicable to Contracts Covering 'Federally Financed and Assisted Construction"). In accordance with the statute, contractors must be required to pay wages to laborers and mechanics at a rate not less than the prevailing wages specified in a wage determination made by the Secretary of Labor. In addition,contractors must be required to pay wages not less than once a week. The non-Federal entity must place a copy of the current prevailing wage determination issued by.the Department of Labor in each solicitation. The decision to award a contract or subcontract must be conditioned upon the acceptance of the wage determination. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency. The contracts must also Include a provision for compliance with the Copeland "Anti-Kickback" Act (40 U.S.C. 3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that each contractor or subrecipient must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The non-Federal entity must report all suspected or reported violations to the Federal awarding agency.1 27 + i EXHIBIT A (E) Contract Work Hours and Safety Standards -Act (40 U.S.C. 3701-3708). Where applicable, all contracts awarded by the non-Federal entity in excess of$100,000 that involve the employment of mechanics or laborers must include a provision for compliance with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor must be required to compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard work week Is permissible provided that the worker is compensated at aerate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours In the work week. The requirements of 40 U.S.C. 3704 are applicable to construction work and provide that no laborer or mechanic must be required to work in surroundings or under working conditions which are unsanitary, hazardous or dangerous. These requirements do not apply to the purchases of supplies or materials or articles ordinarily available on the open market,or contracts for transportation or transmission of intelligence. (F) Rights to Inventions Made Under a Contract or Agreement. If the Federal award meets. the definition of"funding agreement"under 37 CFR§401.2(a)and the recipient or subrecipient wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that"funding agreement,"the recipient or subrecipient must comply with {, the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants, Contracts and Cooperative Agreements," • and any implementing regulations issued by the awarding agency. (G) Clean Air Act (42 U.S.C._7401-7671q.) and the Federal Water Pollution Control Act(33 U.S.C. 1251-1387), as amended—Contracts and subgrants of amounts in excess of$150,000 must contain a provision-that requires the'non-Federal award to agree to comply with all applicable standards, orders or regulations Issued pursuant to the Clean Air Act(42 U.S.C. 7401- 7671q) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). (H) Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with•the Energy Policy and Conservation Act(42 U.S.C.6201). (I) Debarment and Suspension (Executive Orders 12549 and 12689)—A contract award (see 2 CFR 180.220) must not be made to parties listed on the governmentwide exclusions In the System for Award Management(SAM),in accordance with the OMB guidelines at 2 CFR 180 that implement Executive Orders 12549(3 CFR part 1986 Comp.,p. 189)and 12689 (3 CFR part 1989 Comp., p. 235), "Debarment and Suspension." SAM Exclusions contains the names of parties debarred, suspended, or otherwise excluded by agencies, as well as parties declared ineligible under statutory or regulatory authority other than Executive Order 12549. (1) Byrd Anti-Lobbying Amendment (31 U.S.C. 1352)—Contractors that apply or bid for an award exceeding $100,000 must file the required certification. Each tier certifies to,the tier above that it will not and has not used Federal appropriated funds to pay any person or organization/for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of 28 EXHIBIT A • Congress In connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award.Such disclosures are forwarded from tier to tier up to the non-Federal award. • (K) Procurement Of Recovered Materials. A non-Federal entity that is a state agency or agency of a political subdivisionof a state and its contractors must comply with section 6002 of the Solid Waste Disposal Act, as amended by the Resource Conservation and Recovery Act.The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency(EPA)at 40 CFR part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition,where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000; procuring solid waste management services in a manner that maximizes energy and resource recovery; and establishing an affirmative procurement program for procurement of recovered materials identified In the EPA guidelines. • • • ' I 29 rt•��RP�s�w D&J Enterprises- Conflict of Interest P May 11,2018 City of Miami Beach, FL, D8J Enterprises, Inc. nor any employee of D&J Enterprises,Inc.certify there are no conflicts of interest either direct or indirect in connection with the services sought herein pursuant to federal and state law. Thank You, William Liveoak Engineer • 30 } 1 &J Enterprises- Conflict of Interest May 11,2018 City of Miami Beach,FL, D&J Enterprises,Inc.nor any employee of D&J Enterprises,Inc.certify that no employee,owner,or representative have made any donations to the campaigns of anyone running for or been elected to office of the Mayor or City Commissioner for the City of Miami,Beach, FL. Thank You, William Liveoak Engineer • 31 9 & tP -71:7„ )i19D&J Enterprises- Conflict of Interest May 11,2018 City of Miami Beach,FL, D&J Enterprises, Inc. will adopt the City of Miami Beach, FL Code of Business Ethics. Thank You, William Liveoak Engineer r 32 APPENDIX C MIA1V\i Minimum Requirements & Specifications Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 2018-002-IC 26 33 Cl.MINIMUM ELIGIBILITY REQUIREMENTS The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit the required submittal(s) documenting compliance with each minimum requirement Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Proposer must have a minimum of five(5)years'of experience providing debris removal services, and shall demonstrate that it has performed at least three (3) debris removal projects, as prime contractor,during the past ten(10)years,on projects involving a minimum of 250,000 cubic yards of debris. Required Submittals: For each client/project reference (minimum of 3), the following information is required: 1) client name, 2) contact individual name & title, 3) address, 4) telephone, 5) contact's email, 6)narrative on scope of services provided;7)contract dates of removal services;8)total cubic yards responsible C2.STATEMENT OF WORK REQUIRED • The City of Miami Beach is seeking proposals from qualified disaster recovery contractors to provide technical expertise and guidance, to support the City during emergency recovery efforts following declared disaster event(s). Such services includes, but is not limited to the following: vegetative debris removal, construction and demolition removal (C&D), white goods, electronic debris, road clearance, staging, disposal, hazardous waste removal, debris separation, labor, supervision, equipment, materials, facilities, power, communications, security and other services and supplies necessary for, or incidental to, the performance of the debris removal and disposal services described herein. Because disaster events often result:in significant quantities of disaster debris,,which can pose a threat to fife and property, the City has decided to procure,in advance of any disaster,a standby,pre-event contract for the removal,management, and disposal of disaster debris under the eligibility guidelines developed by the Federal Emergency Management Agency. C3.TECHNICAL SPECIFICATIONS 3.1 Minimum Staffing Requirements. Proposers must familiarize themselves with City's Debris Management Plan(to be provided at pre-proposal conference),including but not limited to the City's division of its geographic area into 16 work zones. The Contractor must be able to expand or contract operations based on the size and nature of the disaster and in consultation with the City. However, the contractor must,within 48 hours of written authorization to proceed by the City,deploy no lessthan one(1)full debris removal crew in each of the 16 zones,capable of removing a minimum of 200 yards per day to the TDSR (see current FEMA guidance on debris removal crew and equipment makeup). Contractor must provide all labor, equipment and materials required to complete any tasks under this contract. 3.2 Debris Removal and Management Contractor shall be responsible for the removal and proper management of disaster-related debris posing a threat to life or property. Contractor shall proceed under individual work authorizations approved by the City.Work shall be limited to eligible debris within the scope of work as defined by the RFP and by relevant 2018-002-IC 27 34 FEMA guidelines and regulations. 3.3 Supervision by Successful Proposer. Under the general oversight of the City, Contractor shall supervise and direct all of its work, workers, subcontractors, and equipment. Contractor is solely responsible for the means, methods, techniques, sequences, safety programs, and procedures utilized. Contractor shall employ and maintain on the work sites a qualified Supervisor(s) who shall have full authority to act on behalf of Contractor, and all communications given to the supervisor in writing by the City shall be as binding as if given to Contractor. 3.4 Technical Assistance. Contractor shall provide disaster recover/technical assistance to City's Administration.This service shall include debris documentation and management for the FEMA public assistance program, including planning,training,and exercise development. 3.5 Quality Assurance. Contractor shall provide sufficient supervision and programmatic controls to ensure compliance with procedural and regulatory standards established by FEMA,State of Florida,and the City of Miami Beach. 3.6 Emergency Road Clearance. Contractor shall accomplish the cutting, tossing, and/or pushing of debris, hanging limbs, or leaning trees from primary roads as identified and directed by the City. The debris shall be stacked on the right- of-way to allow passage of vehicles along the primary transportation routes. To the extent permissible under controlling FEMA debris monitoring guidelines, this work shall be accomplished using the hourly labor and equipment rates provided in the Cost Proposal of this RFP. 3.7 Operation of Temporary Debris Storage and Reduction Sites("TDSR"). The City currently has one site approved for use as a TDSR,which is located at 2800 Meridian Avenue, Miami Beach, FL 33139. In the event an additional TDSR is required, the City of Miami Beach will coordinate site establishment and permitting activities. The Meridian Avenue site is currently permitted for use as a green waste facility.The Florida Department of Environmental Protection (DEP)has approved its use as a TDSR in prior tropical storms and hurricanes. The City makes available any TDSR site to the Contractor at no lease/rent charge;however,the Contractor is responsible for all TDSR operations (including development, preparation and maintenance of the site - during debris operations, including maintaining daily logs, preparing site progress reports, and enforcing safety and permitting requirements during site operations) and Contractor shall be responsible for site closure to pre-use conditions in accordance with DEP requirements. Contractor's TDSR site development, preparation and facilities maintenance includes installation of entry and exit roads,and interior road(s),placement of temporary facilities such as office space, towers,security and traffic control devices for the entire period of debris operations through site restoration. . if necessary, Contractor shall provide for gravel/lime rock placement for TDSR roads that require stabilization for ingress and egress and all other site developments in,accordance with the attached unit cost bid breakdown. Payment for Contractors operation, management, restoration and closure of TDSR shall be a per-cubic- yard price based on the volume of unprocessed vegetative and C&D debris entering the TDSR. 3.8 Vegetative Debris Removal from Rights-of-Way(ROW)to TDSR within City Limits. As directed by the City, Contractor shall load and haul all eligible vegetative debris from City owned properties and public ROW to a TDSR within the City Omits(see information above regarding approved and 2018-CO2-)C 28 35 • 1 II • potential TDSR locations). This includes fallen tree and limb debris that is located on public property and ROW as well as hazardous limbs and trees removed by the Proposer under pay items below and placed on public property or ROW.Payment shall be on a per cubic yard basis. d , 3.9 Reduction of Vegetative Debris by Grinding at TDSR. The Contractor may,at City's option,be required to reduce vegetative debris by grinding. Price shall be on a per cubic yard basis(volume prior to reduction). 3.10 Hauling Vegetative Debris Reduced by Grinding from TDSR to-Miami-Dade Central Transfer Station. Contractor may,at City's option,be required under this line item to load and haul vegetative debris that has been reduced by grinding at the TDSR to the Miami-Dade Central Transfer Station located at 1150 NW 20th Street in the City of Miami,or other approved location. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.11 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade North Dade Landfill. Contractor may,at City's option,be required under this fine item to load and haul vegetative debris that has been reduced by grinding at the TDSR to the Miami-Dade North Dade Landfill located at 21500 NW 47 Avenue, Miami,FL 33055 in the City of Miami,or other approved location. Price for this line item shall not include tipping or disposal fees. The City shalt reimburse Contractor for actual tipping or disposal fees. 3.12 Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade Resource Recovery Center. Contractor may,at City's option,be required under this line item to load and haul vegetative debris that has been reduced by grinding at the TDSR to the Miami-Dade Resource Recovery Center located at 6990 NW 97th Ave,Doral,FL or other approved location. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.13 Vegetative Debris Removal from Rights-of-Way(ROW)directly to Final Disposal Location. As directed by the City, and if a TDSR is not utilized, Contractor shall load and haul all eligible vegetative debris from ROW to final disposal to the facilities identified or other approved location(s). Price'for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.14 Removal of Hazardous Stumps. Contractor shall remove hazardous stumps as identified and directed by the City. Stumps must measure greater than 24'in diameter(measured 2 feet from the ground).Stump removal shall include backfilling the void with appropriate fill material and hauling the stumps to the TDSR. Payment is for stump removal and backfill only. For hauling purposes, stumps will be converted to cubic yards measurement per current FEMA debris management guidelines and hauled under appropriate line items for vegetative debris. For reduction and disposal purposes, stumps will be considered vegetative debris and handled as such under separate line items. 3.15 Removal of Hazardous Hanging Limbs. Contractor shall remove hazardous hanging limbs over T in diameter(measured as close as possible to the break) from trees on public property and ROW, as identified by the City. The City must identify and approve trees with eligible hazardous limbs prior to removal by the Proposer in order for this work to be eligible for payment. Limbs shall be cut as close as possible to the first healthy lateral limb or trunk to preserve the health of the tree and avoid future hazardous conditions. Hazardous limbs shall be removed and placed on public property or ROW for pickup. Payment for this item shall be per tree. Payment for 2018-002-JC 29 36 hauling, reduction and disposal of the hazardous limbs removed and placed on ROW will be handled separately under appropriate line items for loading,hauling;reduction and disposal of vegetative debris. 3.16 Removal of Hazardous Trees. Contractor shall remove hazardous leaning trees Cleaners)6°or greater in diameter(measured 54"above ground) from public property and ROW, as identified by the City. Disaster damaged trees leaning more than 30 degrees from vertical and trees with more than 50%of the canopy damaged shall be considered hazardous trees. Hazardous trees shall be removed and placed on public property or ROW for pickup, removal and disposal under appropriate line items. The City must identify hazardous trees prior to removal to be eligible for payment. Payment for this item shall be on a per tree basis. In the event that the root ball of an eligible hazardous tree is more than 50%exposed,the removal,disposal and backfill of the stump will be performed and paid under the line item for Removal of Hazardous Stumps upon approval by City. 3.17 C&D Debris Removal from Rights-of-Way(ROW)to TDSR within City Limits. As directed by the City, Contractor shall load and haul all eligible construction and demolition debris from ROW to a TDSR within the City limits (see information above regarding approved and potential.TDSR locations). 3.18 C&D Removal from TDSR to Final Disposal Locations. As directed by the City, Contractor shall load and haul all eligible C & D debris from ROW to final disposal to the facilities identified in line items 4 —6. Price for this line item shall not includetipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.19 C&D Removal from Rights-of-Way(ROW)directly to Final Disposal Locations. As directed,by the City, Contractor shall load and haul all eligible C & D debris from ROW to final . disposal to the.facilities identified in line items 4—6. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. 3.20 Sand Removal.Screening and Replacement(Beach Renourishment).. As directed by the City, Contractor shall screen sand to remove all eligible debris deposited by the event. This process includes the collection of debris laden sand,transporting the sand to the processing screen located in the beach, processing the debris-laden sand through the screen and returning the sand to the appropriate beach location as directed by City. Debris removed from the sand will be collected,hauled, and processed as ROW debris. 3.21 White Goods Requiring Freon Removal. Contractor shall remove, transport, and recycle (or dispose of, at Contractor's discretion) all white goods that contain or use Freon, including but not limited to refrigerators,freezers, HVAC units,etc.,from public property and ROW.Contractor shall be responsible for any disposal costs. Payment under this item will be per unit. White goods not containing Freon shall be loaded and hauled under applicable line items for C&D debris removal. 3.22 Freon Removal. Contractor shall,as directed by the City,remove Freon from refrigerators,freezers,and HVAC units.Freon capture must be performed by a licensed technician. White goods may be transported to a storage area before decontamination as long as Freon is not released during the removal,hauling,or recycling.Payment under this item will be per each unit. 2018.002-)C 30 37 3.23 Hazardous Waste Removal and Transport. As directed by City,Contractor shall remove and transport any Hazardous Waste identified by the City or its representative to the TDSR or other central collection site identified by the City. Contractor must follow all applicable local, state and federal laws and regulations in connection with this work. No disposal fee is to be included in this line item. To the extent practicable the Hazardous Waste will be segregated in the field and hauled in concentrated loads.Payment under this item will be per pound. 3.24 Removal.Hauling.and Disposal of Dead Animal Carcasses. The Contractor shall remove haul and dispose of dead animal carcasses as directed by the City. Disposal must be in accordance with federal,state,and local regulations. 3.25 Hauling Reduced Vegetative Debris to Alternative Sites. Contractor may,at City's option,be required under this line item to load and haul vegetative debris that has been reduced by grinding at TDSRto altemative disposal locations determined by the City. Price for this line item shall not include tipping or disposal fees. The City shall reimburse Contractor for actual tipping or disposal fees. C4. HOURLY LABOR AND EQUIPMENT RATES Immediately following a disaster during the term of the contract, it may be necessary to perform emergency clearance of primary transportation routes as directed by the City. (Refer to Cityrs Debris Management • Plan.) Payment under this item,at City's option and subject to FEMA guidelines,may be on an hourly basis for manpower and equipment as listed in Group 6,Appendix E,Cost Proposal Form,and in accordance with the submittal instructions therein.This hourly work will only be conducted through the first 70 hours following authorization to proceed and as agreed in writing pending the development of fixed feeilump work scopes. • Balance of Page Intentionally Left Blank 2018 0O2-jC " 3 i 38 i q & 1 cfr 1 9 14"11 . , 7. �P�tS D&J Enterprises- References 2017 Hurricane Irma Debris Removal Village of Islamorada, FL Client: DMS Consultants-Village of Islamorada, FL Address: 1515 Poydras.St Suite 1130 New Orleans, LA 70112 Contact Person: Rod Jerkins Title: Project Specialist Phone: (251)583-1556 Email: Rodrick.jerkins@DMSrecovery.com / Dates: September-November 2017 Contract Value: $9,485,000.00 Reimbursement: $8,536,500.00 Services: Trimmed trees, loaded, hauled and removed from curbside all storm-generated debris within the municipal right-of-way; Managed TDSRS Population: 7,000 Cubic Yards: 250,000 cubic yards Reduced: 83,000 cubic yards 39 9 & 9r- c, D&J Enterprises- References p 2017 Hurricane Harvey Debris Removal City of Orange,TX Client: City of Orange,TX Address: 501 N Seventh St Orange,TX 77630 Contact Person: Lee Anne Brown Title: Deputy Fire Chief/Emergency Management Director Phone: (409)883-1050 Email: (brown@orangefd.com Dates: September-December 2017 Contract Value: $2,871,500.00 Reimbursement: $2,584,350.00 Services: Trimmed trees, loaded, hauled and removed from curbside all - storm-generated debris within the municipal right-of-way; Managed TDSRS Population: 19,418 Cubic Yards: 280,000 cubic yards Reduced: 93,000 cubic yards 40 *Q4'.118:: D&J Enterprises- References 2016 Missouri Flooding USACE Response Team Client: United States Army Corps of Engineers Address: PO Box 2288 Mobile,AL 36628 Contact Person: Matt Tate Title: Natural Disaster Program Manager Phone: (251)690-2241 V Email: Jacob.m.tate@usace.army.mil Dates: January-February 2016 Services: Assessed flooding and made recommendations on operations 41 w a�RPRL� D&J Enterprises- References 2017 Hurricane Irma Debris Removal City of Altamonte Springs, FL Client: City.of Altamonte Springs, FL Address: 225 Newburyport Ave Altamonte Springs,FL 32701 Contact Person: Ed Torres Title: Director of Public Works& Utilities Phone: (407)571-8340 Email: ETorres@Altamonte.org Dates: September-October 2017 Contract Value: $850,000.00 Reimbursement: $765,000 Services: Trimmed trees, loaded, hauled and removed from curbside all storm-generated debris within the municipal right=of-way; Managed TDSRS • Population: 43,500 • Cubic Yards: 70,000 cubic yards Reduced: 23,000 cubic yards 42 (:1si 9" co w D&j Enterprises- References 2010 Dekalb County AL Tornado Client: Dekalb County AL Address: - 111 Grand Ave SW Suite 21 Fort Payne,AL 35967 Contact Person: Michael Leath Title: EMA Director Phone: (256)845-8569 Email: ema@dekalbcountyal.us Dates: March 2010 Contract Value: $3,758,555.00 Reimbursement: $3,382,700.00 Services: Trimmed trees, loaded, hauled and removed from curbside all storm-generated debris within the municipal right-of-way; Managed TDSRS Population: 72,000 Cubic Yards: 335,000 cubic yards Reduced: 112,000 cubic yards 43 • a " oRFAHti GE .,,' DEPARTMENT ORANGE FIRE DEPARTMENT David Frenzel Fire Chief Lee llnneBrown John Bifbo Deputy Chief Fire Marshal January. 16,2018 Jason Sanders D&J Enterprises • 3495 Lee Road 10 Auburn,AI 36832 Mr. Sanders, • D&J Enterprises was awarded the contract for Emergency Standby Products and Debris Removal operations for the City of Orange in May of 2017. Little did we know that your services would be activated in August as a result of Hurricane Harvey. As it became evident that the City of Orange would be impacted by Harvey,D&J was proactive in preparing to have assets ready to support our emergency operations. Your ability to have the necessary equipment in place in a timely manner was instrumental in keeping the City's • infrastructure up and running. After the passing of the storm,you had crews ready to start the debris removal almost immediately, working with us to work out the final details. The debris removal process worked well, even with having to make several passes due to the lag time citizens required in order to have all their debris out. It was a pleasure to work with you and your company in getting our City back to its normal state of operation. Your overall proficient and professional services proved to be invaluable during our time of need. I am confident that should the need arise, D&J would be able to provide the same services again. Thanking you for the services you provided during our time of need, I remain; Respectfully yours, Lee Anne BroWil : } Deputy Fire Chief/EMC • City of Orange, Texas • 44 501 N. Seventh Street R. Orange. Teras 77630 • (409) 883-1050 • Fax: (409) 883-1912 r� • CITY OF TE TAV �N sirytt:),!,9.1 January 18,2018 Mr.Jason Sanders Operations Manager D&J Enterprises 3495 Lee Road 10 Auburn,AL 36832 Subject:Hurricane Irma-Emergency Debris Removal and Hauling Mr.Sanders, • We wanted to take this opportunity to express our sincere appreciation and admiration for the debris management services that D&J Enterprises provided after Hurricane Irma. At a time where other contractors were not following through with their obligations,your willingness and fast response to the City of Altamonte Springs was critical to our storm cleanup operations. We are proud to work with such an outstanding company whose professionalism and dedication are reflected in the way you go about your job. A special thank you to Mr. William Liveoak and Mr.Jackie Hickman for all of their hard work during our clean-up operations. Mr. Liveoak was able to secure and organize the subcontractors to ensure that D&J Enterprises had the amount of resources needed to serve the City. Mr. Hickmanhad the energy and ability to efficiently and effectively manage and operate the temporary storage and debris site. D&J's ability to meet with the City one day after the hurricane and starting debris removal within five days after the event allowed the City to have the majority of the debris removed within 35 days and all mulch. removed from the debris site 54 days after the hurricane.We greatly appreciate your swift response and overall assistance serving our residents and getting our City back to normal. Thank you again for your dedication and performance during this storm event. Sincerely, Ed Tor A . • a Director of Public Works&Utilities 45 1}ill? hi.7ri • AN4 Aldermen } • Brad Ai-tucker 7:1 t .tC I.ir*.,u, - � z Craig E3nlioa ; s s N � t" v7 4e4' , §s: .. D.c:id Cla;r<An • t" s' '/ Tway Ducker CIE),ATI / ^n +w',o. ri c Ci'iilian:Fain` C Ta• ' L Clinr i1 foorc ' •• ; Srctic Srringcr March 17,2017 Chip Starr D&J Enterprises Auburn,AL Dear Chip, The City of Petal appreciates the job D&J Enterprises has done in helping our citizens recover from the devastating tornado that struck our city on January 21,2017.Your crews have been instrumental in speeding the recovery process for our citizens,so that we can begin to rebuild. On behalf of the Board of Aldermen,I thank you for doing the job quickly and efficiently.I would highly recommend D&J to other cities facing large debris clean-up operations. Sincerely., . l /0/74 rY Hal Marx Mayor �<<1 %O(Erit6.il..tin) I <) k< I • I,r.l! `.I1 ;1-}.'" • 11, !c=ni• r • I t (1=111} ,ti c•(rti; • • c Cl 0f lrr ` ' ' Pensacola • 4tx,ra :r ?. 206f.) • James I. Starr • I)& J I nterprises. Inc 3495 Lee Road 10 • Auburn. AL 36332 Dear Mr. Starr: Please aece t this Letter a; a sincere :tpressio ofti • fromtl ,{•. ty of Pensacola for the + gratitude the,City debris cleanup scr\ices rendered h; D&J Fnte;prises in 2004 and 2005 In the aftermath of hurricanes Ilan and Dennis. 66e were fortunate to have you and :tour emplo`;ees assist us t; our r °,:t3Ner; effort. D. 1 Enterprises was hi;ah1} responsive to the needs of the City. and its resident.i. during these difficult times. even though multiple hurricanes raraued much of the �iult (.:'as+ and Florida during this two-year period. D&cJ Enterprises kept their commitment with the City of Pensacola and proceeded to collect and process over two million cubic yards of debris. I can certainly say thiit the City could not have s-uucet4;iull.i recovered in such a timely manner if not :or the elfors of your Company. • Vihile some contractors choose to take advantace of communities. 66 heti disaster strikes. ow • everience with your Company has rc6eated a commitment and desire to provide help during such times Of crisis. I he professionalism and integrity of D&J employees is refreshing For these reasons I take pride in recommending D&J Enterprises to any community t xi e a disaster cleanup and eneoi.'i a'e you to have potential clients contact Me at (350) 435-11)3 regarding. th work performance of 1)&J Enterprises. I ltaaks again for the great ser.ice Sincerely. _ .Terry A. Moor...- . I)ireeA+i of Sant;:?i:•n r\ ,Inti 1 I Ci . t.i; i ai::tit • 47 • • i16"Igie, DORADO SERVICES, INC. -• I95 vi Serrir�ot-3 2t•�7 .;.41 ivr I:3r ry F_3 7%I •Sd. �2 t w•.,wro d'.Y�d7-.:'r' MI July 16,2013 Jason Sanders • Operations Manager D&J Enterprises 3495 Lee Road 10 Auburn, AL 36832 Mr. Sanders, This letter is in response to your request for a letter of satisfaction for your role supporting Dorado for the Spring 2011 North Alabama and Tuscaloosa Tornado Outbreak response. Your company was instrumental in our success, providing financial and operational support and about half of the field management staff requirements. We look forward to working with D&J on future debris management and disaster response requirements. Sincerely, • Dorado Services, Inc. A f 7:t..3f il/tai 10 ;Fernando Neris, PE President 48 • DeFALB COUNTY EMERGENCY MANAGEMENT A GE NIC 1' g • • I l l Grand Avonue,SW,Suite 21 - 'I:, .81Sk` Fort Payne,AL 35967 •0 fit tie(256)845-8569 X INY.(25 ) 54190 • Klehael D,Leath,Dti egor • June 17,2010 • .Robert Smith D&1 Enterpthaas 3495 Lee Road 10 Aubim, • AL3t5a32 Dear Robert. It is with great pleasure that I offer my person!recommendation°ID &Ito other couatics who may be seeking niforinztioa regarding the disaster debris services offered by D Thouah we'hope we never roquiro your services in the.sture,your,ecimpanylle3 provided exeelleat service to the citizens of DelKalb Co1r4 in the wake()eau:recent tipi!-tertia.do iiwidenz We are plcaacci with the quality of your personnel wolf as.tha 3ubcontractoi.:3 you have salected. we believe yo..i.posssa ptAxionalintegity,whjoI j raflectild your inie.ractiori with us here at Deti Couaty I:MA Thank Cuya.gain Eo r aaaistillg wi7-county w:th raO‘wory frci this disaatx 5 Kind regaR1,1, . . • 49 • 4. 4'�'``•�'" DEPARTMENT OF THE ARMY 'I �,� GALVESTON DISTRICT,CORPS OF ENGINEERS P.O.BOX 1229 ��"" '-' GALVESTON TEXAS 77553-1229 9%,�.- ��� REPLY TO -- � ATTENTION OF August 3, 2007 • Bay Area Office • Richard D. Starr • • President D&J Enterprises, Inc. 3495 Lee Road 10 Auburn, AL. 36832 Dear Mr. Starr: • I want to thank you and your employees for their tireless effort and support following Hurricane Rita. The Debris Mission in Texas, as part of the U.S. Army Corps of Engineers' Hurricane Rita Recovery Mission,was a major undertaking. As you know D&J managed to recover and reduce over 4 million cubic yards of debris in just a few short months. I was impressed with D&J's initiative and professionalism. D&J remained flexible and made every effort to improve recovery operations and provide valuable input to critical tasks. The positive attitude and concern for safety from D&J's management team was also reflected daily at the laborer level. • This made life for the Debris team and myself easier in often difficult and hectic conditions. D&J's performance throughout the contract was excellent. I know Dzec.I will continue to excel in all future endeavors. It•was truly a pleasure to work with youand the rest of yourstaff-atD&J and I look forward to working with you in the I�.tture. If you have ant questions regarding this correspondence, please call me at 281-642-7664, Sincerely, —7?X. l� • Michael deMasi • Mission Manager- Debris • • • 50 I i • • FIVIU re re . . FA ur LHily • DELRAY i3E.A I r, AJr Ait?arlcaG . . • r `iU 7^0 `'January 22, 2005 1993 217,01 Mr.Jason Sanders • D&J Enterprises Inc. 3495 Lee Road 10 Auburn, A1. 36832 Subject: Lette;of Commendation-Hurricane Frances and Hurricane Jeanne Dear Jason' We would appreciate this opportunity to express our thanks for the exceptional job D&J Enterprises, Inc.did during Hurricane Frances and l•hzrricane'Jeanrau for the City of . Delray Beach. Yc r.firm Mobilized quickly and, in concert with our dcbt'is taams, efficiently collected, delivered and chipped the debri3'withln our City. Once the debris was chipped your personnel delivered the chipped debris to the Ultimate landfill site. • Spociai appreciation is given to the contract prop;,xatiot:.,admiuistration or the contract, autl killing procedure:, which allowed us to accurately reconcile the dobris process and prepare the necessary paperwork for RNA. Our project worksheets vivo dollcered tc; F l:.MA and were ace;opted and iun(kx1 it aeet rdnnee with tl it pol ieiei i he entire debris process was Carried on with pro tQfmionalifint and had no prohlein with wry or your personnel or subt;i)iltrar:tori;. Thank you Again inc amok well don7e. We would eertainl: recerhmend your ;ervi s is; nuy g yetnIlueIlta1 insitl' fit ii'itit;your Since!':t.. • ) '!i '�-, JoAeph M. >itiThk',i Finance Director • a• . 51 ..;, r) : -- f R L t.) .... _ i . uR jilt e% 1 /1/61 . „........ ., ., ,.., 1/4C's I ''''.7'.4, ., •: :‹.-=!! '''• • '- ''' '' ''''''' --.1:1,'''''f • 1• N ; r 4fitt. ti')I, , • li. ' ' :?,..,, ' .x.M.,. .'ll ift.-.....Altasfairi.tialf•./.'11., ,, • .,,...-,-,.:,.._ . - tii A i 9-,1 Nt:...:I": '' " • 1 A , (..,e. '4 - • 1 ..., 4. *r • *0' •Pitg.%''47 141 • .•,.4 '''.. .--.......a .7,.... • .„,--,,,----- .,-,,,,,,::- • • n) P r q-n e el 1 cl 1i:*•........... '36 ,3 ff f........... .-.0.,..,1„...0, 3,...;..A ,,,....1....,,.._ ......,,.4, . •, (....k. silk let, i. : A J E z. t,, .... , ....,., ,,, t,,..,, . ., 4114 • ; ... , ' '1 1 1 N3,.. P h• i ,.,.; .1k ...“ ‘,../0 Clii 111:R f•0 14 ea tr:D 1.1 r,1 Li c fi 1::0 t4 1* 11 A 4.;. t 0 A C 0/ /7 - 9 - C.,- ()ll ti r,CPO 041 t_Ors'8'Mt"NI c 011 ()11. iS It I S ri c m(1 v A( . 1.'7 ,::t 1'f. ro t A NI( I-1 1.1)1411) A .. U S A f:4 M sv` C 0 ft P S OFii:": r.,,7 a@ N E F. -.'c' S f Sk 1 -I /-1. (...; 1 SONVILLt.' 13. 3SIII1CT ,.. \ z P A A)., 1 I..',.., • •ID,llfrf.” • • BENJAMIN GOLDMAN )LOXCII.B.TUCK LYNN KEITH CITY ATTORNEY MAYOR CITY CLERK CITY OF TARRANT 1604 Piasda Valley Parkway • P.O:Box 170220 COUNCIL MEMBERS Tarrant,Alabama 35217-0220 COUNCth MEMBERS JOID I T."TONLV.IY"BRYANT . • 205/'549-2800 JOE A.MATT}I WS ANiNEn'i W. DUNNER • Fax 205/844-2805 KRISTITAYLOR LAURA HORTO'4 MAYOR PRO TEM To whom it may concern: • Please allow me this opportunity to express my sincere appreciation for the outstanding job that D&J Enterprises has done in removing tornado debris within the City of Tarrant,Al. The D&J employees were a pleasure to work with, D&J Enterprises not only displayed an exceptional knowledge of FEMA regulations,they were also courteous,caring,and professional. • Tornadoes are not something that the City of Tarrant has had to deal with previously In my • administration. It has truly been a blessing to have a partner like D&J Enterprises to help the City navigate through the process. • I highly recommend D&J Enterprises to fulfill debris removal requirements, • Sincerely, r ^ • Loci(Tuck Mayor • • I • • 53 1 • TOWN of BELVBLLE Incorporated 1977 • 497 Olde Waterford Way,Suite 205 Telephone(910)3;1.2466 • BeMlle,NC 28451 Fax(910)371-2474 April 17, 2015 To Whom It May Concern: The Town of Belviile contracted with D & J Enterprises, Inc. for its Phase II debris removal in 2014. The representatives were courteous and professional, and the quality of their work was exceptional. For those reasons, the town recommends D & J Enterprises to any municipality seeking debris removal services. For further information, please fee!free to contact me. Sincerely, r , • Athina D. Williams -Town Administrator i . 54 tolaY `I- CHRISTIAN COUNTY EMERGENCY MANAGEMENT = '"'..: 100 W. Church Room 100 Ozark, MO 65721 '� _ Phone:417-581-2126 Fax: 417-581-2368 "r' z �� E-Mlaii:phila69682©aol.com ~RSA c'Cbt ema.christiancountymo.gov citizen* corps Phil Amtower, Director May 7,2007 r James L.Starr D&J Enterprises,Inc. 3495 Lee Road 10 Auburn,AL 36832 Dear Mr. Starr, Please accept this letter as a sincere expression of gratitude from Christian County for the debris cleanup services rendered by D&J Enterprises in.January, 2007. In the aftermath of a massive Ice Storm,we were fortunate to have you and your employees assist us in our recovery effort. D&.J Enterprises was highly responsive to the needs of the Christian County residents during these difficult times. Even though we had over 500 miles of rural county roads to cover, the entire operation was done in a timely and professional manner,with over three hundred thousand cubic yards processed. I know for a fact, that the county could not have successfully completed such a project, if not for the efforts of your company. Many contractors choose to take advantage of communities when disaster strikes; your company has a strong commitment and desire to help during such times of crisis. The professionalism and integrity of D&.I employees was a refreshing change. For these reasons I take pride in recommending D&.J Enterprises to any community facing a disaster cleanup and encourage you to have potential clients contact me at(417)581-2126 regarding the work performance of D&:J Enterprises. Thanks again for the great service, -. Sinc• ely, / , Phil Amtower Director,Christian County Emergency Management 55 • • office of the Ac 's Pm:Se reu Viretwr of Sanity:gin Senkes Aa.!Most F'ts:cra City and Flee Management • 5 December 1995 • To Whom it May Concern: .From August 14, 1995 through' Decerbcr 4, 1995 the City of Pensacola contracted with D & J Enterprises, Inc. of Auburn, Alabama to remove Hurricane Erin and Hurricane Opal debris from the City's - streets and rights-of-way. During this time frame the City also contracted with the firm to provide shredding operation of the debri collected by both contractors and the City's collection crews, The City contracted for two cleanup passes for a specified area identified with the removal of debris being completed well within the time frame set forth. Without question, this firm did an outstanding job, responded well to citizen inquiry and were exceptional to work with. would not hesitate to recommend the services of D & LT Enterprises to anyone. Sir _erely, • A dit-a.44 Helen S. Chalk Director { • B.r;:'910 i`n•.u.+a.Eir's!'3J52t•:t'9t 1-4:how (9.4)4.35-i.i T!e C.2.,• u• L .rt&'i�ar A., Fm*+n • •• C17 {' r4.4 a:-u o.t"r{L.rr+:sn:A,tiC 4naa 64. • 56 7 _ "or • . . .. e . . � . . Y 2 —I'. U.S. Army Corps of Engineers > , , t Hurricane icane Rita Recovery ,�, `, } r �' �: I I� eon ei y Field Office �: �rc, . 41 ` a ? `'1 Beaumont, Texas =1..:. ;F - ;z�—�r , , t Certificate of Appreciation , , , i Presented To , F D & J EnterpriSt. s9 eInc . P'� t c For contributions to the safety program of Hurricane Rita-Texasrecovery operations. ' e 3 M • F 'Ij:Ilill ll l'r - 4 - _.+ �_f._t.` .�.e'r'�. .r r • Dolt ..?II:I'lttIllfe:' (i;Ilr 1 Danny J.Wyatt Steven P. Haustein • Safety Manager Colonel, Corps of Engineers District.Engineer . . i 7f 7 M 17- f Ceorgia Eine_ 41Cy anagement Agency 77-77W. • \ • 4 Nis=41 ....• , swan f: - fli.s ;;;ZarttAi' IN , Cerizfi cate of Appreciation is presented to & J Enieip rises • for outstanding:contributions to the. 1997 GOVERNOR'S HURRICANE CONFERENCE Hyatt Regency Savannah, Georgia May 11-13, 1997 W--:-.?-n.4V.X4- -4• .1W - .srft,.. • • _ Gbry W. McConnell Dill'el 61' 58 • FLORIDA June 27, 2007 • Mr. William Liveoak, Chief Engineer • D &J Enterprises,,Inc. 3495 Lee Road Auburn, Alabama 36832 Subject: Disaster Debris Assistance Groundhog Day Tornadoes • Lake County, Florida Dear Mr, Liveaak, • As Debris Management Coordinators for Lake County, Horida, we would like to extend our appreciation to you and your firm's,staff for your efforts in the recovery from the Groundhog Day tornadoes that occurred on February 2; 2007, This was an unprecedented event for our community to experience such destruction over a very limited debris field of only 1q' square miles. y tini!ke H ir•r•icane. Event, for which vie can plan & brace, this evert occurred in the ea•y hours of a Friday morning when many people were asleep. Unfortunately, too many lives were lost. To your firm's credit, D & J had representatives 'ton theound" in Lake County within four (4) t 4. 0' hours .upon notification of potential activation of our contract (the first of our two Debris Collection Contractors under contract). This was extremely important as It allowed the re )resent1trVe Iron'.i• Public Works and Solid Waste management to meet In the ficic to assess the damaged areas and formutat:t•� pian i Por • the moat Imm;�diat:� n:, ,t,C , z1C`:r}imo ee s, You were expeditious In setting up thou fled.ssary odatlons to accomplish h this cikhris recovery and f9 �„�- facilitate tne rnoi•,i�O'lrlu rOrirji ,m�r is necessary for Federal Emergency Management Agency (FEMA) and Sr atc rr��itnh._, ,t. ilrlt which 1 t•'r'`'i dltowed for (ritef. i-ito a recovery mode a; soor as possible, Alt.i ti ^l s �hri .')ed accounts with c �r disposal td :ailr;+3g and a Ter1tc30'a r'� a-1 "):'nris Pecti ,r (TDSIt) s;to, your f'rni .'.ds very prowtvr I� coo tirl `'rt • 59 • i Jyt�AM CpU�T • Pf IiL.LIP E3. t4`fUtif.Ft Phone:26-736-2408 C uunty Engineer • F.11. 256-716-2417 ft ED A. PENN y' s E rzxlil CCe-ng St`o.Cul.nxin.al.Uti Acs,stant County F.r.ginier s;"`'. ° ww-w.co.cuflmaa.afIan �s Cullman County Engineering Department P.O Box 968 Cullman, Alabama 35056 • February 10, 2003 • • Mr 'Btu' Phillips • • D &J Enterprises, Inc. 3495 Lee Rosati() - Auburn, Al 36832 • • Dear Buck: • On behalf of the Cullman County Commission and myself. I would like to take a moment to thank-you and your staff for the exemplary service D& J Enterprises • provided during the demi clean-up from the November 10, 2002 tornado v,Aiich passed • through our County. . . Since this job is now complete, we know with certainty vae made an excellent thoice in awarding our clean up contract to D& J Enterprises.Your timely completion of _ this project has helped expedite the clean-up and recovery process for Cullman County. Again, thank-you. • Sincerely, • • Philip B. Widner, PE • Cullman County Engineer • • • • • 60 CITY. OF TEXARKANA, ARKANSAS EAST 3rd & WALNUT STREETS 71354 BOX 2'i i - TEXARKANA. ARKANSAS 75.504 11`\� PHONE (670) 77'3.4995 • FAX (3701 774-3170 . OFFICE OF THE CITY MANAGER July 2, 2001 • • To Whom it May Concern; Our area was hit by an ice storm on Christmas Day, 2000. The. damage caused by the storm was unlike anything We had experienced, and cur City was in the hardest-hit area of the storm. Through a competitive selection process. we selected D&J Enterprises, Inc. of Auburn, r, • Alabama as our debris removal contractor. D&J was responsible for hauling and. reducing debris from ,streets, alleys, public property and rights-of-way, as well. as removing broken tree limbs over streets and rights-of-way and in Citi parks. This project, which was originally estimated to involve 100,000 cubic yards of debris. ended up requiring removal of over 300,000 cubic yards of debris. Like any project of this magnitude, there were sortie minor snags at start-up. However. • we found the D&J managers and crew to be very professional and proficient in their work. Mack Stokes, D&J's •foreman, was in constant communication with our Public Works Director and cur monitors. When problems did arise, D&J proposed solutions and was flexible in•meeting the needs of our city and:its residents. The crews worked 1 long hours seven days a week in order to get the debris removed as quickly as possible. D&J worked with the city in regard to scheduling so that we could allow residents ample time between passes to clear debris from their yards. D&J has been very flexible in regard to payment arrangements, and we have received no complaints from. FEMA in regard to reimbursement for the work performed. For me, as city manager. any contractors performance boils down to value and quality In terms of value, D&J's bid was among the lowest we received It was significantly lower than our sister-city across the state lire paid: And D&J never came back during • the contract period to try to increase the price or terms. in terms of quality, the best indicator for me is the fact that during the entire period of the project. only two Citizen complaints reached my desk. All of the others were resolved by D&J in conjunction with • our city staff Given the nature and magnitude of the,project, that is noteworthy 1 would be happy to discuss our experience with D&J with anyone else considering utilizing their services I can be reached at (870) 779-4996. Sincer_.ly • Robert V`i 1i'4''I;ih • City Manager • 61' • r'0yN7 Y.Com. eDEPA1 .t RTMENT OF PUBLIC WORKS : `' HALL COUNTY,GEORGIA ROAD MA.ENTENA,YCE DIVISION POST OFFICE DRAWER I+35 Clayton E Haynes O, 1NESVILLa.GEORGIA 34503 Road Na:ntenar<e Eng cer ?fie 7;4/531 4524.531.6315 loh;tnte V eke» Fax 7761161225 A..uant Road stain:mance Engire;r May 25,2000 Mr. Mack Stokes D&J Enterprises 3495 Lee Road 10 Auburn,Alabama 36832 Dear Mr. Stokes: , Thank you for your help over the past 3 months as your company removed ice storm debris from Hall County roadways. At all occasions that arose you responded quickly and with a positive attitude to any problems. Your experience with F.E.M.A. and G.E.M.A. representatives and required paper work was a great help. In all it was a .pleasure to work with a company that-carried through on all their commitments and which took the job needs seriously. If a need should arise in the future for help we will certainly recommend and or call on your company. Since y, I ,� 7 d 1 . .fid Cr Clayto . Haynes / Hall ounty Road Maintenance Engineer Hall County,Georgia CEHInd 62 • • R City of Little Rock Office of the Director Department of Public Wortcs 701 West !Markham Lana Rock, Artearais 72231 • (501)371.4475 Fax (501)371.4843 May 10, 2001 • James L. Stara Secretaryrl rcasurer I)R 1 Enterprises, inc. • 9495 Ice Road 10 Auburn. AI. 36812 Dear Mr. Starr I want to express my appreciation of the outstanding work exhibited by your Company during the dean up of ice storm debris in the City of Little Rock. The December 2000 Ice Storm left Little Rack with an astounding volume of damage to vegetation making it impossible fur the City's collection system to remove without assistance. I am most impressed with your ability to respond to the City's needs to quickly reme%e materials from the City's streets and keep the tons of material from the City's landfill. You extended full • cooperation to both these needs. • The quick deployment o;you:staff was critical to responding to this disaster. The(.'ity's contract with D and J Enterprises was awarded on January 16, 2001 and your.crews began .pork on January 23. 2001. You included 25%local workers in your crews and during the height of the clean-up operation you successfully coordinated 225 people to effecti%ely remove the debris You were able to complete the obligations of the contract • in 90 days although the contract terms indicated six months. e It is important to preserve the City's precious landfill space. You were able to collect the materials, grind, and haul the debris in a usable form.to the lard fill where it 1%1s multiple uses. incli:ding daily cover. By doine this,we arc able to turn what.would normally be waste material into a needed, usable commodity that benefits our City. eze 1,1any times, in the haste of doing a job quickly, it is easy to perform less than satisfactorily. I am pleased to know that this was not the case in ',our organiration Considering the volume of materials that were handled,there were few citizen complaints Your org.aniration resoled each of them in a timely manner. Ag.a:n, thank ycou for the outstanding job perfumed in I ink Rock it was a pleasure to work w tth your organo:att.on. I appreciate your professionalism and your knowledge of organizing disaster dean-ups. Sincere!. Go% I owes. 1' 1. :lssist. tt i)irector (ia! 'pm • • e� t hark .R 'I urner. I' I.., Director of Tubbs 11 rrk.s • aI 63 • a ourityrem' '= r PUBLIC WORKS 2200 2RowN sTaE:T DIRECTOR LIME RCC .,AAXANSas 72204 if` 501 340$ GOVT cuiaa May 10, 2001 • D&J F.ntcrprscs, Inc 3495 Lee Road 10 Auburn,AL 26832 r.: s I)ear Mr.Starr • rt vaot As we near the completion of our multi-million dollar cleanup incurred by the .gas anal. ice storm disaster of December 2fXX). I want to commend you and your company on the high degree of professionalism shown during the entire length of this • tint a•ra contract. - Pulaski County was crippled by fallen limbs and trees hT our roadways. D & Ka?l4:it acs, mobilized into our area quickly after being marded the contract and immediately began the hugh task of debris removal. We had six sites w thin the unincorporated • County limits where debris was stored, then chipped for reduction before being sa.:Nr,:tt removed to a compost facility for recycling. From these sites ova 15.000 tons of chipped debris were removed. Due to the efficiency of D &J, the project •wai completed in record time, even under unusual circumstances. Pulaski County endured an additional d aster in the middle of the ice storm cleanup when a • • tornado struck. D 84) immediately volunteered their crews and equipment to clear roadways for emergency vehicles. _._._ Pulaski County wishes to express its appreciation for the quality of work and the p r anal interest shown. I would not hesitate to teeorrstiend this Company to any L71::Jig u::` City or County requiring their services. Thank k you for a lob well done. Sincerely, 12.7,1 � ,me S rman Smith, P.l..,PLS. l'u!ski County Pubic Works Director LaPs • .tv- t-v..".H 52 • 64 CITY OF LILBURNmcs • 76 Main Street 1.i:burn Georina 30047 City Hal) (770) 9.21.2210 Fex (770)92/.8942 ��ry notice Department (770) 921.2211 Fax (770)923-6871 March 9, 2000 Chairman F. Wayne Hill Gwinnett County Board of Commissioners 75 Langley Drive Lawrenceville, GA 30045 Removal of Ice Storm Debris Chairman Hill: The City of Lilburn would like to express our appreciation for the prompt assistance we received with the removal of debris from the recent ice storm. The contractor, D & J Enterprises, Inc. began debris removal .in the City on Tuesday, 2/29 and by Monday, 3/6, had completed all of our problem areas. The Project Manager Bobby Stringfellow and his workers could not have been more cooperative and were very • responsive and efficient. We received no complaints in the areas they worked, which is very unusual, as you know. What would have taken the City crew probably another two months work (chipping on-site) , the contractor hauled to their facility in one week. Again, • we.appreciate the assistance from Gwinnett County and D & 7 Enterprises, Inc. If we can assist you in any manner, please contact Director Ronald H. Houck at 770-921-2211 . • Sincerely) Councilman William T. arry, Chairman Streets and Road City Of Lilburn ' I WTB:jb C: Brian Allen, Director Department of Transportation Frank Daniell, Gwinnett Emergency Management Coordinator Ronald H. Houck, Lilburr. Public Safety Director • Bobby Stringfellow, D4 J Enterprises, Inc. A PAST TO REMEMBER /A FUTURE TO MOLD • • 57 65 1 County of Lenoir Hoard of(ommi,sioners George W graham,2 Chatrran Lenoir(way Ccr r.hg uIG Oust a I tcmng,Jr.,Vicc•Ctcaim-,n oe�r Post Office Sox MO Jackre Bra,n � s ` f9r • 130 South Queen Street DeeIrn S:Sm 4 Kinston,NC 28502 iJtrer Smith a� , w umctte West 1 4.„ r� s Telephone:(252)539.6450 Marguerite Whtr(ic:d ' ,\ I t (252)5544454 • John Hauer.County Manage: +a(* Pamela H Lec.Aur.County Manager. Pa,rcla M Met-taw-horn.Clerk to the Boar) • \ S• GAAOa'a. February 4,2000 TO: Whom It May Concern FROM: Joh.'�,„4. Lenoir County Manager SUBJECT: D Enterprises, Inc. • This is a letter of reference for the above-referenced firm. This company ground 52,000 cubic yards of Hurricane FIoyd vegetative debris under contract for Lenoir County, North Carolina beginning late December, 1999 through January, 2000. They did an excellent job: No hassles;on schedule;no change orders; truthful, low unit cost (low bid as well): followed specifications;and easy to work with. Ilopefully,we won't need their services again for a while,but if we did,we would hire them again (if they were low bid). Any questions,you may call 252- 559-6450. • 58 66 • • qi !Try ir Matt Is j- P/ezz 0• • ' •' 317 S.Mad:c Satz P.O.Box 607 WTiLwille Nttell Cuoiina 28472 It HAZEN BLODGETT Phone:(414)642•&W6 City Slinger Fix:(910)642.6043 • December 1, 1999 Mr. James L. Starr Secretary/Treasurer D&J Enterprises,Inc. • 3495 Lee Road#10 • Auburn,Alabama 36332 • Re: Letter of Recommendation • Dear Mr. Starr: • I would like to take this opportunity to thank you and your company for all of your hard • work in helping the City of Whiteville remove storm related debris from Hurricane Floyd. Throughout their time spent in Whiteville,your staff acted in a professional manner. All citizen complaints were answered in a timely manner. As a result of the City of Whitcville's commitment of having a city employee on-site and • your staffs professionalism,the debris clean-up process ran smoothly. Thank you. Sincerely. en Blodgett - City Manager • 59 67 • • • • • 0 40AA HA. vE.9 -y A 1/4 .PT r. Public Works Department Uauhdravgias avis Center 'n1 :-.4 1819 Fun=strcr,suite 60 i Omaha.Nebraska 68183-0601 4 --1-=-71.1::,~ (402)444-5220 47'eo aeaa` Tek:ax(4027 444-5243 bon W. City of Ot:3aha Epsom P.E. Hat Daub.Mayor • PsbI C'C'orrs Director January 3, 1998 To Whom It May Concern: On October 26, 1.997,the City of Omaha, Nebraska experienced'a devastating snow storm which caused significant damage to the trees throughout the community. Through a competitive bidding process, D& J Enterprises was selected to remove the tree debris from the right-of-way and to grind all of the material. The contract required that the work be accomplished in very short time frame. D &J not only exceeded the requirements of the contract, but worked closely with the City to fulfill the spirit of the contract I am extremely pleased with the attitude,cooperation and ability of D&Ts employees. If you would like more details or a personal reference from my staff or me,do not hesitate to contact us. Sirs erely yours, f r Hal Daub Mayor i I I • 1,i 68 • - - },? : •-. :. - =•'•az ' �. ,. ,. rye 4 .y 4 - 1 -,} rM . .y4 ' ` ;-1,34..,-,.'-'•-'7•--.. � ' d �4'-- .:•;••;- .'y;—,r`110-,y6 a , .f r `+ Nt , ,. . i ..:4,,,,- r,, .. , i" ','r - a . s ; ;W3' tai1 4,w ? • ' "y ` •;4:-4,4;4. 4+, � ,may,, . s�S. 8.• � !r ` a'K Z44..g.,•••,- r " ". + � aw.*j , t A' . �P ,ter . � :q �,:„....-•-t,,,,..--;' '"N'4a:v <a1 /„..7/•,,,,.. r. .„ C. ✓ " 4,--, v, [M� � ' ar -; ; Sw- '°vi*+rj; � '. , • + '4' :' Y. ,F � 'r'4r. y y w' •4: /10• 111114././10• 111114.//10• 111114./.../"pn �„K{ . q>a� i ' t• y ,sc • 'y Oji ti } *Py • • '{� 1.4:1:.....::., � i.. Y`� :' r It .,t1+1 .1' iT �i�"� u.. fr� r 4�•,. f`Sd„ i. Fyr•• • b J :fit •; a ra. � r �a f'Mr "w1�►'�+i �_ 44v Fay 'y," ti �.� _a '♦♦� , a w " � l•� y• #i" :��a�r • 7 t f e,i'' ;i'.,:,'4;; .:! 3••-•-450."" . E-a"- lir-Jr e`• +6 A • 71 >y,� ` - &` r's..,rt ".`.'mayi*Y AR >{x s',•,r'- * mai K..�� ..,.#•r�l,.,i >r t A,+1�'.-;�. a�,r Y b'�'.•�kih,.lw._-.l* r, n+,�` n;i�r�1 r fr..''7:••,-_-7,.... ;ANI ill •. , r "� t �i �hl� '`j 5, ri,aa t••^ •#,r, sY'•. ���IA'' yliprOepr ._. A:..1,7;.44 SS �#1,,ca _ k a }`•.•1 ..,ax,- ' ,t,1. •'�t,j 4 •'�'�••,..--.4.'".•_ 1 .i sr - - J t _ ° ,r;$1t s 'arnd' { a RA Vim'! i', .`• .a- »r.. ,f /.1 • .ems 1 (ram �,"' 4' F: 7, ' 1 <�� � t i,. _ 7,^ """T. > .. j"�""' - . 1 q gn i rr + t'iV si • • dauva apa . N „......,,, r 13.11\ •?,�RPRlyw D&J Enterprises - Past Experience INTRODUCTION In 1965, Hurricane Betsy, one of the most fierce and devastating storms in US history, slammed Gulf Coast and offered D&J Enterprises, then a civil construction company known as Starr & Sons Contractors, the opportunity to expand its operations by responding to the disaster with much needed resources. In 1957,Richard D. Starr and James L.Starr formed D&J Enterprises to continue the family enterprise and its tradition of excellence. Since that time, D&J has continued to develop and grow its debris management division and has now become one of the leading contractors in its field. D&J's first storm recovery mission was in 1965 after the devastating Hurricane Betsy hit the Gulf Coast. D&J was a major contractor for the United States Army Corps of Engineers after Hurricane Katrina ravaged Mississippi, successfully performing over $100,000,000.00 of recovery contracts. D&J has never failed to complete a project awarded to us.'D&J- has never defaulted on a contract. D&J will provide a detailed audited financial-statement upon request,D&J will submit updated resumes for.all key personnel. D&J will furnish uponrequest documentation to support the information in this response. D&J's Experience is irreproachable and no other disaster contractor can make the following distinctions: • Fifty-two(52)years of disaster recovery and debris management experience • Performance .in excess of 225 separate disaster response contracts totaling over $400,000,000 • At times employing as many as 600 employees with 500 subcontractors on a single contract ' 0 • Managing as many.as 15 contracts simultaneously ' • US Army Corps.of Engineer — USACE. Primary contractor. for 14 counties including 4 major municipalities within the State of Texas following Hurricane Rita 2005/2006 • One of nine US Army Corps of Engineers Primary Contractors 69 1 .o & J rl CO 'G 13 11 '8. D&J Enterprises - Past Experience D&J over the years has developed a vast network of relationships with professionals, subcontractors and suppliers that can muster all the resources needed to respond to a multitude of disasters in a manner that will assist communitieswith quick response and recovery. Pre-planning for events is a vital and integral part of disaster recovery operations; D&J incorporates"readiness" into our operation plans for unforeseen events, incorporating the capability to have key personnel on the scene withina few hours of such occurrences. The disaster response path has lead D&J through clean-up projects resulting from hurricanes, tornados, floods,ice storms, snow storms and earthquakes, all of which have contributed to the wealth of knowledge and immeasurable experience that continuously improve operations and performance. D&J's active role as a disaster recovery leader year round allows us the privilege to continually train and educate employees and subcontractors for top performance and adherence to ever evolving FEMA guidance and policy. During the four decades of disaster recovery and debris management service, D&J's Civil Construction Division has also grown and prospered earning the reputation as one of the top civil contractors in east central Alabama. Two other corporations owned by Richard D. Starr and James L. Starr complement its debris management services: Sand Hill RecyclingCenter, Inc. a debris storage, separation, reduction and disposal facility that operates year-round providing services to state, county, city and other local private entities since 1997 and doubles as a training facility in the methods of debris separation, reduction, recycling and disposal during periods for personnel prior to the occurrence of a disaster event., and Tara Leasing and Sales, Inc., a heavy equipment company. While disasters are known to have devastating impacts on communities, survivors boast stories of how they also bring people together. The D&J family feels proud to be a part of that reunion as they continue to build their tradition of excellence. J 70 t • rtpr.% D&J Enterprises - Past Experience TASKS PERFORMED IN DISASTER RECOVERY AND DEBRIS MANAGEMENT PROJECTS: > Phase I - Debris Rights-of-Way Clearance > Loading and hauling snow and ice > Loading and hauling sludge and mud > Vegetative debris removal from rights-of-way > C&D debris removal from rights-of-way > Operating temporary debris storage and reduction sites (TDSRS / DMS), > Receiving, sorting, screening, separating and recycling debris > Removal and disposal of hazardous waste > Vegetative debris reduction by grinding: o Advantage: Recyclable and second use options include: paper mill feed stock, boiler fuel, agricultural mulch > Vegetative debris reduction debris by open burn and air curtain incineration: o Advantage: 95% reduction rates are obtainable > Loading, hauling and final disposal of sorted debris to either LCID or Subtitle D landfills > Site restoration and re-vegetation > Sand screening and beach restoration > Building demolition > Site preparation for temporary housing 71 It %, PFR1 D&j Enterprises - Past Experience Base Camp and Temporary Facilities for Local Governments and Response Teams > Stream clearing and cleaning , > Earthen dam repair > Flood clean-up and emergency roofing > Contract Management State of the art Accounting System D8J's.Recent Past Performance on the following pages document our knowledge & experience with federal, state & local emergency management agencies; state &federal programs;funding sources & reimbursement processes. D&J will assist to ensure that Miami Beach,FL receives any and all reimbursements from local, state and federal agencies to minimize or eliminate cost for the city.This list includes work in the Disaster Recovery related field. A °v detailed list of Civil Engineering & related work is available upon request. 72 , 03 �A 5� - Rrgi D&J Enterprises — Past Experience 2017-2018 October California Wild Fires US Army Corps of Engineers $300,000,000.00(Completed) 763,703 Tons(Sill!in Progress) Performed.Right of Entry Work Partnered with AshBritt Environmental. Installed and monitored erosion control; Separated, removed, and hauled fire debris;hazardous material removal;graded building lots 04 *t v a a ::.t.;' t x. ",:<;--',1:1‘ - '`� ,-_,,t,,,—,,,,,,y.)...n ,..;T:4:1,.;,r -i:,4.7..-L-4),.. , -.' p4.0i4:46-4-1,..14;A:,'-' 4,7 ." „� #:,,t... ,f4.11,40,44-r:r1P4`�1�}i`7 . . .,,, � e,�`'4r R!, ff 1.r':..-:::dtifr,7T.,i*,j,4rc::::;!:::,:.:7— :::;-2-,c7*.,,S.: rOFF,:x...,::: 1,z,..:- 2017 Monroe County, FL—Hurricane Irma $12,455,000.00 475,000 Cubic Yards Partnered with AshBritt Environmental. Removed and disposed of all eligible storm- generated debris from within municipal right-of-way;Set-up, maintained and operated DMS including separation and reduction by grinding all vegetative debris -, :4.1*, w.. a..r- i. Sif. e. .4r':. .;f0 max. / , .. JohnGlista ,.,..,,.,z--,-.7 ,t. t ' `� Monroe Co Public Works f . " ' ''„ I..) - ., 3 - , • „"zA ,/ Ph. (305)797-1102 � }Y. ”- tp .TMS.r��,i T5,:— _ - 73 I , it &9.11 c9� D&J Enterprises — Past Experience 2017 Islamorada, FL—Hurricane Irma $9,485,000 i 250,000 Cubic Yards Partnered with AshBritt Environmental. Removed and disposed of all eligible storm- .generated debris from within municipal right-of-way;Set-up, maintained and operated DMS including separation and reduction by grinding all vegetative debris • MS"a.:W,e.f„��,i4:ae. -(4,S •'�,l'���.iw''+y�"w�s'%' g.yf'r>�•.,� � Y .40 -2. �. ^ 4. t1�.i Rod Jerkins ' # t° . ' . ' :� ,-'. DMS Disaster Consultants ., a), ,.„ Project Specialist Ph. (251)583-1556 —.r.. - 4,-;,:-- - -- L. f ,J- � � ~ . `'-�� Email. rodrickjer[<ins@DMSrecovery.com 2017 City of Orange,Texas—Hurricane Harvey $2,871,500.00 201,500 Cubic Yards Trimmed trees, loaded, hauled and removed from curbside all storm-generated debris within the municipal right-of-way;Managed TDSRS ' Lee Ann Brown N.e. J ti•� . -. y ;� City of Orange,TX Fire Department , Asst Fire Chief/Emergency Management Director $ ' ' .--0,:...-.2.11 - T Ph. (409)883-1050* g 'r, i -- ,-� �' ;, -,2� ' ;�'` --tom Email:(brown@orangefd.com li i + yM K,k�t'ro y t ` 74 , i 09•4"RP1's t.4 a co D&J Enterprises - Past Experience • 2017 Hardin County,TX—Hurricane Harvey $4,765,000.00 145,000 Cubic Yards Partnered with AshBritt Environmental. Removed and disposed of all eligible storm- generated debris from within municipal right-of-way;Set-up,maintained and operated DMS including separation and reduction by grinding all vegetative debris i=,,!....2....:_---,-.__+_-1 ,,,s,',1-.7,,z-.K`,-%.`% -� I if,_ l b f ,, -:,,-,-.::,":4, r r ;1 q i 2017 Orange County,TX—Hurricane Harvey $10,950,00.00 375,000 Cubic Yards Partnered with Ash Britt Environmental. Removed and disposed of all eligible storm- generated debris from within municipal right-of-way;Set-up,maintained and operated DMS including separation and reduction by grinding all vegetative debris z ~ - C'....\ 1 rr � fE t - :7s1r �41 : ,::.,,.. ,,,,,, .. .;,..,,,„:4„: . r , ,, f o,,4 . a ,r � 24'; '� a }tti ,6,,i } -i. , �` +-",_ Yfi.r: i • 11 75 1 51 9" CO f:2P'11PRI� D&J Enterprises — Past Experience 2017 City of Altamonte Springs, FL- $850,000.00 70,000 Cubic Yards Removed and disposed of all eligible storm-generated debris from within municipal right-of-way;Set-up, maintained and operated DMS including separation and reduction by grinding all vegetative debris ' ,Y ,;� ''` ; Ed Torres :CrA .r r- , •2-1:-----.^.-- --,-'r -`1i- .; --�� City of Altamonte Springs .ti •r ',11?-e'Y K -F• i, -.. Director of Public Works& Utilities �` j.f �y .- �'- 'e" ti Ph. (407)571-8340 _'' .-. ., .;..X(- f.---et. •--.ate,, �a Email: ETorres@Aitamonte.org t, ...„...._: :::....., ,,,,,,�• ' , ,1 +,p _ 9 ._ ,„. ......._ __ _ ,...... ,:r.a.,. ....,. ..7......... ....5,„...., ., . v) T 2017 City of Petal, Mississippi-Tornado $ 850,000.00 93,000 Cubic Yards Removed and disposed of all eligible storm-generated debris from within municipal right-of-way;Set-up, maintained and operated DMS including separation and reduction by grinding all vegetative debris ; _ Hal Marx T 4<;.t7 ".t Mayor City of Petal, MS 3 Ph. (601)545-1776 -� ► "` Email: mayor@cityofpetal.com 76 9 s ���RPR17 D&J Enterprises p ses — Past Experience 2016 Missouri Floods United States Army Corps of Engineers Response Team D&J was part of the 24 hour response team. D&J mobilized with 12 key team members within 24 hours of the notice to proceed.Assisted USACE in damage assessment,planning&sectoring. Edward L. LeBlanc III, P.E. United States Army Corps of Engineers1-24 - Debris Program Manager USACE Mississippi Valley Division 1� ' g- • ,, Ph. (337)322-6757 ' t t Email:edward.l.leblanc.iii@usace.army.mil 1 ; mtyna �' 4wy'w• •t ''. P3 i `d tt ''r� °w�` '" lI 2014-2015 Winter Ice Storm—Augusta,GA/South Carolina$2,345,500.00 850,000 Cubic Yards Set-up,maintained and operated 6 DMS's(TDSRS)including separation and reduction by grinding all vegetative debris Rob Ray Ashbritt Environmental Vice-President 't�� _ 1 n " ,'} f` q ` ` 565 E. Hillsboro Blvd 5:, $, Deerfield Beach, FL 33441 F Ph. )868-9502 954 ' , - ;_ •- ' ' cr"' ;F ( Email:Rray@ashb it _ + r 77 • 1 9 8` r 14. i13 1. '''eR PROS D&J J Enterprises - Past Experience 2012-2013 HURRICANE SANDY–New Jersey$14,345,500.00 830,000 Cubic Yards Removed and disposed of all eligible storm-generated debris from within municipal right-of-way;Set-up, maintained and operated 11 DMS's including separation and reduction by grinding all vegetative debris Terry Jackson •' ' '" •�' _ Ashbritt Environment& t- p ' " �` Vice-President -`7.,:;; ,-;.-1'.` • – .- . 565 E. ,.. - 4, ry _ ,- Hillsboro Blvd ...;•,-,:e1 • .'r .;.e Deerfield Beach FL 33441 - `e '`¢ ' r�=gip – � Ph. (954)683-0248 r, : �" Email:TM � � - - JACKSON2011@gmail.com ' j 6 >.r { P., .ft.- .. •''� .»rte ..4.Z...2.1.,M1. V.} d'...f•. rte- t 2011-2012-Connecticut Snow Storm $8,240,000.00 345,000 Cubic Yards and 37,000 tree cuts/removal Loaded& Hauled snow storm related debris. Managed 7 DMS sites,reduced and removed debris. Cut 37,000 leaner/hanger trees. -:4. r �.. . ,'"::•:.',-;„f----- �, Terry Jackson NcS - .• ' _ i> a ' ,.- 4 ..- Ashbritt Environmental .E � Vice-President , "~ 41� 4I a actin ,',, 565 E. Hillsboro Blvd ,�._ } • t.. - s.r Deerfield Beach, FL 33441 - .` Ph. (954)683-0248 ;;:3z..., r=..— ,–,..77....i..;� -^ Email:TMJACKSON2011@gmail.com • :; i '-'•4 i -- 78 z4 1113w z 1.r-Rpi,,, D&J Enterprises — PastExperience 2011-ALABAMA TORNADOES-9 Counties$10,544,000.00 PERFORMED RIGHT OF ENTRY WORK Right of entry project for the United States Army Corps of Engineers. Removed tornado related debris, damaged houses, trees&buildings in 9 Counties. r Ali,,%';„,„,44(,:i' �..7V c C'S'.�L 4 M �yF!,�.y ' • Cecil L.Jernigan,Jr., P.E. 'r 'r ^. " ,`, ; PPDR Mission Manager ' ti� ! �,`,i,. ..`ryF4 .,,,* Alabama Tornado Recovery ,-,; °fir V° "' iia T,l Ph.(571)408-1449 . 5 , i ;:�' �''Xr jsi 4 C3 ''-•;;,4-•,::;•.;*',.' Fe -fla Email: Cecil.IJernigan@usace.army.mil A ,, -, �` --1,", •' ,h'$c -,e,7" 'P . -wr+f ....ti .- .' .+r Afre ..-�.M-.... ..-..ni►+7►,tb eps' r r.meq-,��"" 3 - - 2011-ALABAMA TORNADOES-City of Tarrant$450,000.00 6,500 Tons Trimmed trees, loaded,hauled and removed from curbside all storm-generated debris within the municipal right-of-way;Managed TDSRS • t , ,,' Mayor Loxcil Tuck �"� " may '''` "14' 1604 Pinson Valley Parkway ¢ Tarrant,AL 35217 (. 1-1 --; .�. -" +'0ii Ph. (205)849-2800 A ~` 4--' �- A 1 i 79 1 & 0 sli lan co ��RP�i�w D&J Enterprises - Past Experience 2010-DEKALB COUNTY TORNADO$3,758,555.00 335,000 Cubic Yards Trimmed trees, loaded, hauled and removed from curbside all storm-generated debris within the municipal right-of-way;Managed TDSRS Michael Leath r ;.*, `,'� ``„"'` �� - EMA Director - � x) ' ".. - i ; . 111 Grand Ave SW `7 . -9-..–"'„..---47. -4'..„,..4„-i ., < -� °-='= . N ' '_A .,a` Suite 21 - ; • � • � _ >.fi-;: ,„. '' �.�"—' `...e— ,sea ' Fort Payne,AL 35967 �,� - s"` -- � Ph. (256)845-8569 _.r. „ ,...,E ' .. 'A • :, -� = - r ' Email: ema@dekalbcountyal.us 4. ,,; ane-' _ - r lam_ ,. .t.,....4... r 44.'7 - ` ... 0- 2009-KENTUCKY ICE STORM$7,758,555.00 1,221,000 Cubic Yards McCracken County $2,400,850.00 Trimmed trees; loaded, hauled and removed from curbside all storm-generated debris within the municipal right-of-way;Managed TDSRS ' . `4, : N Judge Van Newberry r„sf'f`,y S e,s • /r ter.+ r + ,, ,,.,, County Judge/Executive's Office� ` l',1. i• .N.::`‘ ,'•. McCraken County Courthouse • 300 South Seventh Street ,i,4.1+ats ;? 31A a• \ }i, fes; Paducah, KY 42003 • `" ,t e4 ,�e J . I � `;' Ph. (270)444-4707 �± AAt,� .d }fir 1; ,•. fes' ; V 7r i. y L: z. sa irk tea. 4', ,fin. , .'`,i a pg'(Ywr'! n Fx. (270)444-4731 1 —. c —�r6 y ry ' '#? fi b!. E` ,,. s, t .3' 80 • `1 • ��Ri D&j Enterprises — Past Experience 2009-KENTUCKY ICE STORM(continued) Caldwell County-District 2 DOT$3,742,555.00 224,000 Cubic Yards Trimmed trees, loaded,hauled and removed from curbside all storm-generated debris within the municipal right-of-way Larry Smith • DOT District 2 1840 N Main St Madisonville, Ky Ph. (270)625-3548 Graves County-District 1 DOT$1,577,150.00 124,000 Cubic Yards Trimmed trees, loaded, hauled and removed from curbside all storm-generated debris within the municipal right-of-way # � , '," I{• t Jason Looper • r ;<,R r; ;'` '" !. DOT District 1 +1a :; A fi: . �•_ j • 49 5501 Kentucky Dam Rd r, �'"# 4. 4.S.4WA. Paducah, Ky 42002 • • Ph. (270)210-2398 City of Paducah, KY $38,000 • _,if{ Reduced all storm generated debris by grinding Mayor Bill Paxton PO BOX 2267 Paducah, Ky 42002 Ph. (270)444-8530 • • 2009—ARKANSAS ICE STORM$2,245,211.00 • 224,000 Cubic Yards The City of Jonesboro Loaded, hauled and removed from curbside storm-generated debris within the municipal right-of-way;Managed TDSRS;Reduced by burning& grinding Mayor Harold Perrin Ph. (870)932-1052 . 81 • 9 & J 1.0��eitPf'' D&J Enterprises - Past Experience • 2008-HURRICANE IKE—TEXAS$19,425,254.00 2,158,361 Cubic Yards D&J partnered with Asbritt Environmental on these jobs in Texas.Ashbritt was the contract holder,therefore D&J did not directly deal with the municipality.The dollar amount shown is the amount of work that D&J directly performed. oi-:"4-" :tit , r A : . ., i.:'. .!.k.H,6tg,,---te , ' : ...,f-,::.;- :,:..----,', -ci,.1 1% 4 k * „' " '4 v z • . Dow Knight , 1 . ksz = ' " Ashbritt Environmental --.Z.„:,., .. .1,--"we,,,- maf Senior Vice President, .: .— y Ph. (954)545-3535_- k - 4.ST Hardin County Removed all vegetative storm debris from right-of-way and hauled to disposal site; Removed C&D and hauled to final disposal Galveston County Sorted, loaded and removed from curbside storm-generated mixed debris(C&D, . household and vegetative)from damaged residential and commercial area's;Hauled to TDSRS;Reduced debris and hauled to final disposal. Oversaw the total monagernent of the TDSRS City of Orange Loaded, removed from curbside and hauled all eligible mud,silt and dirt created by storm surge and flooding. Swept and cleaned streets Jim Wolf ' Ph. (409)883-1082 City of Pasadena Removed oil vegetative storm debris from right-of-way and hauled to disposal site; Removed C&D and hauled to final disposal Grinding of Vegetative Debris 750,000 cubic yards Clear Lake Shores, Kemah, League City, Pearland,Alvin, Galveston County, Webster 82 I 8c CO '1,��R PW D&J Enterprises - Past Experience 2007 TORNADO—LAKE COUNTY, FLORIDA$1,878,378 126,000 Cubic Yards . Removed all vegetative storm debris from right-of-way and hauled to disposal site; Reduced all vegetative debris by tub grinding;Hauled and disposed of ground mulch material;Removed C&D and hauled to final disposal Gary Debo&Kristen Swenson-Ph.(352)742-0478 2007 ICE STORM—CHRISTIAN COUNTY,MISSOURI$2,979,754 337,000 Cubic Yards - Removed all vegetative storm debris from right-of-way and hauled to disposal site; Reduced all vegetative debris by tub grinding;Hauled and disposed of ground mulch material;Removed C&D.and hauled to final disposal Phil Amtower- Ph. (415)581-2126 2006 ICE STORM—TOWN OF TONAWANDA, NEW YORK$1,960,110 214,000 Cubic Yards Removed all vegetative storm debris from right-of-way and hauled to disposal site; Reduced all vegetative debris by tub grinding;Hauled and disposed of ground mulch material 2006 ICE STORM—VILLAGE OF KENMORE,NEW YORK$172,699 Removed all vegetative storm debris from right-of-way and hauled to disposal site; Reduced alNegetative debris by tub grinding;Hauled and disposed of groundmulch material Kathleen Johnson—(716)873-5700 83 & It w PF't D&J Enterprises — Past Experience 2005-06 HURRICANE KATRINA OCEAN SPRINGS,GULFPORT&WAVELAND, MISSISSIPPI $60,000,000 The dollar amount shown is the amount of work that D&J directly performed. 4,400,000 Cubic Yards L Removed storm-generated debris from right-of-way;Separated, removed and disposed of debris from right-of-entry at various locations in Mississippi -r t y'?G• ra• m . 2005-06 HURRICANE WILMA—MIAMI GARDENS AND DEL RAY BEACH, FLORIDA $9,658,727 957,000 Cubic Yards Removed all vegetative storm debris from right-of-way and hauled to disposal site; Reduced all vegetative debris by tub grinding;Hauled and disposed of ground mulch material Joe Safford Finance C71-q- 74 ' S ?� Ph. (561)243-7000r � �� a i`• ,"s t�t • •. . o 'V L 4,1 ".4,' ` 84 9.1 —.FLik'l� D&J Enterprises — Past,Experience 2005-06 HURRICANE RITA—STATE OF TEXAS $121,679,403 6,200,000 Cubic Yards Removed and disposed of all eligible storm-generated debris state-wide for the U.S. Army Corps of Engineers(USACE)from within municipal right-of-way;Set-up,maintained and operated multiple TDSR sites;Separated debris;Reduced by grinding and by burning; Removed and hauled C&D to landfill;Removed and hauled off stumps;Hauled off mulch simultaneously from 14 counties including 4 major municipalities within the State of Texas Michael deMasi tutaa irkYr J Mission Manager r, Department of the Army Ph. (281)642-7664 ',.'5,.07 ,r r ' 1 t 4 1_ * {4 -- ". - . +• eir• yr . ,C �'tii 77" • 85 ������i�w D&J Enterprises — Past Experience ammommearawspossaniouso 2005 HURRICANE DENNIS—PENSACOLA, FLORIDA$5,945,000 700,000 Cubic Yards Removed and disposed of all eligible storm-generated debris from within municipal right-of-way;Set-up, maintained and operated one TDSR site including separation and reduction by grinding all vegetative debris fiV '., ' 3;,.w t, s Jerry Moore rY � ,z..-.. .*:--,-;PT r is Sanitation Directors ._ . _.:s:\'''�. �- 1 ' ; ,s.. Ph. (850)435-1890 _, • -, ., , Wel t..,....-45-•, m- cr:+.rC, SAF..-1. �,*:_:3 ."';S: l y uy West Palm Beach, Florida—Managed TDSR site;Reduced all vegetative storm debris by incineration and grinding Hillsborough County, Florida—Removed and disposed of all eligible storm-generated debris from within municipal right-of-way;Set-up, maintained and operated TDSR sites including separation and reduction by grinding all vegetative debris;Hauled mulch to landfill Pensacola, Florida and Escambia County,Florida—Removed and disposed of eligible storm—generated debris from within municipal right-of-way;Maintained and operated six TDSR sites including separation and reduction by grinding all vegetative debris; Hauled mulch to landfill 86 n t ic -) 8;.-.-i tt a co �� R PRS:; D81 Enterprises - Past Experience 2004 HURRICANES CHARLEY,FRANCIS,JEANNE& IVAN (FLORIDA&NORTH CAROLINA) 5,000,000 Cubic Yards Removed and disposed of all eligible storm-generated debris from within municipal right-of- way;Set-up, maintained and operated three TDSR sites including separation and reduction by grinding all vegetative debris New Hanover County, North Carolina—Removed all vegetative storm debris from right- of-way;Hauled to disposal site Miami Gardens, Florida—Cleared streets of all vegetative and C&D storm debris; Removed all storm debris from right-of-way;Hauled to disposal site Del Ray Beach, Florida—Removed all vegetative storm debris from right-of-way;Hauled to disposal site;Reduced all vegetative debris by tub grinding;Hauled and disposed of ground mulch material 4:raYjTn 1✓f s 0:...':;,'..::„-'., .E' ,Y' ^7.c.'S-# .` r �i il :i ..c,4¢, ''- ^.4 hy.,5""'*'x „h,,e:v: ,.5.... ' t, '::.'y�., �,p3 j t,� ".a,Ra t ii • _ .e ..,....T' ''S:t'� '�' "4} } • � f, fq IP..., ( p �.„A3 4b� t F d 7'* 1 t. !r +„j. f.r''} v �.+. S�y�.* s ufri.}'If fm4r t 6} ,'r , _. C, � F`-L nir 4* 4 , ar fr+.W;1 R.-. 'A t 1' -3:.r t',K�, T`"1'„w f i . ip `' omY �° '- i` a it ` ,n " ' ♦ � • 4 �. ,_ + 4� ?t�., s 7NRs y ; i! 1.;.. .*'.,-'' k,yr, zp • t�ar y^ ry �. ,.L 7t . - Vic, ...%, 1:4_,,, Gi'vg . N ..-; .....,,S4-is;,... 87 ' —___-_--_- __-_-_--__'_-_ n8i1 ENTERPRISES INC. � | � �_ MULTIPLE TASK Onp��opm : . _ . ^ � . m*°rd 0.Starr --] President — ---- ------r�-- ` ' . � '� � | -' --'-- [ _ _ _ � Christopherx«ma� -� ------ -- — -� ,,"DJason ' :::*; ��u� pose eam ' ' '-,-_ • ~����`�v ` '------' OPERATIONS DEPUTY OPERATIONS, .ii ' , ������~v�n��w • ' ' — ` :QC MANAGER 1 DEPUTY CQC ; � '- _ ___ _____ - _ -' —_ ' [------------�SAFETY -- DEPUTY SAFETY - ,, - ' ' ' •~ mwLe ���$.-- --' --- ---- ENVIRONMENTAk | ��������i�o��' _ _______ ::.,..5iEtta,PstUtITYmA.;Moi:or mowS MANAGER *VI 1.,^^'` ��m,...' ' ` ` ' . � — ----- --- — ----------- 9 8s D&J Enterprises- Resumes AVAILABLE. WORK FORCE The principals and officers of D&J know that the company's employees are its most dynamic asset. Special attention is given to management supervision and the training and development of its individuals. The company's employees are subject to retraining and refresher courses whenever available in each skilled discipline. Its supervisors, project managers, engineers and foremen annually take training and/or refresher courses in management practices, ethics and environmental policies, regulations and procedures. Operators are always supervised and when appropriate, trained on the safety, maintenance and operational limits and capabilities of new or upgraded equipment. Drivers are required to be safety trained and independently licensed before they are allowed to operate vehicles and their performances are reviewed daily. Mechanics regularly attend refresher and new equipment/upgrade training courses held by the manufacturers of D&J owned equipment. All mechanic work is inspected and reviewed in the company's 20,000 sq.ft. shop facilities by the . chief mechanic before being released to field projects. All laborers are supervised and trained by skilled journeymen and foremen in their respective fields. Administrative and clerical personnel are frequently attending software and management refresher and upgrade courses and are encouraged to stay abreast of new technologies and procedures. D&J utilize a state of the art ticketing system for recording and compiling all Ioads moved during a debris recovery. Training is regularly conducted on this system at D&J. This training is conducted and reviewed regularly to prevent instances of fraud, waste and abuse. Employees are trained to recognize mistakes and changes in quantities or increases in tickets that would signify fraud. D&J trains its employees to sort and separate materials to decrease the amount of waste. D&J Enterprises, Inc. current database contains a listing of 469 employees available for disaster response. This database includes 155 full-time current employees, and 314 experienced reserve personnel on call to D&J Enterprises, Inc. 89 1 9 8c tg ca 41.z,itP11.— D&J Enterprises - Resumes PRINCIPALS D&J Enterprises, Inc. has an average of 200 full-time employees. Richard D.Starr(President,and Chief Executive Officer) After attending Troy State University, Richard "Dick" Starr joined his father in Starr and Sons Contractors where he has continued working in the construction industry, serving in the roles of employee supervision, job oversight, budgeting, risk evaluation, administration and financial management in the construction related fields of road construction,grading, paving, utilities and natural disaster and debris management. In 1987,he and his brother James L.Starr formed D&J. Enterprises, Inc. for the purpose of purchasing and continuing the business activities of Starr& Sons Contractors. Education and Certifications (-0Z6SiTi\ _ Attended Troy University AVER5 . i 90 91.I 07 J Enterprises Resumes James L Starr(Secretary/Treasurer,Chief Operating Officer,and Director of Disaster Operations) After receiving his Bachelor Degree in Civil.Engineering from Auburn University in 1971,James L. "Jimmy" Starr continued working with his family-owned company Starr and Sons Contractors where he has been instrumental serving as estimating engineer, providing job progress and quality assurance reporting,scope of work evaluation,change orders and contract modifications, and compliance reporting in the construction related fields of road construction, grading, paving and utilities and natural disaster and debris management. In addition to his duties in these fields, he is the Director of Disaster Operations for the company's disaster response/debris management division,which has responded to over 200 natural disaster events. In 1987, he and his brother Richard D. Starr formed D & J Enterprises, Inc. for the purpose of purchasing and continuing the business activities of Starr&Sons Contractors. Since 1970, he has been involved in the oversight and supervision of over 500 successfully completed projects totaling more than $400,000,000. Education and Certifications 7;.y .Bachelor of Civil Engineering Trench&Excavation Safety -CPR/First Aid �r \\ 'Pro fess iona(Safety Services .tierehy recognizes jimmy Starr Certificate of Completion NA.4.aRAZ:3MM=C034t= James Starr Trenching and Excavation Safety has successtuify completed muuiromenls far Competent Person Awareness Training • Adult First Aid/CPR/AED • valid 2 Years i conducted by Iyj i p+ American Red Cross m.d uamaz.ssr _.. - .•{ 'v . ---- -- --. - - . -- --- Date Completed: 12/16/2015 • Inst-uctors: Chad Owen Day 91 .lb 0I • D&J Enterprises - Resumes ENGINEERING William Liveoak(Chief Engineer) William Liveoak earned a Bachelor of Science degree in Civil Engineering from Auburn University in 1999 and immediately began working with D & J Enterprises' Engineering Department, assisting in the fields of estimating, quality assurance, ordering inwrought materials, invoicing projects and daily involvement with job coordination. He has received course certifications in "National Environmental Consortium (NEC) 1005: Environmental Compliance and Management, Environmental Compliance and Ethics (NEC 9031)" and in "Environmental/Business Policy, Compliance,and Ethics: Principles and Practices".William has also performed the roles of project manager and superintendent. Education and Certifications .-v'N.7,p• -Bachelor of Civil Engineering er 4..4444,„, ` -OSHA 30 HR Construction {rp�fiq '�y�2fYt d3 ,` el :zEe::::;::ation Safety -CPR/First Aid f F aY ri 4.^P`. - I L 3. •'.`in f Z, .t ;Y � Red�L TOSS . Professional-Safety Services _tiered y recognizes that a , t{° s Certificate of Completion ' William Liveoak +iliIT- s{_ 1 William Liveoak 'k' HAS SUC SSFULLY COMPUTED ii.,,' o. has successfully completed requirements for ;�, Trenching and Excavation Safety kA, Competent Person Awareness Training t +' Adult First Aid/CPRIAED - valid 2 Years .;IA conducted try r ::,.-57-.;'.---7---...:----•.,,,."'"----"---.---,,,---..,., American Red Cross ''La • femme.U.ro-.9 ':'.\ ':�;,:,rt n..a n1.—.G '�I � i�_ MO ?•5t -�4rL?�� omcsu.t ':`' Date Completed: 12/16/2015 ;.:1,na+a cs mow' y- � i - ll jr> Ins;ruCcrs: Chad Owen Day f r,14-7 .% i :a.- r.r ',yl; AI I ,"'„t.,. : rile 92 I4e02 & D&J Enterprises — Resumes Jon Manley(Field Engineer) Jon Manley joined D &J Enterprises in 1995 in the capacity of Field Engineer and has served as instrument operator and crew foreman. He currently supervises an engineering crew with total station and GPS units. He has received course certifications in "National Environmental Consortium (NEC) 1005: Environmental Compliance and Management, Environmental Compliance". Education and Certifications OSHA Occupational Sallow -OSHA 30 HR Construction and Health Administration -CPR/First Aid • 93 • 9 & 1 (1:3--r> D&J Enterprises — Resumes PROJECT MANAGEMENT Christopher M.Starr(Vice President)- Christopher resident)Christopher "Chip" Starr has worked extensively in all areas of field' operations with D & J Enterprises, Inc. since 1995. He started in the family business"hands on" in field operations and advanced through the ranks serving in many capacities. including Equipment Operator, Truck Driver, Crew Foreman, Safety Officer, Quality Assurance Officer, and Project Manager. He has received course certifications in "National Environmental Consortium (NEC) 1005: Environmental Compliance and Management, Environmental Compliance" and "ANSI-RAB NAP Accredited EMS • Lead Auditor Course". • Education and Certifications OSHA. -OSHA 30 HR Construction -HAZWOPER First Responder Occupational satety rat -Trench&Excavation Safety and Health Adminiocratloo -NEC 1005 -CPR/First Aid • 1 ;l�)( ( S'lli PV9� 1 ra.(,:ar.rnr that r"''`"''" ,C • Ltrnvap!-N•,�4 5r'^ atrcoJRl the SC,:iCi+Y CC course retitled �i ' VVV ,*£C WS:enviiunmanrnl C ontpfl nrr end Haaax•rnrn+ V- SeprrmAn 1-70. 'r C'h+i.trq.her Starr aw(!va 5na...OA[6 hours of<omiau(aq rlaea,bo rrs�Jit Il.ZWOPER s M,4+W!:ft tG4a15.. 4.r L.+.,^. Teasing for thr FIN Re•parrrl.^r a• 0" Cw.w,u.n«n. dncrihcd in'v CFR I')IU IgNGgilt { ,< smrn+smle.a+C.r1..aw.aem:..... �Y����.;o OSHA 600328141 u S rxssT-.er,n t..>5or C.rwsicrs(nnf.y.dtl.am Mvaarnrc.,✓. Christopher Starr T aoCot,L'!r!['T?H-x':1 Y�Isaa Cf_3.?--Me-s1'aa.M.i�•d te]h 7msarq as.r n Constrtcrson Safety b!lu3 h tin116lgt t,rtCtl _ Ctr2.11 tTien-rla:.r • • • 94 • 1 -47' PRI D&j Enterprises —,Resumes Jason Sanders(Operations Manager) Jason Sanders was hired in 2002 as the Office Administrator. His roles quickly expanded and he is now an integral part of the D&J's Emergency Operations Division. Having taken many FEMA Continuing Education Courses,Jason is familiar with complex FEMA policies.During the long and. complicated Hurricane Rita mission, Jason oversaw the creation of a comprehensive debris management database system that has cutting edge technology for tracking data for large projects. As the Accountant responsible for all emergency operations projects, his attention to . detail in an ever-changing business has made Jason a valuable asset to our company. Education and Certifications -Business Management Certificate • 7 L' -FEMA NIMS Courses I +- HAZWOPER First Responder -CPR/First Aid • Emergency Ntanagement Institute • ,tea;, , • ` FEMA IIXZWUPER TrwJui f On ils.t BNandern t at`rrilt,l w_1 CIa WtO tnba9a1 I .r-nu•��1..n..r..r.r - �--f� ' . . • 95 I 85 t �� R P�L�� • D _ &j Enterprises Resumes inatimiggi Buck Phillips(Project Manager) Mr. Phillips has worked for D&J Enterprises,Inc.since responding to Hurricane Andrew in 1992 for an USACE project. Mr. Phillips had responded to nearly every natural disaster since.His experience in all aspects of disaster recovery makes him one of the best Project Mangers in the business. Buck has served many roles for D&J in the disaster related field.Mr Phillips is one of the many employees that D&J Enterprises employs that proudly served our country in the US Marine Corps. 1* ply +4. 4 ,.s . py: M tj N.,Z4WINE CO 96 4 '9 & J r9r- z ,.,. w • ," dtPL1 _ D&J Enterprises - Resumes Paul D.Bridge(Superintendent) Paul Bridge contributes over 35 years of diversified experience in the construction industry to D&! Enterprises. His formal training and studies include Engineering at Tufts University and MIT in Boston,.Business Management at Palomar College in San Diego, Computerized Construction Estimating&Management with Muir Training Technologies in San Diego,Computerized Asbestos Estimating at Georgia Institute of Technology in Atlanta, Asbestos Abatement Supervision (certification received from Mayhew Environmental Training Associates, Tampa),and refresher ; courses in Asbestos Abatement supervision at Retra Training Services in Tarpon Springs. Projects performed while he served as Project Manager include the following governmental offices and private companies:USACE;'Department of the Air Force, Federal Aviation Administration,Federal • Bureau of Prisons, Lockheed Space Operations Company, VA Medical Center, Martin Marietta Corporation,NASA, Pinellas County, Florida, U.S.Coast Guard and the U.S.Postal.Service. • Education and Certifications `�rssNCHfrs1TT -Engineering Degree -t -Business Management Degree * —'x- fir " -OSHA.30 HR Construction -Trench&Excavation Safety %s '' ' . -CPR/First Aid -OF-rEC+e' ice .uL.5v<;.ter. »:s'..,st^4 rs s a,•, ., I OSHA ... Q R 33 'd F.roradoa St'Craar4iaq Safety i Troj'sswncTCSafety Services j Competent Person Awareness - --b -.- e !Z.; I NO Rerrde� t � N'eregy recognize;that .....-..4•7;5•••••.•,aro*,..e U .Yyl iIN.411CMIL1117111VtillliSiNauhr:amcorr o`vam „em R : Paul Bridge 4" Ed ocaw.t ta•,,:a.t,�'.. b a: •' e8attx'taaCi�batLIC1 t~j`, rt. E .y . z" Trenching and t'Sccavatioa Safety. � STi Competent Person Awareness Training yng 11 Iii _'J' , i. t c,.:•i.:n•:,r'... ,.w. flagging Cf rations c am. •4 Pt J e.s-.. ,-..1;1; . Yea c .arocun ""' . ys,� Paul Bridge • �, m :os Z$4 ..�mnmre r-k: cam.,0+.e i,1-4 ^ '1r .? . .rte.., ' ' • fir, CERTIFICATE this 4 m cirri(}that rut.a artlAGR f n...rplrreJ Mr Curyr of En;tnrrrs Tn,ininp Cuane Ceestrarnar&alley,lfraainenmJ far narrate= I" 97 19 & J 02 yt.��RPg1W D&J Enterprises — Resumes Jackie Hickman(Project Supervisor) Jackie Hickman has been with D&J Enterprises,Inc.since 1987 as an Equipment Operator,Class A Truck Driver,Crew Foreman, Project supervisor,Grinding Crew Foreman,Incineration Crew Foreman,Site Manager, Pick-Up Crew Foreman,and Senior Project Manager.He has worked on over 30 FEMA-funded disaster response projects and is certified in"National Environmental Consortium(NEC) 1005: Environmental Compliance and Management,Environmental Compliance". Education and Certifications `Jl 1 A -OSHA 30 HR Construction -Trench&Excavation Safety Occupational A r N - i saroty CPR/First Aid and Health dminiotrn on 1 c... ;4?. ,, --_,nom ..a.�..r,, ;,6 aa � Profess iona(Safe ty Services "; `Lg- Jfereliy recognizes that >: -aerica; Jackie Hickman t„,., NMSUCFalactCaMET127 4r, ; Certificate of Completion �`i j `'"' Trenching and Excavation Safety 's Jackie Hickman r Competent Person Awareness Training "`, 1.s,e ta,. caroaaanorn 4CW2 Fait drd/C7A/aP•au!2'ears {y'ra (� • ✓MVAC i9,V29 ...,ii by ftt:1 C\Y N. l.f N-�F.. 21 laravantrana.Mr V`1 .s` l��` pM -+��) Arrterkan Red Cross Oa ICoratnaahm a, ' '-k:•'-'s. Tj �-'' Carp., ' (hte CATCrttEC: 12/19/20IS t3:g^= tw}4 s.-s_�,. .�c• k:�ttiifu9: Chad Cay t .0 .. ' r s :,t.",, r;-.1-vr"G�jt" is a.1• ,,.m.,n«v... i 98 91111 CO • D&J Enterprises - Resumes SAFETY Garvin S. Edwards,Ill(Safety Manager) Garvin "Trey"Edwards began working with D&J Enterprises, Inc. in May of 2016 as their Safety Manager.Trey has a decade's worth of experience in the safety field.Trey began his career in safety by serving as a Firefighter Paramedic for the City of Lanett,AL Fire and EMS. He has continued to grow his experience and skills while focusing on safety. His experience as Safety Specialist working on disaster relief operations including US Army Corps of Engineers Mission Response 2017 California October Wild Fires, Monroe County(Florida Keys)following Hurricane Irma, Eastern Texas following Hurricane Harvey, and numerous other disasters across the US. Trey's experience in plants across the country including International Paper Mills,Southern • Company, naval ammunition plant,water treatment facilities,and numerous construction sites has proven to be a valuable asset for D&J Enterprises,Inc.Trey holds many certifications and licenses including certified firefighter,nationally registered and licensed paramedic, FEMA continuing education courses and Incident Command Systems,OSHA 30 hour,rope rescue technician, confined space rescue technician,and hazardous materials technician. • - I Education and Certifications OSHAOSHA./� -OSHA 500,510.30 HR Construction,30 HR .11Z General Industry Occupational Satory and Hoalth Administration -OSHA OTI 3015 Excavation,Trenching and _ - • Soil Mechanics ,( aFEMA -Nationally Registered Paramedic Asa 't . CPR/First Aid Provider& Instructor a -ATSSA Certified nagger Instructor L: -Alabama Firefighter I&Il 4� . ' % � t -Technical Rescue Trained • ro 77,•�PF • . , x L -NIMS 100,200, 300,400,700,800 G.' -Hazardous Materials Technician 99 • • 'te-, 113r ao ... it P.P.'S D&J Enterprises - Resumes 4,3111•MINS6=INNIMmilipify F:i.' 71.,.. .....". .fl-r *,'"j....1.....k :4-cl,....40,-.•.-1%...i.n4/..;-..4. , ;,:: 5 T-c......\f.Lz....... ..,--,, ,,„4.1?-41.-,../A L..,....,......:!;IN-\,..;;;L:4.....,:„'17-.-,--.77.7.45,17-j.:: CEC40.31d '-''''''' OC-III/3Y1 -...,;., -t.• . 5,... CERTIFICATE OF COMPLETION :.i?'i 1 CERTIFICATE OF COMPLETION ..e.4 .74 '.....4 •PA Itzt;. .. IDUCAMION1 . AmeriOSHA : OSHA ..., Surety Council 0 -=-- s (.(: )) GARVIN EDWARDS \ GARVIN'EDWARDS I.• t) .. .,'N.4:. >• m•caln,....1.,:ok•rent nnnonnv•r "io• (4 ). .,,,„•,.......ems oansette. . ,.1", ..'. f• 1O-I4n.t3rilla Hazard Raogrytion Traninig Inr the Crremernao'many Comm •-'.- • 30.4atr 031.1,43 marl Recncrclica Tillman 1111 117.Consamtbn IndmIri Corral t ".„ S.A." nn SiZ67.0,6 ) c$: en ICIRO le .1... o....,,,,.,emu...........,......,In Olt•A.,......,le.y<ay..K. .j. :Rs*4,..01171....aka Carus arcl:ly..tasrk.s.sae,to...AM ./. 0,L4 g.• Aw.......... ,-. 'I 1" ..i,.: . . •„, . ....__________„_,....__E•77- :;.,„rs,-.2,,y7.7-,,,,,,,,.-....„. ,-,-... ,,....„, LI.1 ,—• ,-,-,,,,r,.,..-,,,--= . .:, 1`...1;.,•0.s-S,s.`,"5,, '".:.,i ‘....e, P." ... ..,, - ..._ _... . , GEORGIA INSTITUTE OF TECHNOLOGY GEORGIA INSTITUTE OF TECHNOLOGY i I Glionlonn TECH CSHA Dinnonla Itorrnrunt EbuCAncnu CEIrrito GiCOMOIA TECH OSHA'NAMING Imerrrunt Ectur-ArzaN cgirrex This is to certify-J1111.00 1,.."---.-:-.17------"4 3 Thts Is lo certify that on --- ---, .......,,,•I Irl',S r/r.,.... /r..,` • . L. '11:-. -'c, .•' 67• November 17.30 I6 December lin"MI5 '4. ". ''.. " 7rN •/44,_ „I,..... ..,,,.... I ),/br 4" '-. .",,..-... 0' b., .4.,.•.; y ...,-,-.• .a'.. Garvin S.Edwards.Ill /?- : ..4.44AS-, -r: Garvin S.EdWards,III- ? ! ,.. , has diligently and onth merit I= ;34.4, 1_,. '" has diligently and with merst completed:mining in:he \..- ,i.,,,,„Ip, ..'...,. n! completed training in the 1, C'-E..1 • , .•,Yr.,<-b i ; . a•, • ::- a ".. rz I 1 OSHA S 10 ... OSHA 500 ") .7,11.' ..?"'i • aemmatinnoi safety 3.31.1mat. \'‘ ,. '.1'' ..‘i l ,. -'. 'Uredastt.tor Conttrarcbsel todttalr, ''''',...1$',....L. tr.ftnrCaeno f•Ocal.r.....1 \`...„''..:c. 4 ,.. .?,/ 1...7.1 floak rusd.trit tor tZtis van.la cad.nmard V. ; ----— - - 1:nem 1..s16 0-SH..4:.........:,.... r2.....—......,..,........ ................ ,.......„,........,.., _.___ — 4..“•IV4 1. ..q.e„.c,`- 0.-Sia re•=lt...7. ::=Z7-7...r....” Pjfirk.i.ni:rnat • - . ..- - -. _ .-------- • .A LA RAM.A F I RE Co i_I.EG 1 ' . a'•C'PE,50'.:'fri. ;TIND‘Sr“.I,Im•I,,i,,.. HAZARDOUS MATERIALS TECHNICIAN VV.%Vevey./4,1,..11•11.ill, v • 6.0,,w,„11: . ilgra st=z1MInaTti.313 :it'':1 i ' rome oistmin , , • ti -,....:___,...-..- •- .....,_.:._,„. _ • 100 . . & l 13M m D&J Enterprises — Resumes EQUIPMENT MAINTENANCE AND MANAGEMENT Oscar Hardee(Senior Equipment Manager) Oscar Hardee has been involved in the road construction equipment maintenance and heavy equipment repair since 1984, the year he started work with D&J. He is certified in diesel mechanics and is responsible for the maintenance and repairs of over 200 pieces of heavy equipment. His duties also include the supervision of 13 mechanics,a parts warehouse and parts inventory management system. He is SGS Certified as well as having received course certifications in "National Environmental Consortium (NEC) 1005: Environmental Compliance and Management, Environmental Compliance". Oscar has also performed under the role as project manager and superintendent. DIESELS AND HEAVY MACHINERY t. j ijt Ititr,ss It :hF 4C ' ��y 4 om, itcrel -04.14 L"" •• x'94 A. A 101 • i D&J Enterprises - Resumes Lynn Tapley(Dispatcher) Lynn Tapley has spent over 25 years in the Trucking and Dispatching Division of D&J Enterprises, Inc. and holds a Commercial Class A License. He attended a two-year training course in automobile mechanics at Alexander City Junior College and has received a Federal Motor Carrier Safety Regulations Certificate. Other roles that he has performed for the company include Equipment Operator, Truck Driver and Dispatcher. He has also participated in disaster related projects on Hurricanes Andrew,Opal,Bertha, Fran, Brett and Floyd,and on ice storms in Georgia, Arkansas, Alabama and Mississippi. Lynn has also performed under the roles of project manager and superintendent. Education and Certifications �L B ,I, -Commercial Class A License "<<o -Alexander City Junior College Mechanic's v course tvo "74o� T�.• -OSHA 30 HR Construction OSHA 600328076 S.Oegonmcrt of taper Occnpatonal Safety and Health Aomiuistralion 1 Lynn Tapley hon srx:nss:bay completed a 30-hour Occupational Sataly and Haalth framlu ing Coya.al` Construction Safety&Health William Powell t LL " rf+ahoer} (!late) 102 I -9 & .� �t �i PD&J Enterprises - Resumes ADMINISTRATION AND FINANCE Beverly Starr(Controller) Beverly Starr joined D &J Enterprises, Inc. in 1987 as the general bookkeeper for the company. Since that time she has acquired the knowledge and skills to become responsible for overseeing all financial records keeping and systems requirements for the company directing an office staff of 5 clerks.Sheis responsible for managing and reconciling all bank accounts,preparing cash flow and budget statements, internal financial statements, tax report preparation for sales and use tax, fuel tax, and payroll tax reports. In addition, her duties include providing outside agencies such as banks, bonding companies and insurance companies with necessary financial information as well as assisting the independent auditor with annual audit examinations and income tax preparation. She is responsible for selecting, installing, and maintaining all electronic data processing software to handle current accounting and record keeping functions including the electronic data networking systems for the company. Judy Harrell(Office-Manager and Payroll Supervisor) Judy joined D &J Enterprises, Inc. in August 2001 with over 20 years of experience in the field of accounting and job costing. She has been responsible for processing payroll for up to 600 employees in multiple states,prepared certified payroll-reports, minority reports and union reports, employee benefits, workers compensation records, unemployment issues and audits as well as weekly, quarterly and annual payroll tax deposits/returns. Her duties have also included maintaining general ledgers and job cost sub-ledgers in which she developed a system of reconciling job cost to general ledger accounts. Cathy Bryant(Assistant Bookkeeper—Accounts Payable Supervisor) Cathy Bryant has been with D&1 Enterprises, Inc.for over 25 years and has been responsible for each aspect of office administration. Her accounting and record keeping responsibilities have: included accounts payable, payroll, accounts receivable and invoicing, bank reconciliation, job cost record keeping and reporting, employee benefits, workers' compensation reporting, compliance and auditing,general liability insurance reporting and auditing,truck permitting, fuel tax reporting,sales and use tax record keeping and reporting. 103 • D&J Enterprises — Resumes Casey Dillard(Contracts Coordinator) Casey Dillard has been with D & J Enterprises, Inc. since April 2009 and has extensive clerical experience and customer billing experience. Among her responsibilities is answering the company's multi-line phone system, updating the company's brochures and marketing media, as well as obtaining proposal information and preparing bids for future pre-position contracts. • 104 1 0)1 44,G,/ ZPite*), D&J Enterprises - Financial Capability May 11,2018 City of Miami Beach, FL 1755 Meridian Ave,3rd Floor Miami Beach, FL 33139 Gentlemen/Madam: D&J Enterprises'ability to finance a job to completion has never been a question by any government entity.D&J or its owners have never filed bankruptcy.Regardless of Pensacola's pay schedule,D&J will pay every sub-contractor and every vendor on the first Friday after we commence work,and every Friday thereafter. In the past, D&J has had enough financial resources to complete numerous large scale jobs for months,without the worry of being paid by the client. D&J Enterprises has a bonding capacity of over$100,000,000.00. If there are any questions as to the financial capabilities of D&J below is a list of bank references.Please feel free to call any of these banking references. Tommy Cummings National Bank of Commerce (334)466-2803 Tommy Johnson Auburn Bank (334)821-9200 Connie Preston Colonial Bank (334)749-1423 Robert McDaniel Compass Bank (334)887-1237 Thank You, William Liveoak Office Engineer 105 • • • et •# 4.71,46,,,,t7,1•.,,' j ' �4 J - J ' i:'.1 '¢tY t'� d.,•;;;;,-t,::',. ""..,•_:...';j• � - •sy- _ -,r,, -,,.294.4. , rr,.. '. . - : -. _ %,: r rA% -'f ..•,,,-.,,, J • t3 , 's r I .. r y r'`,, " '� t r f "'��„_•"-,:l ortfj � e �r • • • S'I ,/e'>�.rr r`i. !+ }+f ,' -,,,'„,;-;,:m_i .. ..i`h Q: r! /rj-..% .4'. a r't '`"` ..-;__�' t: H i; •e` c ..w,,.,c f _ .A-y 3`'� r�.' „�• 7.1 1 • • • • r �- �}1 _ 'r r '.. :/Q . e' S.• .a•�' � riif ;,;:.. r sf /yF.A, ,, f • ¢ { '.',..';.P''''''.5.71;•.4 -s� °cam,' ''� �• 1. 'r rr ✓ywyr • • ,jr-r•-"` . ...,...^r � ` ..,. . , r .,„.-,..1,.- • ! ,4 :s•. 'n :*. -Sr+� y' - ifil �yj - f.1.-:;•;.,'':. t . � :...'577.:" rwi'µ�'r` ® r ` �-F "a?'r A'-'''-'`� f, �. 4s � � r' ) ,, + '=sS 77'1 �Yf� f ,ij. t,,e ;•,,,,,, 4 ;;„ :J.„rryr3i•i- � •P ^at . . i'Y;re, ” .is✓ t + PfvE. .iig ♦ 7 .Y� r.+ rf A '''1•':.?". r''3 -�^i - � y1� 1 • ••"r �?•6 ,,,,,i:/ti'‘-c,; . z 4' r 7 s r� s /. �F, ' } " r �.r } ✓'C •x -" 4L �' g r� ] + 4emi ' 't:dt ,a..: ! - .• 4 4 •S X.':5 -•:',',-:1..-7.,,,;,.,4•-„• ,4• {g �'. „7,•;•.- if: f •'•••::'; 'q, / d i S 5 Yy'r Y ✓ / r ✓A --'',••. .r t is t Y >. r ( t. `^ { 2,r'•• Yt �. sY RY Jj)( `f j�ffr w: . ,,.. ..'. -..ii,„...:.,,,it a _ ti. } f J - ' • -�,. f �. G•' t�i '°-.A♦ Ji 'r.�+ F J ar a (w •I t 4 r '1,,:.%._ . a Ii ,r 1 . { til '^1 .i '( t• •'..,-"."j„,...1-', 13 t ,',"4+ i FP- } T,,,,111Iu �j�ra Ti/�//� 1 i��` {�' �=.� �i r r �: ry�!T•�dr.q d � �? �, 4 r t� �,a ? ('K ,-"\.7.1+ i 1.`''cf Y/ :11:;.f-,;•-!:,--,1•41.41,1•4_T . ;�i�4 .. - ';`,',.'"°.i;':•.;';'-4•`'.:' 'r.+ ` :1 `P t4, s �, A h yy3-u�/ - jrj ;! r Jatr"f„r t• r Y c rr r t a .r' ;' r;,`,,74;• ri : It ▪ f Lj�f M+-- ::: y'[,1,„ ,,�, l e i Y # • s 4a ,, 1 • r t a u> s`� et J fj�r i,, r. rd rq .vt ' i"� i t k'T -' c 7.✓ 9 'I .p 4�• <. '. rr ��. � -,}-b � }.1 � z� 1 S , • r. �. ..'.E.,:-..31,7,-,.. � '''�'+ K'er ,r� .s ld' . ✓ > y •''.x . = zs-I�S r kr -,v.,,!.-1, f � Y ,t r' .---•-• -r'` sr}^ y .,v :a w't.,- oc. I'f t: �Sc.r -,Y .+ -y( SFr-f ,yt.. aG• .s sr?. .,zx'' ? c, flr /: r •.'�.j 3 r, r�:r�•.4;1'.<r c, :‘,..10,,,,A..4.,..4:-.... ..••. iryr - RAw>'� `1a• q. "3 °i 01i wr ff J e 0:,}r a r.t..F xt't (,: i• 4 i n ...! t • • • -,,".?!.!...,_,"•-••"4:,--2,”, _-t,a'y,t 'k "`;"- { ,...••••,....1!",0,,:g„.,'f: r� t^nom�r its R' I 4t _ x a.-,. A».. _. 7 ) j . : t•r'r .sr T S,' • ♦ ' • r .e ♦'�yz/If :ii a /S g oar • aw4. v I C a+,tt' G ! 1 c ','..?.! -.1••••:7_1- '.,::..""i-, li • 1 i • r • ..' /s • _ F i • ,..,..,,,,4..,..- 'Qu 3. `I b. •rte.....e1/4„o :! .. • l -' • xi/ M�fir ` • 1 f ':•.:',,'..-'''••.:','-•-- r • _a0. "'r P •ri.I,rri, 4 .. {i • q • • • }� j ..ter- t ra r,ln5' r -+:l�' .4( ~�.7 p'-, • r j`-., Y 1 ;.',14s,'9-,`.:.%,- s r .„.„ . r +• ... ,+ 'r Aar e 1*, — ti �� YpsRc of ,,„4,-ii yt .s.',7...> 1....q., • II � r nt '"A C, '.., ",rr' ' " {Xp (:d ,;!' '.7'. a ' � ;^ "» t `Sy r + • > tr` -y e#t ?!, ' �1 1.d • • -i "`, ,•,, i;., y! " r .-L�z+ 'Fg. dam�` + ;r,l � .} t ^ • r � � 4 ,r'-,41/7 {" s s .�4.,V .yq �:'t�'. t{ ,� cf._,j. a' Yt -'- �•"�.� '�' r ,I / di',...,,- , --#. ,.',„4.',/' 1, [ - • ..• 'ca1�- 4, ' �'"r'�, #w � . . h + ^` ktz`'x'-01 v 4: t+ y�s� t - • _<- ` ry,S. j y � r • -WI• tF `• rif 4 s yi'72n 1Y' 7 '�- �! •ti ` + ! s rp.v/ om ..a .,: � ✓°' e. � r tgytY . ylR'. y •tI,4 IVim c, i' ."• .0 .& rZ ,.•••••. 14rj ' '"`� ~ F� • > { / : i � J ` � 1 x :t._-,7.1,F .. . h � N}, ' t ! $ ,,,F. .(rG he.' id'. i • • • •• 1?'+' 5 4 ,4 6 ` t! STtJ•; N ie +. ,.' t -r:::' -r..4 ' s + '4' Y a "r ;,,ji,•C 4 4 „,,,,-.. ...:;44,..-,:,,,--- 5,':-..- :,.. r,R 5 .'- ./ ' - ;) -Lite-_,,,. ardvi”' P r ='".. t % a '�'hf *.+i'''.71',$7":=C''''',J.-. 5 , 4. 'e4Y,>:; `;'` w -,'-/17'„ • 4;1r,., • q 41-11 :-:;,'''''',e.: , ..• _ crap �` 0x'>e4r?_Y' '..-,,J0< •q; ,n ,< 4-••1,....".,0.,:ia c 'r` p "f .. . d � �,. p: Lii-- I 4a4' ti '3rw a�RPR�y D &J Enterprises — Project Approach Methodology & Project Approach for Miami Beach, FL Introduction The following pages represent an outline of the approach and methodology implemented and practiced by D&J Enterprises, Inc.'s(D&J) principals and officers during the anticipation and/or actual occurrence of debris generating disaster events. It is the framework by which D&J approaches and responds to such events. Considerations for a Debris Management Plan must take into account that each disaster has its own unique qualities while also containing common tasks to be addressed. Differences in local circumstances,local laws,ordinances or regulations,debris make-up,site locations and terrain,traffic conditions and priorities of public needs are just a few. It is with this understanding we herein offer this general Debris Management approach,recognizing that each disaster will have its own unique qualities which may require adjustments to this general approach. However,the past 52 years of experience gained by D&J's principals and officers, in dealing with a wide range of disaster cleanup projects,has provided us with the knowledge to respond and work effectively and efficiently with the contracting . agencies to adjust to and handle changes in conditions and/or contract amendments as may be necessary. Under the assumption of award of an indefinite delivery-indefinite quantity pre-event solicitation for debris removal operations for any area within the jurisdiction, D&J's first action would be to notify its subcontractors of the award and notify them of the regions/sub regions awarded. Although D&J Enterprises, Inc.,enjoys a long-standing 52 year history with over 2500 reliable subcontractors throughout the United States,its principals and officers have never been totally dependent on subcontractors to perform their work. Our in-house team of professionals and equipment allows us to respond,activate and manage debris operations well in excess of 5,000,000 cubic yards. 106 m yap `gw PD &J Enterprises — Project Approach RR MAINTAINING A STATE OF READINESS D&J Enterprises,Inc. has an investment of over$30,000,000 in specialized debris management equipment. This company-owned list includes an extensive fleet of tub grinders, loaders,dump trucks,tractor-trailer dumps, air curtain burners,portable generators,and other specialized equipment necessary for debris management and removal. D&J's fleet of low boy and other transport trailers and tractors enables them to transport their own heavy equipment immediately. This allows D&J to mobilize and begin work immediately without having to rely solely on subcontractors. This extensive investment in personnel and equipment provides.D&J with a decided advantage over many of our competitors who rely solely on the performance of their subcontractors. D&J's"ready for mobilization"equipment and personnel,augmented by its extensive reserve of subcontractors allows D&1 to achieve maximum production in a quicker period of time. As additional support for this equipment,D&J Enterprises, Inc.has extensive shop and maintenance personnel and facilities in its home office location in Auburn,Alabama. Emergency debris removal and response equipment is routinely maintained for functionality and safety. D&J's pool of full-time mechanics are available for immediate deployment and on-sight duties during a disaster,and they will properly maintain the equipment while it is working. During periods following the completion of a debris project,the equipment is returned to the home office where it is taken into one of the two modern 20,000 square foot facilities and given a thorough inspection and any upgrades, improvements or necessary rebuild or maintenance is performed. In addition to its own company-owned equipment, D&J also has a reserve of committed experienced debris removal subcontractors, previously employed by D&J,located within a three hour response to Miami Beach, FL. 107 ze It PB` D & J Enterprises — Project Approach Operational Plan Outline D&J Enterprises, Inc. has a systematic approach that D&J follows for every disaster relief.Following this systematic approach it allows D&J to make sure no detail is missed.These steps follow all federal,state and local.guidelines.These steps and method work in every type of event whether it be a tornado,ice storm, hurricane,or fire damage.This method is proven to work and has helped D&J successfully complete numerousdisaster debris removal operations and assist clients with federal,state,and local reimbursements. This outline will give a brief overview of D&J Operational Plan.These items will be explained in detail following the outline. 1. Request for Proposal 2. Contract Award 3. Pre-Planning&Training 4. Anticipated Damage/Pre-Mobilization 5. Disaster Strike 6. Notice to Proceed 7. Debris Management-Equipment and Manpower Mobilization Plan 8. Planning&Sectoring 9. Debris Removal Operations 10. Termination of Debris Removal Operations 11. Ticket Reconciliation 12. Invoicing 13. FEMA Reimbursement 108 9r z F D &J Enterprises - Project Approach 1. REQUEST FOR PROPOSAL D&J Enterprises, Inc. has a group of team members that includes the owners of the company that each year evaluates current contracts and request for proposals or invitations to bid.D&J team then focuses on preparing a full and complete proposal for clients.Proposals are a team effort that highlights and shows all assets and strengths of D&J Enterprises. 2. CONTRACT AWARD Once awarded a contract, D&J Enterprises will finalize the contract with the client in a timely manner. D&J will submit any additionally information or documents requested by the client. D&J will notify the prime list of subcontractors in that area that would be utilized for debris removal. D&J management will organize the contract,client DMS Plan,proposal,and list of subcontractors. 3. PRE-PLANNING &TRAINING Pre-planning&training is an integral part of a successful operation.D&J management will work with every client to establish plan prior to any disaster. Disaster relief training for clients will be available at no additional cost with an awarded contract. D&J management and employees will attend training to keep knowledge up to date with latest guidelines,operational plans,and to keep improving their skills. Pre-Planning Pre-Planning for D&J Enterprises begins at the moment a contract is awarded.D&J management reviews the contract and the client DMS.A list of proposed subcontractors that are close to the area and that would be best suited to assist D&J is generated and stored with the contract and DMS plan. D&J likes to reach out to clients and discuss a plan of action prior to any event. D&J Employee Training Training for D&J employees begins on the first day of work before employees are sent to a jobsite or disaster debris job.Employees are required to complete company safety orientation training which convers areas such as the following topics;employee rights,hazardous communications,trench and excavation safety, heavy equipment safety,ladders,personal protective equipment,and disaster debris removal operations.Training continues with frequent toolbox safety meetings and job specific and specialized training such as flagging safety,heavy equipment operating,and crystalline silica exposure training.. Once D&J employees have completed the basic training required for all employees,management and employees continue training and professional development.The roles and responsibilities of management and employees covers a wide range.Therefore,D&J uses a simple 5 step process that is applicable to all employees with professional development.These are the five steps. 109 O 4' ✓ y4 KP¢ D &J Enterprises — Project Approach , 1. Perform a needs assessment 2. Research training options 3. Complete Training 4. •Provide Resources&Implement 5. Assess/Evaluate and Reflect This process,while simplistic as it may seem, has proven to be very effective for D&J.We begin with noticing a need for additional training.The need may arise out of wanting to simply further an employee's knowledge, promotion,or noticing room for improvement. Next,D&J management researching training options for the specific target area and determines if these courses will be completed in classroom delivery,online or a combination.Employees are then explained what the objective(s)are for this training and complete the training.After completing the training,employees are encouraged to implement this training into their job.Employees are given the tools and resources to implement the training.The final step of this process is to assess,evaluate and reflect.D&J management assesses if the employee has implemented the training into their job.Management evaluates the effectiveness of the training and how the implementation has impacted operations for D&J.D&J Management then reflects on the impacts and determines if there is a need to continue sending more employees to the training. Contract Client Training D&J Enterprises offers pre-event training disaster training for all clients with contract award at no additionally cost.This training consists of common hazards associated with debris removal and how to abate hazards.Training for disaster relief covers the following topics. Tonics • Safety Statement • "The personal health and safety of each employee or contractor working for D&J Enterprises,inc.is of primary importance.The prevention of occupationally induced injuries and illnesses is of such consequence that it will be given precedence over operating productivity whenever necessary. To the greatest degree possible, management will provide all mechanical and physical facilities required for personal health and safety in keeping with the highest standards. Everyone working is responsible for the health and safety of all personnel on job sites.It is everyone's responsibility to cooperate with all aspects of health and safety. It is everyone's duty to perform with the utmost regard for the health and safety of all personnel involved. " 110 I v t ' ' g9 FR P8- D & J Enterprises - Project Approach • Program Management • Emergency Action Plan • Incident/Injury Reporting • Sanitation • Housekeeping • Drinking Water • Medical and First Aid • Temporary Facilities • Parking Areas • Job Site Trailers • Job Site Offices • Personal Protective Equipment • Fire Prevention and Protection • • Power tools • Chainsaw Safety • Grinder and Chipper Safety • Overhead Power Lines • Stump grinding • Vehicles, Machinery and Equipment • Fall Protection • Water Safety& Rescue • HAZWOPER. 4.ANTICIPATED DAMAGE/PRE-MOBILIZATION • Pre-Strike Preparedness The following is an outline of corporate procedures after award of a pre-position contract in anticipation of an impending event. It outlines the activities of D&1 Enterprises'key disaster team personnel during the 72 hour period prior to an anticipated hurricane landfall. Pre-strike activities in an anticipated event(for example a named hurricane with predicted landfall impact)in advance of mobilization when awarded a pre-position contract. Key Personnel Involved in Pre-Strike Initial Planning and Mobilization: Richard D. Starr-Chief Executive Officer(CEO) James L. Starr- Chief Operating Officer(COO&Director of Disaster Operations) Christopher Starr-Information Officer(IRO&Operations Manager) 111 17 t FRP D & J Enterprises — Project Approach Jason Sanders—Logistics Officer William Live oak-Engineer, Estimator Trey Edwards-Safety Manager Oscar Hardee— Equipment Management Officer(EMO) Lynn Tapley—Transportation Supervisor,Equipment Mobilization.Officer • Alert Levels and Time Periods Alert Level I 48-72 hours prior to anticipated strike Alert Level II 24-48 hours prior to anticipated strike• Alert Level III 12-24 hours prior to anticipated strike Alert Level IV 0-12 hours prior to anticipated strike > Alert Level 148-72 hours prior to anticipated strike: Media outlets and weather channels are monitored and tracked daily by the Director of Disaster Operations. When a potential strike appears possible,the Director of Operations will notify the President and Chief Executive Officer of the potential impending event.41pon notification,all assets and resources become under the direction of the Chief Operating Officer who will then assume the duties of Director of Operations. The Director of Disaster Operations Officer will then: o Call a meeting of all Project managers and Equipment managers alert them as to the potential event. o Review the data base of all experienced subcontractors and determine priority list for contact. Group known,experienced subcontractors into the following contact priorities: • Level One Subcontractor—Those Subcontractors residing in the anticipated strike region. • Level Two Subcontractors—Those Subcontractors residing in states contiguous to the anticipated strike region. • Level Three Subcontractors—Those Subcontractors residing in states outside and not contiguous to the anticipated strike region. 112 & t, 9- 'GRPit• D &J Enterprises - Project Approach o Project Managers initiate contact with selected subcontractors that are located within 5 hours of projected landfall, placing them on alert for a potential event. They will inquire to the subcontractors as to the availability of equipment and manpower,and their readiness. o Equipment Management Officer contacts national account equipment suppliers and local equipment suppliers within 500 miles of the potential event landfall and will determine: inventory,commitment, the type of equipment on hand and the anticipated delivery capability. The company currentlyenjoys a priority call rating with the following National Equipment providers: • Hertz Equipment Rental • Rental Services Company • National Dealers for; • Caterpillar • John Deere - • Komatsu • New Holland • Diamond Z Corporation o The Director of Disaster Operations alerts all employees of the disaster team through a company memo,then a company meeting,of the potential impending event and have them begin preliminary personal preparations for 48-hour notice for departure. o The Director of Disaster Operations will notify the City of Miami Beach of the designated D&.1 response point of contact person and provide them with a 24-hour immediate telephone contact number. > Alert Level II 24-48 hours oriorto anticioated strike: o The Director of Disaster Operations will meet with the Project Managers and review updated tracking information and predicted landfall possibilities. Any changes or revisions in the landfall predictions will be noted and the data base of subcontractors reviewed again and updated for logistics. If significant changes-in landfall predictions have occurred,additional subcontractors will be assigned to the Project Managers for contact. They will then review the list of subcontractors contacted and their state of readiness and potential response capabilities. o A Senior Project Manager will be dispatched to an area within a few hours of the anticipated strike location and establish a temporary staging and deployment center in an area located within a few hours of the anticipated strike location,to be used for staging equipment and personnel during the 24-36 hours preceding the anticipated strike. 113 "RPR D & J Enterprises - Project Approach c D &1's Equipment Logistics Officer will be given instruction to begin acquiring necessary permits to deploy equipment to the temporary staging and deployment center. The Company's Transport Coordinator uses in-house truck routing and GIS/GPS software to discern the optimal routes for D&J Equipment and mobilized subcontractors to reach the site. The Transport Coordinator contacts states through with trucks and equipment must pass to ensure needed sister state agreements for weight,size,and other parameters are in place and that all D&J equipment drivers/operators as well as subcontractors are informed on intra-state travel requirements. o Upon receiving notice from the Contracting Agency or at the discretion of the Director of Disaster Operations, D&I will transport part of its debris removal equipment toward the anticipated landing area so that equipment and personnel are within a few hours reach of the anticipated"strike"location. Alert Level III 12-24 hours orior to anticipated strike: o The Director of Disaster Operations will meet with the Project Managers and review updated tracking information and predicted landfall possibilities. Any changes or revisions in the landfall predictions will be evaluated and a determination as to the most reasonabletemporary staging and deployment center will be made. If necessary,the designated Project Mangers already dispatched to the first anticipated temporary staging and deployment center will be notified and transferred to another location - considered to be more effective. o Upon receiving notice from the Contracting Agency or at the discretion of the Director of Disaster Operations,the Director of Disaster Operations,the Project Managers,and debris loading and hauling crews(minimum of four)are dispatched to the temporary deployment center in preparedness for immediate response following a strike. o Upon receiving notice from the Contracting Agency or at the discretion of the Director of Disaster Operations, Project Managers will be instructed to notify their subcontractors on stand-by, located in the anticipated strike area,to make pre- mobilization plans and to provide the Project Managers with estimated response time upon notice from D&1 to mobilize. ' 7 r Alert Level IV 0-12 hours prior to anticipated strike: o A work force of management and loading and hauling crews(minimum of four)will be poised to respond within a few hours following the landfall or strike for the immediate emergency needs response. Upon receiving notice to proceed from the Contracting Agency,the full mobilization plan described in the following section will be activated. 114 U Fke�`24 9r A% 4.0 D & J Enterprises —,Project Approach 5. DISASTER STRIKE D&J Enterprises will be in contact with all clients prior to and throughout the strike,if possible. During the strike, D&J will continue to gather information as it becomes available.D&J will begin to make assessments based off of information gathered.Once the immediate threats are past,D&J management and assessment team will evaluate the damage along with the client and monitor company. 6. NOTICE TO PROCEED Once the client and the monitor company come into agreeance with activating D&J Enterprises,there will be a management representative designated for the initial response. D&J representative,or project manager,will respond and report to client representatives. Information will be gathered and a decision made on assets including personnel and equipment needed. D&J project manager will then activate the Mobilization Plan. 7. DEBRIS MANAGEMENT-EQUIPMENT AND MANPOWER MOBILIZATION PLAN In case of an anticipated event,as outlined in the previous Section,a work force of management and loading and hauling:crews(minimum of four) have been notified,prepared and will be in the affected region/sub region and poised to respond within a few hours following the landfall or strike for the immediate emergency needs response. Coordination with Government Agency(Miami Beach,FL)and Appointment of Key Personnel The Director of Disaster Operations(DDO),Operations Manager(OM)and other Project Managers will meet with the appointed representative of Miami Beach to review contract requirements and review task orders.Once this meeting has taken place,a defined list of equipment and personnel necessary will be identified.D&J will then begin to complete the mobilization process. Assignment of Management Personnel The Director of Disaster Operations(DDO)will deliver letters of appointment(with signed acknowledgements)to Miami Beach, FL representative for the following personnel: Operations Manager(OM) Safety Officer Quality Assurance Officer Load and Haul Project Manager Temporary Storage and Reduction Site Manager 115 o � � 9'w 1 D & J Enterprises — Project Approach Obtaining and Possessing.Necessary Licenses and Permits The Chief Operating Officer(COO)will investigate the state and local statutory requirements needed to perform the work described in this pre-position proposal in the affected areas and determine what permits are necessary to complete the work. After acquiring all necessary permits and licenses,the COO will then prepare copies of all necessary permits for delivery to.the City Contracting Officer's Representative. DMS/TDSR Site Selection /Attached are maps of possible TDSRS sites located in Miami Beach, FL. The location of the disaster and availability of these sites would determine which site(s)would be utilized. D&J Enterprises and Miomi Beach, FL debris removal representative would consult the city's Debris Management Plan.After evaluating the Debris Management Plan,location, availability,and site conditions a determination on which site(s)would be used. Submittal of Site Plan and Construction-of-DMS/TDSR Site-- —--- — After the assignment by the government agency of the DMS/TDSR Site,a physical review of the site will be made by the OM,and the company's Site Manager and Representatives of the Government Agency. Within 12 hours of the location and inspection of the site,a site plan will be submitted by D&J to Miami Beach,FL for approval.The Site-Plan shall be patterned after the model provided in this RFP and,at a minimum,will reflect:(1)Access to the site(ingress,egress) (2)Site preparation-clearing,erosion control and grading, (3)Traffic control procedures, (4)Safety,(5)Segregation of debris,(6) Location of ash disposal area,hazardous material. Inspection Tower-D&J Enterprises employs a team of in-house carpenters who have constructed several inspection towers to USACE specifications in the past. D&J will have all necessary tools and supplies shipped from its home office in the first deployment of equipment shipped in the Level II phase of"Pre- Event Preparedness"stage referred to above. This is done as a safeguard measure in the event that supplies and materials may not be readily available in the area following a disaster event. The location of the tower reflected on the Site Plan will be positioned far enough back into the site so that trucks are in the site while waiting for inspection and off the main street. This tower shall be constructed to the specifications set forth by the Army Corps of Engineers- "The tower shall be constructed of pressure treated wood. The floor elevation of the tower shall be 10 foot above the existing ground elevation. The floor area shall be 8' by 12', 3/ constructed of 2"x10"joists, 16"O.C.with "plywood supported by four 6" x 6" posts. A 4 foot high wall constructed of 2"x 4" studs and %inch plywood shall protect the perimeter of the floor area. The floor area shall be covered with a corrugated tin roof with 2' eaves all around, and shall be provided with a rain gutter to protect the access stairs from roof run- off. The roof joist shall not be spaced greater than 24" O.C. and shall provide a minimum of 116 0 r. pv.s D &J Enterprises - Project Approach 7 ft. of headroom below these roof support joists. Access stairs shall be a minimum of 36" wide, and shall be provided with 42" handrail with mid-rail on both sides of the stairs. Stair treads shall be provided with a non-slip surface for all weather access. Inspection towers shall include the construction of a work table,6' L x 30" W x 42" H with a 3/4"plywood top supported at all four corners. The inspection tower will be adequately anchored.The inspection tower shall be provided with a means to protect occupants against inclement weather. Establish a gated entrance for security to the perimeter of the site and a guard building to record visitors and authorized personnel visiting the site. If necessary,establish a"public" or separate dump area for debris hauled by others with separate traffic pattern and a distinguished and separated(by temporary fencing or other means) perimeter to avoid mixing the debris with the debris hauled by the contractor. Once the Site Plan and construction is approved,D&J Enterprises, Inc.will locate its office command center and, if needed, provide a field office command center for Miami Beach, FL on the TDSR Site.The company owns command centers and is inventoried will all needed onsite management, communications, record keeping and safety materials. This includes such items as truck tickets,safety. forms,identification signage,cellular phone,radio broadcast systems,desktop computer/fax and copying equipment,hard hats,steel toed boots,flags,safety vests and other miscellaneous items necessary to the immediate operations.This command center will be equipped with self-supporting generators and temporary sanitary facilities if not,or until,available on site. If locating the field offices on the TDSR Site is not an option, D&J Enterprises,Inc.will locate off-site by either leasing an existing facility or leasing land and bringing a self contained office trailer in to the site. An equipment staging area will be established at the same time on the Site in the Contractor's work area. All equipment is brought into the staging area as soon as it arrives so that it can be inspected and dispatched into the field immediately. Dispatch Equipment and Personnel to Affected Area to Complete Mobilization Project managers will review the equipment and personnel requirements and compare with equipment already on hand to determine the additional equipment and personnel to be mobilized. The Project managers will then review the Company available list,Level 1 subcontractor's immediately available list and equipment suppliers list.The project managers will notify the subcontractors selected for use on this task order. Communication will be given to the dispatcher in the home office of the need of any company owned equipment so that they may begin the process of permitting and shipping the necessary pieces. If additional equipment is needed, the Project Managers will communicate with the equipment manager who will contact the equipment suppliers on standby and order necessary equipment for completion of equipment requirements. 117 9 6 13°J A,�P�' D & J Enterprises — Project Approach The project managers will determine the necessary company employees to assign for the task order. They will then notify the Director of Disaster Operations who will deploy the necessary employees to the work site. 8.SECTORING AND PLANNING • Following the disaster event and upon notification of activation of our contract by Miami Beach, FL, D&J will deploy Key Management personnel(Director of Disaster Operation, Operations Manager, Load&Haul Project Manager,Temporary Debris Storage&Reduction Site Manager)to meet with the appointed Emergency Response Officials and representatives at the Emergency Operations Center to plan, coordinate and discuss the emergency road clearing priorities,locations and needs of the TDSR sites (licensing,environmental attribute/needs,permits;access,etc.)and coordination with the local debris removal operations representatives. As mentioned in more detail in the previous Section of this proposal,an inspection of proposed TDSR sites will be made by a representative of D&J along with the Miami Beach,FL representatives. An assessment will be made to determine what site preparation activities may be required and what licenses and permits may be necessary for the operation. D&J's personnel will assist in preparing documents for the necessary agencies,including a proposed site plan. Substantial site preparation may be required such as proper access points of entry,security devices,control gate,fenced storage compounds,adequate internal haul roads, proper erosion and sediment control fencing,and storm water retention features,to name a few. Subcontractor Plan During the performance of any contract,safety and contract responsibility are the utmost priorities to the principals and officers of D&J Enterprises,Inc. In the administration of any contract,it is the policy of management to see that its employees and subcontractors conduct themselves with integrity and courtesy in the performance of their duties.Courtesy to those who have been affected and damaged by the disaster,as well as courtesy to those employees of the government agency responsible for administrating the overall project,is expected of all Company employees and subcontractors. Adherence to Environmental Regulations, Laws and Policies are a top priority to the principals and officers of D&J Enterprises, Inc.and its management. Any violations of these policies are grounds for immediate termination and are not tolerated. Because safety of the public as well as that of the employees,subcontractors and associates of any project has always been a primary concern,D&J's officers and management are constantly making conscientious efforts to maintain a safe and healthy work environment. Following a disaster event, there is an urgency to remediate the damage and return to normalcy as quickly as possible. The principals and officers of D&J firmly believe that this can be achieved courteously and without sacrificing health, safety and contract integrity. 118 �'LTg�GJ FRP ` D & J Enterprises - Project Approach Sub-Contractor Use In addition to D&J's own company-owned equipment and manpower resources, the principals of D&J. Enterprises have developed a strong alliance with many smaller contractors over the past 30 years of performing Disaster Response/Debris Management projects throughout these Regions. These contractors have each worked for D&J and because of the company's reputation for accurate record keeping and prompt payment, many have a "first call"commitment to respond to D&1 projects. D&J' uses local subcontractors and local labor force.whenever possible. D&J has committed subcontractors throughout the State of Florida and South East. This allows D&J a greater advantage in being able to respond quickly,and also in its ability to organize a larger workforce by utilizing its own extensive equipment and manpower.These resources coupled with its relationship with over 2500 experienced debris removal and reduction subcontractors representing hundreds of pieces of loading and reduction equipment and over 1,000 haul trucks. Before any subcontractors are assigned to any project,a Subcontract Agreement and questionnaire is completed. Documents which are executed include;Signed Affidavit as to criminal and debarment history, Copy of current Liability Insurance Policy,copy of Current Workman's Compensation Insurance Policy and Executed/Signed IRS Form W-9 with proper name,address and FEIN No. D&J takes advantage of every opportunity to utilize local subcontractors. D&J has a 25% local vendor and 30% DBE goal for this mission. D&J ENTERPRISES, INC WILL HAVE COMPANY OWNED EQUIPMENT ON SITE AT ALL TIMES. Establish Field Office Communications Mobile telephones and company radios(with transmission tower)will be the main source of communication in the field office until local land line telephones can be installed. All D&J trucks are equipped with company radios. In addition,all D&J Managers,Supervisors and Foremen are equipped with mobile telephones(cell&satellite)for outside communication in order to coordinate the mobilization and dispatching of equipment as well as being available to the owner's or owner's agents. All company administrative personnel,including the Operations Manager, have electronic linkage capability for cellular telephones,satellite communications, internet access and fax access. Records and communications are made using a network of personal desktop and laptop computers. As quickly as equipment is available (local services may be out for a time following a disaster)all field telephones(land lines and cellular) are given local numbers to facilitate communication with the Government Agencies, local suppliers and members of the public. 119 o .4.• v. 9r,z -1.2. k it PR` D &J Enterprises - Project Approach. As soon as the field office is established, office personnel will be available for communications at all times during hours of operation inspection of Equipment before Beginning Task Order All equipment previously dispatched and on hand for debris loading and hauling,will be brought into the staging area for safety inspection,identification, measuring and numbering before being deployed to any work area. Each piece of equipment will be inspected and a written inspection report prepared denoting results of the inspection. In addition to the safety inspection checklist for trucks&all vehicles(trucks and trailers)will be inspected for current license,tags, registration,and insurance. The inspection report will denote the truck owner and the truck driver.A copy of the operators drivers license will be copied and on file. A determination of driver,qualification will be made(i.e.,requirement of Class A License). Trucks to be used in hauling debris will be inspected for proper tailgates and proper sideboards or other extensions as well as the previous check list. • Before a truck will be assigned a.number,the inspection report and driver information will be made available for review.by the Government's representative and the Government's representative will physical inspect and approve the tailgate and any sideboards or other extensions and measure the truck for capacity. Personnel Safety Orientation All company employees will receive a copy of the company's Health and Safety Manual at time of employment. As part of the company's Safety and Occupational Health Plan and in compliance with the Accident Prevention Plan,a safety meeting will be held before any personnel are assigned to a task order. The Company Safety Officer will conduct the meeting in the presence of a representative of the Government Agency.The topics of this meeting are the same topics covered in the pre-event training. Specific hazards and procedures that are unique to the debris removal job will be discussed. All personal protective equipment required for the assigned task will be checked before personnel are dispatched to the assigned task. A Personal Emergency Contact List,Certified 15`Aid/CPR Trained Personnel List,and Map of Key Facilities for emergency conditions will be passed out to all Company and Miami Beach, FL field personnel. • • 120 11 & VI 3 r: `itPIO D &j Enterprises - Project Approach .. ... ....... - . Dispatch of Equipment and Personnel Following the equipment inspections and safety orientation,Truck Measurement and Numbering, equipment and personnel will be dispatched to the work areas prescribed as a result of meetings between the project managers and the government Agency's representatives. Temporary Housing for D&J Personnel Immediately after award of the task order,the Senior Administrative Field Officer will begin making personnel housing arrangements in the locality for Company personnel. If leasing and motel facilities are not available,the company will transport its own self-contained housing units with generators and provide portable sanitary facilities. 8. DEBRIS REMOVAL OPERATIONS - Debris Management Operations After Mobilization for Debris Located on Rights-Of-Way During the daily collection,movement,and disposition of debris,the D&J Operations Manager remains in constant contact with all Foremen and Supervisors via 2-way radio to ensure that proper accounting and operational management of debris collection complies with D&J operational procedures. Mid-day conferences,either in person or by radio, ensure that right-of-way,public/private,and local issues are addressed in real time effort. .D&J's Manager and Principals are mindful of other disaster operations taking place in the affected areas during the debris removal process and cautious not to interfere with the efforts of others during the performance of the contract. PHASE I-EMERGENCY CLEARANCE OF ROADWAYS(CUT AND TOSS) Although not always required following disasters,governments may requireassistance with the emergency opening of roadways to facilitate the entry of police,fire,and Emergency Management Services(EMS). • During these operations materials are not normally removed to final disposal sites but simply cut and, piled on the public rights-of-way(ROW)as expeditiously as possible to gain entry into the devastated areas. Initial evaluation of damages will be reported and forwarded to the EOC from debris assessment teams. The EOC will then assistin communicating specifics to the Debris Clearance Teams. Immediately following a storm or when winds die down to safe levels, Debris Assessment and Debris Clearance Teams will be dispatched from the EOC. Debris Assessment Teams will be the first responders from Damage Assessment. The Debris Assessment Teams primary goal is to communicate impact assessments for all primary routes,critical facilities,and the debris clearance requirements and initial estimates of debris quantities to the Emergency Coordinator.The,Emergency Coordinator then logs all communications and identifies the debris locations on the primary routes and critical facilities map at 121 137aa d%RPRti D & J Enterprises —. Project Approach the EOC. These impact assessments will be used to prioritize impacted areas and resource needs for Debris Clearance Teams. The EOC will then assist in communicating specifics to the Debris Clearance Teams.Based on information provided by the Debris Assessment Teams, the Emergency Coordinator will set priorities and will issue urgent assignments to clear debris from at least one lane on all evacuation routes and identified primary and secondary roads to expedite the movement of emergency service vehicles such as fire,police,and medical responders. The Emergency Coordinator will establish initial priorities for debris clearance based upon the following ranking as provided by the Debris Assessment Teams: 1. Extrication of people. 2. Egress for fire,police,and Emergency Operations Center personnel. 3.Ingress tocritical facilities 4.Primary routes. 5. Major flood drainage ways. 6.Supply distribution points and mutual aid assembly areas. 7.Government facilities. 8. Public Safety communications towers. 9.Secondary routes. 10.Access for utility restoration. 11. Neighborhood streets. 12. Private property adversely affecting public welfare. During the"emergency road clearance"portion of the disaster,billing is by the hour for the personnel and equipment utilized. This is a FEMA recognized practice for a period not normally to exceed the first 70 hours of the event.Since our approach and methodology prepares our team to be complete in 70 hours we would be able to successfully complete the city's progress pattern of 36 hours-25%,72 hours- 50%, 96 hours-75%,and 120 hours- 100%. When these services are required, D&J maintains complete records of all equipment and personnel on Daily Timesheet Reports. These timesheets are provided to Miami Beach, FL inspectors daily for verification and signatures. Copies will be maintained by D&J and provided,complete with verification signatures,to Representatives of the Government Agency for billing and follow-up reimbursement. 122 (45 I lm0:1 �nRPRti D & J Enterprises - Project Approach PHASE II-REMOVAL OF DEBRIS FROM PUBLIC RIGHT OF WAY Upon receipt of a task order and at the direction of the Government Agency,The Operations Manager will direct the Load and Haul Supervisor to dispatch the previously selected loading and hauling equipment to locations designated by the Governments'representatives. One foreman will oversee the loading and hauling operations for each crew. The foreman is responsible for conducting toolbox safety meetings,and a general briefing of operations including truck routes,local ordinances and other pertinent information. The foreman is equipped with fire extinguisher, pick-up truck with mobile radio and cellular telephone,first aid safety kit and list of emergency telephone numbers and map to emergency medical facilities. The foreman is responsible for preparing a daily report of activities. The typical load and haul crew will be as follows: • 5 Dump trucks 16-20 cy capacity • 1 Front End Loaders • 1 Foreman/Quality Control • 3 Laborers/Flagmen Before equipment is dispatched to the loading sites,all necessary safety inspections,measurement and hauling procedures at the staging area as outlined above. All loading and hauling crews will receive a copy of the scope of work, accident prevention plan,safety indoctrination,and assigned a crew foreman. All crews and foremen will be instructed by the load and haul supervisor that they are to work in areas designated by Miami Beach, FL and are not to relocate or move from one area to another without prior approval of Miami Beach, FL. No employees or subcontractors of D&J Enterprises, Inc.will be allowed to work for private or other public entities while employed or contracted under this project. LOADING OPERATIONS i. All loaders are inspected prior to operations at the staging area for safety and compliance before being dispatched to the loading location. ii. All loader operators have received safety briefings before beginning loading operations. iii. Flagmen will be located ahead of loading operations to direct and control traffic entering into the area. iv. All flagmen will be properly attired and wearing safety equipment including hard hats,safety shoes,reflective vests and carrying traffic directing flags. v. All flagmen are under the supervision of the crew foreman. vi. Operators are cautioned to be observant and conscious of their surroundings at all times, in particular being aware of hanging and downed power lines and structures hidden by debris, such as fire hydrants,water mains,fences,etc. 123 Q R J $ W ti gCV Ftt' D & j Enterprises — Project Approach vii. Operators are cautioned not to overload trucks with debris in such a manner that the transporting of the debris could cause the excess debris to become dislodged and fall into traffic • areas. viii. Operators are cautioned to stay on the rights of way and not to enter private property during the loading process. ix. Operators will be equipped with mobile radios and are under the supervision of the crew foreman. x. Operators are instructed to keep the debris loads segregated between(a)burnable(vegetative), (b)non-burnable (C&D), (c)mixed piles where C&D,non-burnable,and vegetative are co- mingled and cannot efficiently be separated at the curbside,(d)other(such as household hazardous waste[HHW)) xi. Household hazardous waste (HHW)crew,trained in EPA requirements for handling of HHW,will load HHW materials,(household cleansers,butane,poisons, etc.)at the curbside by hand in a specially equipped compartmental truck. HHW will be delivered to the collection point designated by Miami Beach, FL. xii. All loading and hauling crews are under the direction of a D&1 supervisor.Daily reports are maintained by the crew foreman and all equipment down time for repairs are noted on the daily reports. Hours of each piece of equipment and each employee,are recorded and reconciled with Miami Beach,FL representatives daily. xiii. In the event of notice of a violation as a result of the actions of any employee or subcontractor, the'Operations Manager will take immediate corrective action and follow up on the _ enforcement of such action and so notate in his daily log record. xiv. All crews are instructed to clean as they go.Every attempt shall be made to collect as much debris as they can and minimize any missed debris.This means rakes or leaf blowers will be utilized to collect material. HAULING/TRANSPORTING.OPERATIONS i. All trucks are inspected prior to operations at the staging area for measurement, numbering, safety and compliance before being dispatched to the loading location. ii. All truck operators will be instructed to observe traffic regulations and follow the instructions of the flag persons. iii. All truck operators are cautioned to wear safety equipment,including hard hats and steel toed shoes. iv. Truck operators are prohibited to leave with"overhanging"loads. Loads will either be trimmed or reloaded before being allowed to leave the loading area. v. It is the truck operator's responsibility to check and determine that his load is safe before leaving the loading site. vi. Truck operators will be equipped with mobile radios and are under the supervision of the crew foreman. vii. Truck operators will be issued a"load ticket"at the loading site and will deliver the ticket to the inspector at the dump site. viii. All loading and hauling crews are under the direction of a D&1 supervisor. Daily reports are maintained by the crew foreman and all equipment down time for repairs are noted on the daily 124 I 1 l I o � 9ra, Z�ERPR' D &J Enterprises - Project Approach reports. Hours of each piece of equipment and each employee,are recorded and reconciled with the Miami Beach, FL representative daily. DUMPING/OFF-LOADING OPERATIONS i. Dumping operations will be conducted at either Temporary Debris Staging Reduction(TDSR)Site or at a landfill/disposal site designated by Miami Beach,FL. ii. All traffic regulations and speed limits will be observed at the dump site. iii. Truck operators will report to the inspection tower and deliver their"load ticket"to the tower monitor for inspection and approval before proceeding to dump his/her debris. iv. Each truck operator will be directed as to where to dump each load at the dump site location by the designated dumpsite operator. v. Each truck operator will inspect his truck and tailgate after the dumping prpcess is completed to assure that it is secure before leaving the dump area. vi. Truck operators will follow the designed traffic flow when leaving the dump and return to the designated loading area. Multiple Passes D&J Enterprises will make multiple passes by each property. For this to be productive,D&J will assist the client with making announcements of then specific passes will be made.Typically after the initial pass their will be a secondary.pass made by the same property that will happen until at least 2 weeks following the initial pass.This two week period allows property owners to finish gathering any other storm related debris for removal. Depending on the size of the event there might be a need for a third pass, however,the need for this would be a larger event and agreed upon by D&J and the client.D&J will assist all clients and make as many passes as needed and directed. TDSR/DMS SITE MANAGEMENT Before material is brought into the'TDSR site,all preparations outlined will be substantially completed. The TDSR Site will have staging areas for each category of debris brought into the site. All debris will pass by the inspection tower after entering the site and all loads will be inspected and tickets marked as to the type of debris contained in each load. SEGREGATION OF DEBRIS Although every effort will be made to segregate debris on the right-of-way before loading,debris may be mixed and some loads are so co-mingled that they are classified as mixed debris loads. These loads will be directed to the area defined on the site plan as the "mixed debris" pile. This material will be sorted and separated by machines with grapples and"thumbs"and by hand labor and placed appropriately into the C&D,Vegetative,HHW,White Goods,and Metals piles. 125 h ZT�1tPR`0 D & J Enterprises - Project Approach "C&D Debris is non-burnable, non-recyclable debris that will eventually be delivered to a landfill. Samples of this type of debris include mattresses,clothing, household garbage,concrete,asphalt, metals, plastics, manufactured furniture, building components,etc. Some C&D,if well separated,can be reduced by grinding before landfill, reducing the cost of hauling,tipping fees(if charged by volume)and loss of landfill space. Additionally,segregated metals and other recyclables may have value if well separated and cleaned. Vegetative Debris is burnable debris and can be reduced by either incineration or by chipping/grinding. If reduced by incineration, the estimated reduction rate is 95%,with only the remaining ash residue requiring disposal. If reduced by chipping/grinding,the reduction rate is estimated at approximately 60%-75%,however,the by-product,mulch,can be recycled. The vegetative debris may become mixed with earth materials such as dirt,gravel,rock,or sand during the disaster. Root rakes are employed to shake and separate the brush and vegetative debris before it is reduced. Sometimes shaker screens or trammels are necessary to separate the earthen debris before reducing. Household Hazardous Waste (HHW)is debris such as household chemicals, pesticides, unidentified liquids,paint, batteries,etc. As mentioned earlier,the primary goal is to separate this material on the curbside and pick it up separately by a designated HHW crew: These items should be separated at curbside and delivered to the collection points designated by Miami Beach, FL. However,in the event that HHW inadvertently becomes co-mingled with other debris and enters the site,when discovered it is separated from the other debris and placed into a Hazardous Containment area on the site for further disposal by those licensed to handle and dispose of this type of debris. White`Goods refers to items such as refrigerators,air conditioners,freezers,etc.which may contain chemicals or fluids such as Freon or oil,which must be remediated by someone with the appropriate license and certifications to do so. These items should be separated at curbside and delivered to the collection points designated by Miami Beach, FL. If however,they are brought to the site for temporary storage,they will be contained in a separate staging area so that they may be inspected and properly cleaned of all chemicals or fluids. Metals will be separated at the curbside and delivered to a separate staging area at the Temporary Debris Staging and Dump Site unless directed otherwise by Miami Beach, FL. These items may be recycled. During the operation of a Debris Storage and Reduction Site,special attention is afforded to the following areas: 1) Site Safety- The Operations Manager and the Site Project Manager will conduct a Pre- Operations Site Safety meeting prior to the beginning of operations of the debris reduction site. Items to be included in the safety meeting will be: • An overall review of the Site Plan and directions as to the location of all temporary structures,the planned traffic flow, location of first aid stations,eye wash stations, fire extinguishers and location of sign with postings of emergency numbers. 126 9 0 s K 113"a D & J Enterprises - Project Approach • The first Weekly Safety Meeting will be held and all information as outlined in the company Safety and Occupational Health Plan will be covered. • The Activity Hazard Analysis for each section of operations activity will be reviewed and discussed. • A communication path between the site management and site personnel will be established in the event of an emergency so that an orderly and efficient means is established to mitigate the event. 2) Dust Control—D&J Enterprises,Inc.provides water trucks which provide regular routine trips throughout the site during the operations keeping dry roads dampened for the purpose of minimizing the dust count. Water trucks are also used to dampen ash residue when removed from burn pit to ash pit. Attention is given to normal wind direction when layout of the site is prepared. 3) Hazardous Materials Containment Area—The Site Manager will regularly inspect the Hazardous Materials Containment area for any cuts,tears or leaks in the protective membrane that lines the containment area. The Manager will also inspect the berm surrounding the area to assure proper site runoff is still intact. 4) Roadways—Traffic will be designed as to allow the flow of incoming and outgoing debris trucks so as to avoid congestion. Safety and directional signs will be posted throughout the site along with flagmen to assist and control traffic flow as well as for safety reasons. Road surfaces will be rock laid for easier maintenance and to protect from erosion. Private non-operation-related traffic will be prohibited from the site. • 5) Communication-Operators and flagmen will be equipped with two-way radios on the same frequency as the office base radio unit so that communications will be readily accessible throughout the site. DEBRIS REDUCTION Reduction of debris is normally applied to the vegetative debris such as brush and trees debris which is also referred to as"burnable debris". However,the reduction process can also be applied to some items • which are considered non-burnable or construction and demolition debris. This would include such items as household furniture,construction materials such as roofing,treated timber. This process is applied for the purpose of reducing the volume of the material that is being land filled. The economic evaluation of weighing the reduction cost against the unreduced landfill cost will be a factor in determining the feasibility of this approach. The most common methods of reduction are burning,chipping and grinding, and recycling. Recycling has been covered in the previous section of debris segregation: The following is a discussion of the burning and chipping and grinding methods. 127 o 113. D & j Enterprises — Project Approach INCINERATION There are two general classifications of the burning method,open burn and air curtain incineration. Open Burning-Open burning,although very cost effective,may not be suitable for urban areas. The feasibility of this method is very dependent on location and the cleanliness of the debris. Many areas and locations will not permit open burn particularly in urban environments where heavy smoke can create health and property damage concerns. However,in rural locations,if the debris is clean, there is very little environmental impact and the resulting ash can remain on the site,or be used as a soil additive. Bulldozers and loaders are the primary equipment required to operate an open burn process. Air Curtain Incineration—Air curtain incineration is also a very cost effective method of reducing clean, vegetative debris but with less environmental impact than the open burning method. Air curtain incineration,incorporates the use of a "burn pit"aided by a forced air blower. The pit can be constructed below or above grade (depending on water table)and includes a mechanical blower to create constant optimal burn rates and an"air curtain"effect. The air curtain incineration system is a combination of the blower and pit,engineered as a unit to achieve the effect of holding the smoke while feeding air to the fire pit. Since site locations contain differing conditions,such as soil composition, water table levels, etc.there are no air curtain incineration systems standards in the industry.in the construction and operation of an efficient air curtain incineration system,special consideration must be. given to the following factors: a) A set back of at least 100 feet between debris piles and the burn area with a minimum setback from buildings and structure of at least 1,000 feet. b) Construction of non-combustible"warning"stop blocks(at least 1 foot in height)for equipment located at the burn pit c) Use limestone(or equal material)for the construction of the "pit with reinforced earth anchors,or wire mesh to support the loader ramps. d) Use clay or limestone to create an impervious layer on the bottom of the pit to prevent leaching of the ash from the aquifer. This layer shall be at least 1 foot deep and will be regularly inspected and maintained at that depth in the event scraper activity removes part of the layer during operations. e) Seal the pit ends at least four feet high. f) Pit construction(in accordance with this solicitation)shall be 8-9 feet wide and 14 feet deep. g) A 12" dirt seal will be placed on the lip of the burn pit area to seal the lower nozzle. h) The blower will be configured to direct the airflow so as to strike the wall of the pit 2 feet below the edge. Operators will be instructed that the debris should not break the path of the air flow except during dumping. i) Equipment used will be tested and adjusted to assure that a minimum nozzle velocity of 8,800 ft/min(100 mph)and a volume of 900 cf/min/linear feet is'produced during burn operations. j) The length of the pit shall be no longer than the length of the blower nozzle. k) The operators shall be instructed to load the pit uniformly along its length. I) Operators will also be instructed to extinguish the fire at least 2 hours before removing the ash. 128 ti gy :Itp D & J Enterprises - Project Approach m) Water trucks will be used to dampen ash residue as well as areas surrounding the burn site. CHIPPING/GRINDING Reduction of debris by chipping and/or grinding is an opportunity to recycle the vegetative debris back to'an economically beneficial use. However,the overall economic impact of chipping/grinding compared to burning will have to be reviewed before a determination can be made. Grinding/chipping is the reduction of woody,vegetative debris by cutting and pounding the debris to reduce the woody materials into small pieces or"chips". This method normally produces a reduction of approximately 4 to 1, whereas burning reduces the debris by approximately 95%. However,wood chips have the possibility to be recycled and used as mulch,fuel,ground cover and animal bedding to name a few. The availability to recycle the chips would be a significant factor in determining the economic value of chipping/grinding. In the construction and operation of a chipping/grinding reduction operation,special consideration is given to the following factors: a) Grinding machines must have a clearance of 300 feet. Warning signs must be stationed around the perimeter of the grinding equipment,warning of possible flying objects from the grinders. b) The grinding machines must havescreens which produce chips not exceeding 4 inches in length and Y2 inch in diameter. c) Debris must be sorted and clean of other contaminants such as metals. d) Operators must wear hard hats even in closed cab machines while operating. e) Root rake loaders are used to avoid contaminating the debris entering the grinder with dirt or sand. f) Ground debris or mulch,is monitored daily for heat and internal combustion and is recommended not to remain piled on site for long periods(2-3 months). DISPOSAL Disposal sites for the debris will be determined before operations begin. As stated in this solicitation, woody debris will be hauled to a reduction site and Construction/Demolition debris will be hauled to an approved dumpsite. This submittal encompasses the possibility that a permanent or final debris disposal or recycling/reuse facility may not be immediately available in the beginning of operations,and we have therefore included the general operations of a Temporary Debris Storage and Reduction(TDSR) site in this proposal. Disposal of debris is the operation of placing debris in its final resting place such as a licensed, permitted permanent landfill. This operation includes the use of hauling equipment. In the Hauling and Dumping operations,special consideration is given to the following: a) All loading and hauling crews are under the direction of a D&1 supervisor. Daily reports are maintained by the crew foreman and all equipment down time for repairs are noted on the daily 129 a' 11 la'0" EkPRt D &J Enterprises - Project Approach reports. Hours of each piece of equipment and each employee,are recorded and reconciled with Miami Beach,FL representative daily. b) Qualification of all operators/drivers is reviewed and determined before being allowed to haul materials. c) All insurance documents and copies of driver's licenses are on file in the field office before beginning operations. d) A safety orientation meeting is held by the.Load and Haul Project Manager before operations begin. e) Equipment is inspected and a record of the inspection is retained on file in the field office before operations begin. f) Operators/drivers are versed on the dump site procedures before leaving the loading site. g) All truck operators will be instructed to observe traffic regulations and follow the instructions of the flag persons. h) All operators will report to the weigh station/inspection tower and deliver their"load ticket"to the dumpsite operator(or government inspector)for inspection and approval before proceeding todump his/her debris. i) Each truck operator will be directed as to where to dump each load at the dump site location by the designated dumpsite operator. j) Each truck operator will inspect his truck and tailgate after the dumping process is completed to assure that it is secure before leaving the dump area. k) Truck operators will follow the designed traffic flow when leaving the dump and return to the. designated loading area DAMAGES All pick-up and hauling operations will be under the supervision of a D&1 employee serving as the Pick- up and Hauling Project Manager. D&J, its employees and representatives will be responsible for all damages and personal injuries caused by it or any of its agents,associates,employees,etc.to any persons or personal property which occur as a result of,or incidental to, its performance of the contract. During the performance of the operation,D&J supervisory personnel will inspect the areas in which D&J and its agents are working. Any damages and/or personal injuries will be recorded in the supervisor's daily report and a separate log for such occurrences. If the darnages are mingr and can be settled immediately,the D&J employee/agent is authorized to negotiate and settle at the site. The D&J employee/agent will have a prepared release form for the injured party to execute. A separate file- containing all executed releases will be maintained in the field office of D&J for inspection and review by the government representative at all times. In the event an agreement on a claim for damages cannot be resolved by the supervisor/project manager, the company will provide the claimant the name of the company's liability carrier and will file a report with the carrier's adjuster to assist in the settlement of the claim. A copy of any unresolved claims that are being handled between the claimant and the company's insurance company representatives will be provided to the government representative. 130 '1, b J tRpit` D & J Enterprises - Project Approach As on all projects, D&J,Inc.will establish a field office with local address and telephone so that the general public may contact the company at any time with any complaints,request for employment or comments. In addition a sign will be erected at the entrance to the company field office which will reflect the company's name, address and telephone number. A"hot line"telephone number will be established and manned by D&J personnel to record any complaints or comments from the public. A daily log of all calls received will be kept by the person receiving the calls. All complaints are logged daily and a copy of these complaints will be provided to the Government Agency Daily. A separate record of each individual complaint will be maintained on file which will contain at a minimum,the following information; i) Date of complaint, ii) Name, address,and telephone number of Complainant, iii) Nature of Complaint, iv) Date of occurrence of Complaint, v)Action Taken, • vi) Current Status(resolved, unresolved and if so,what action is currently being taken, responses to complaint), vi) Person/subcontractor responsible for damage, vii) D&J person in charge of resolving complaint viii) D&1 person in charge of resolving complaint, ix)Copy of Complainant's Release Form if resolved. Daily Meetings and Communication Procedure As stated in the previous Section,mid-day conferences,either in person or by radio,ensure that right-of-way, public/private,and local issues are addressed in real time effort. D&J's Operations Managers and Principals are mindful of other disaster operations taking place in the affected areas during the debris removal process and cautious not to interfere with the efforts of others during the performance of the contract,and to assist in resolving any issues immediately. The following is an outline of the company's daily procedures with regard to keeping an informed dialogue between the company and the Government Agency. o Each debris removal project is assigned a Load and Haul Project Manager. Before the beginning of each Project or Task Order,the Load and Haul Project Manager and the Project 131 FKp�` D &J Enterprises - Project Approach SILACCICONINAMMINIESIMUSIZIMMIMittit /21.2101,W Operations Manager will meet with the Government's Representative to define the scope of work,work area,and any Government priority as to areas included in the Task Order. o After the total area of work to be performed under the Task Order has been defined,a map of the area is prepared dividing the total area into sections. These sections are then given a territorial reference(for example Section 1,Section 2,etc,). o Two identical copies of this map of the total area divided into sections are prepared,one for the Contractor and one for the Government. The contractor's copy is kept in the field office headquartersof the contractor. o Each evening a meeting is held between the Government Representative and the Load and Haul Project Manager to review the areas which have not been worked., o The Loading and Hauling Project Manager shall confer with the Government's Representative and shall provide a work schedule plan daily reflecting the assigned location of all loading crews daily. o A daily work schedule assigning crews to specific Sections previously approved by the Government's Representative is prepared by the Load and Haul Project Manager and distributed to the foremen of each crew. o Loading and Hauling crews shall not be re-assigned to another location until the area worked has been inspected by the Load and Haul Project Manger and the Government's Representative and they have determined that the work performed has met the scope of work requirements in the Task Order. o Each evening following the work day,the crew foremen will meet with the Load and Haul. Project Manager and will report on the amount of progress in the Sections assigned them. o The Load and Haul Project Manager,along with the Government Representative will tour each Section daily to confirm progress. o When a section has been completed to the satisfaction of the Contractor and the Government Representative,the Load and Haul Project Manager will indicate the completed section on the map by color coding the completed section. This map will provide a visual displayof work completed and work remaining daily. Crew Deployment and Calculation The number of crews to be assigned will be determined by the following factors;a)total area to be cleaned of debris, b)distance to dump site,c)total estimated quantity of debris to be removed,d)time allowed for performance. Using the line items for debris removal in this RFP,as a sample,the following approach would be used as a guide to estimating crew requirements to be mobilized. C&D Crew Configuration The typical load and haul crew will be as follows: • 5 Dump trucks 20-50 cy capacity • 1 Front End Loaders w/4 and 1 grapple or other similar loading equipment 132 � J • D & J Enterprises - Project Approach • 1 Foreman/Quality Control • 3 Laborers/Flagmen Assumptions: o Average haul distance equal to or less than 12 miles to TDSR site o Average turn around (load at load site,deliver to dump site,dump and return)time,(3/4 hour) o Work day time, 10 hrs(12 hrs daylight less time away for fuel,repairs,lunch,etc.) o Total estimated number of round trips per crew per day=20 o Total estimated average capacity per crew=700©day o Therefore: o Total estimated quantity of Debris/Total number of days allowed to complete=Total amount of debris to be removed per day o Total amount of debris to be removed per day/total estimated daily capacity per crew=Total number of crews required Vegetative Crew Configuration • 5 Self-Loading Dump Truck(or equivalent)w/operator,40-60 CY capacity • 1 Bucket Truck w/operator • 2 Chainsaw Operators • 2 Flagmen/laborers • 1 Mobile Crane w/operator(if required) Assumptions: o Average haul distance equal to or less than 12 miles to TDSR site o Average turn around(load at load site,deliver to dump site,dump and return)time, (3/4 hour) o Work day time, 10 hrs(12 hrs daylight less time away for fuel,repairs, lunch,etc.) o Total estimated number of round trips per crew per day=20. o Total estimated average capacity per crew= 1000@ day o Therefore: • Total estimated quantity of Debris/Total number of days allowed to complete=Total amount of debris to be removed per day • Total amount of debris to be removed per day/total estimated daily capacity per crew =Total number of crews required 133 �A¢RPR`g 9r D &j Enterprises — Project Approach. Note: The crew configuration for vegetative may involve additional Bucket Trucks and Cranes depending on type and location of tree damage. If an excessive amount of trees have fallen on structures and/or if there is excessive power line damages,then additional tree removal equipment may be required. However, these additional crews can be added as needed in order to keep up with the debris removal schedule. Tree crews would precede the Loading and Hauling crews. In addition to the C&D and Vegetative crews,there may be requirements for Stump Removal crews as well as MSW crews. In cases where a tree has fallen and approximately one-half of the root ball is exposed, it is considered,a hazard. After inspection by the Government's Representative and at their direction,all hazardous stumps shall be removed and transported to the TDSRS and the stump hole shall be back-filled with compatible material so as to remediate the hazard of the empty hole. Please note that these crew configurations shown here are used as a starting point in the mobilization and planning process. Crew configurations could change as the circumstances of the work areas may dictate to gain the most efficiency in the removal process. 10.TERMINATION OF DEBRIS REMOVAL OPERATIONS Beforeterminating debris removal operations,D&J,the client,and the monitoring firm will assess the area.All parties will make sure that all storm debris has been collected.Once an agreement is made between D&J,the client,and monitoring firm that the storm debris has been collected,D&J will terminate debris removal operations. TDSR SITE REMEDIATION AND RESTORATION: In the event of a natural disaster,a Temporary-Debris Storage and Reduction Site(TDSRS)also referred to as Debris Management Sites(DMS)may be used to process debris before its final disposal. This site is usually selected by the government of which we are employed. Substantial site preparation may be required such as proper access points of entry,security devices,control gate,fenced storage compounds,adequate internal haul roads,proper erosion and sediment control fencing, and storm water retention features,to name a few. If a TDSRS is required,the company will,upon entering each site for the first time, photo-document the existing site conditions using both a video camera and still photographs. At the cessation of TDSRS operations,all sites will be restored to the satisfaction of the Government/Owner with the intent of maintaining the utility of each site; leaving it unencumbered for future use and to safeguard the environment. Disposal of all debris and reduction or recycling by- products will be performed by D&J Enterprises,Inc. unless otherwise instructed. Accumulations of the processed debris will be completely removed to re-establish original grades within each site. 134 • 9 e J D & J Enterprises - Project Approach All pre-existing grades including roads, ditches, etc.will be restored to the satisfaction of the customer prior to final closure of each site. Areas where soils were excavated (e.g.,ditches and retention ponds) or stockpiled(e.g., berms)will also be restored to pre-existing grade prior to vacating each site. Pre- construction drainage patterns will also be restored,as well as all improvements(e.g.,trailers,wells, fencing, construction entrances and built up aggregate haul roads)will be removed from each TDSRS unless otherwise instructed by the government. 11.TICKET RECONCILIATION D&J Enterprises will track all tickets and work performed.This is essential in record keeping for reimbursement,and being able to provide accurate data.Ticket reconciliation will help D&J determine what areas have the most damage,crew efficiency,and what areas might need more assistance.Ticket reconciliation will be done on a daily basis in order to give clients an update report on the progress being made. 12. INVOICING Clientswill be invoiced monthly during the contract.D&J will provide accurate invoices that cover all work performed and itemize list detailing charges.Once loading and hauling operations have ceased and all TDSRS sites have been returned to satisfactory state, D&J will send a final invoice.The final invoice will have been reconciled and be accurate. 13. FEMA REIMBURSEMENT FEMA&FHWA ER Program Knowledge D&J Enterprises has a vast knowledge of FEMA& FHWA recovery policies. Having been in the disaster recovery business for over 52 years, D&J has the experience and operational policies in place that mimic the recovery policies of FEMA&FHWA. D&J understands the importance of working within these policies and procedures to ensure compliance,employee safety,community safety,and that the City receives as much reimbursement that is available. Even after the event is concluded and physical work has been completed,D&J will continue to serve the City and assist every way possible with guidance and documentation for the City. Documentation must be performed for the entire project. Pre-Event Compliance Following FEMA& FHWA policies and procedures begin prior to any event.In order to be compliant and maximize reimbursements there are many things the city can do before the event comes.Items that can assist in reimbursement and a fast progression of a project include items such as a Debris Management 135 17 6' ✓ VI W D & j Enterprises - Project Approach Plan and Pre-position contracts.A Debris Management Plan will lay out the Temporary Debris Storage& Reduction Sites(TDSRS) sites, have agreements with final disposal sites,art overview of the city with possible "high hazard" areas,and probable conditions. Pre-position bids arenot only a way to ensure a quick and promised response from a contractor. Pre-position bids show that the City has received a complete company profile including.competitive pricing and selected the best contractor for the City. This provides FEMA and/or FHWA with documentation of the City's compliance with policies. FEMA Procedures In order to have a full knowledge of FEMA& FHWA policies and procedures City's and D&J must know how the sequence of declarations and contracts will happen. The first declaration must come from the President.This declaration will come after any natural disaster that the President and his advisors have assessed the damage and decided that the devastation is more than any one local government can fully fund themselves.This declaration will be state specific.At this time the Governor of that State will request federal assistance for the recovery efforts.The state then becomes an "applicant." Following the lead of the federal and state government the local jurisdictions such as cities and counties can seek federal assistance.The local entity then becomes a "sub-applicant. Notice To Proceed Once an event has happened contractors are issued a Notice to Proceed.A pre-position bid that states the expected timeline will ensure a rapid response from a contractor. Sectoring and Planning Following the disaster event and upon notification of activation D&J will deploy Key Management personnel to meet with the appointed Emergency Response Officials and representatives at the Emergency Operations Center to plan, coordinate and discuss the emergency road clearing priorities, locations and needs of the TDSR sites and coordination with the local debris removal operations representatives. Selecting a Debris Site Prior to work beginning,a final disposal or a TDSRS site will be selected.An assessment will be made to determine what site preparation activities may be required and what licenses and permits may be necessary for the operation. D&J's personnel will assist in preparing documents for the necessary agencies, including a proposed site plan. Substantial site preparation may be required. Performing Work Once beginning work it is vital to know what debris is eligible. Contractors and subcontractors must have a clear understanding of where andexactly what debris must be removed.The initial 70 hours,or"Push Time",must be performed strategically. During this time, the city has greatest chances to receive the 136 9 0 1. 9gW pt` D & J Enterprises — Project Approach most reimbursement. Following the"push",all other debris must be removed in a timely manner and documented to minimize costs. Segregation&Reduction All materials must be segregated and totaled while hauling and at the TDSRS, if applicable.Following segregation all materials must be reduced at TDSRS.The materials have to be reduced at a TDSRS before hauling to final disposal. Final Disposal Whether hauling directly from the right of way or a TDSRS it must be documented on where the debris is being hauled and why that site was selected. D&J Enterprises, Inc. is a committed, dependable, and stand-alone debris contractor. D&J is more than capable of handling any event and assisting their clients. This outline shows that D&J has a successful project approach and methodology. D&J's approach and methodology has been applied for over 52 r years and has never failed. With this approach and methodology, D&J has never failed to complete work, defaulted on a contract, and clients have always received maximum reimbursement. THE D&J WAY Prepared. Fast response. Management. Owned Equipment. Year-round staff. Excellent work. Safety. Maximum reimbursement. That is the D&J Way. 137 ..._ .„. „-- ..., '''''">.," "a''''-IV .ee, 4.14*.'.-.--4;7!::''''''ft, - '' . ke, ...-,1-eit,,i'..g,-.4.",,:";.;-kA,,,,....',..1 t tv. - - 4,444-4-ir•--:1 .......*„‘f.,,4.1,e= . ^,-;;;;.:,•^L'itbig":'!:;tr,,,:,,,,,'-.,:rf4I'Vg-', 1',,,, ''''-''0, - ,...4,,_. . ,..,;,,./V24`1.);,:".'.-%:','1".",--;;"4-1:':',v;".17,;,}k.A.-..0—',: • '';'-.1 -. ' iraitifi''''' , ,,Cd.);`,:e.,,,,,',:; :,_ , .- .--.. „li• *. - '-1 ) iy, ,. , 4 ,--ip ri .6 De..,,,,,,,,lm,,,,,, „,,,,...„,,„..i..„„4„ ,A...;,:,„,..y,,„,..,..1. .. r,?...,2 -4,,,,,, ,1/4. 4, •,air,'-..• "is,.4„4,) . `24'il,' ' ' A A../ ,..::.1.,..7.cr.,71. ::!')P<",'..;;T.4,-- 1. ' '. 1-Ei 10 .2,;,.0--.1„.tv.i.', ,Lk....i.r:: . .. •.4 : i. :Vi...,°.4.i. A...%.4 rel ' P..! 'I. `42:1;.• C‘t- 'X'Ert'll'PV.."4 # •, It ir .i.,', ,i'" - ' •' -- ..,.. :,. i-,r-'''''. ".1;.''''' .' ''''''''''.1 ' '‘' , .... '. "'n-- `.. ...:,-4- X 4,-si .,k V., • 11 4','-'1. .-- .4...; . . ., 1' i ,. k.-71 .. ,-? .,•.'5,,,;t;g:.,:q.4,,.,,,,,, v. •• , .c. ., ,7. -- -- - ,..--4w.,..,...,:-...• vc , - . ;',-. ,.„ -„,,,, '‘'';';' ... - ,16--;,5'.1-'r4 ',0,,,f- „...el i • -xok,n. C -,4-...-0•-4..x*.t.!.., )014 • -V.I. ..:4.,.....,.4 .-,-.;! ,...-..., z...,•:.,. '"? .,c.....fr iz...4;,-. AY .., --,,,,e ' ..-..,-;:-,-,..,. -•''' ',-.'''' - . '''''''''-'-'14 ‘---7,.t•,:.";,..,4,.?..,,i.,,,..,:.:,,„ .1-Ii S ,.. .0;;;;,',". ?"Arr‘"'Vt ''• . "-,..44"*".- 31'4 '4"-''' ,..: : +.i.'. ' .'' ',.. ... ,. ... . at.aft4MIS .4, I .-‘,..4:1t..-,•-f rt;,- AP '. ''''. ''' "".-ir ' ,.. ... • „t -r,--,q-X----. -4 - ,,r,..r., .1,,, _'.',,,,.. - .,'Ai 7.,,,..-.: - .,. .„...„. .-:• ,..,.: 1.4.3vs, ,- L,„ ,..,,.,. . . .. r 1.,.7V-.3411..*.../i.T7'4',..1';..j' 0.... i i', ' (40....:- - •r•--,.......': )h .f.Z4,7{.-, • ''''''. :C...a 4: ' • • , 4V.-' La,....,. L,t.T.,.-., • .. L. .....:, 1A , ,mwaLg. - , . „, 0 ;,-1..., -s. , ---,,,, Ri ,,,,,„ -..' ,':..-,2..!.1 Zi`..,-. ...-?.-.Z -,-..-.'`.•4 ..,-- . -ti .,..- f '‘#N„.7.1.-.- i, / --,.,,, r --0. '. .-2, •.. '. --- 1 .."...),,,I•AARK:,.-yp;litiolWAI:, - iri ii, 9'r., . , .ri, , ,P;,,,4.--, .- ...- -1 .„,- if,k4-4,4 I ‘.‘,1,-i.,:,•7„,,,:e„-,;---,...,-::.-,-,4,:-,,01,,,,, , ... ,, - --... ,, le. 4:`,.. ,„,., 1.,--, , ,,,,-,,,,T,,,.:,-,rr,„: ,-,..... ..,_-.Itt,,i., '' - j."..,..„.,--.1 ''..4.0., ,-,"-..,, 4 ,.1.:,-;•.: N • .:; t LtA.,.x.....„..-r h V1, - .”.r, ' :"Cl'4-:.,111 Ve 4:, ,..i ,V,X/rf.1 .",,,,,, „,-2, t.„1:#1,,I .,. &V•,#, ?,, ,...s,„ ,24, ii,:„. ,,,,,,,#:;.,,,... # 7,...,„„7„..,,,, 1 4-' •L ''' ''.fe' 4'7," r, '. '5":‘,'V•" • ,1• -,7,-,-,- ?..;',1•''. L Se- .4/ il-' t',.1-.V!:- t• F.A'A ,. 1 -ii..1' ,r11:?1V •-.'",, ,z'.;-•*-,.4?..-.--f., ) ::::.1.`,•'-`,. ;.-5,43.L';1%.. ?'-'1". ,:''' -.r,-it=1,. 1 'k? pr-4,-,-,--77,1&.".V.1-• ..4'.z."- I. '',.,k g,.-Atil. ;':VI `,-:-$1',. ....,',4 i '-'"t." ' '''' ' r-t:::k:''''''-"--'",'..,...' '''.:_.,,-`x'',.e.,t1 cal k4--1 • - 4t r, '1.1 ','*'-l'''-'''' ---I -4'- -Y,P1,,E. ' Xi '';''.±.-- 4,41 -,';':1-4 fiVr 4; '''''''-4 . ' , 4,t'',77‘,,M.4: :. --5::*-4,--'''' '''' - -1 •mg, 126-'-r:. ft, ".ft.i, , , tc,.- Ii • `,--`' . '''iv?4,.... p3., 1.41,-.0‘,1, _,.._ ,,,,,, I tac-sy.tlei..4, ar— ,f:rF,,,,,•,,,,,?, _,i,.:-; , t'S R-...:.'44,.`"".-`'0•t .icio Ili,„...„,,,„ -.=.--,irt,,e6.4. ,..k...:-..ji.„,,, i., 4,25., 1 ? r,..:i4;•:,-!';',..___,..,0W ir';'' , ,IP L 4 • ). ..-•‘.. . ...J..;•.:1.JF:i.,-..,....-..::,.. jr..-,-",1/.:, 1 ----t.....1 t-tz-;(2.4--,1 ' ti -. .61. „;A,ti , ,-iFe---,„*.,A-: - -„,a .,...tl. * ".,' -.4.• p ' -14.•d'' `V.---'''it, .,t4-. , , 1.49,,,...4, ,-; -.-, -,---a--- .. - .,...-.--.P -, t g. 4,-,..f...:41,s, -"` :,,•-.; , i, ''',,-!.T.zi,•;.=;:Ffi:e.'-,.'16.' 'sre ../f•*-11';:Ef. - • 1 .' -1.-$. &I• OV-,*—',•-. %."-fil v•-*''"1"' f•.i. ..1-*-'-'-'..?" '--e.-••-' ,2r,','-=-.7'•:7".17.;7Tiej ..4$ ..... p.;7,..... l ..47.i; .... .,,•,:/ ,:: ,. ... fol. !...enr...-"IN.,,,,.'it.k..) 4 ig.khz -,- , Wr, t.t.'''r, i 1,411 44,: re L ,;.' .,-/ f,:.1;14 ...-.1.i, !..A SO.:' '':`,1..;,;:';:r%:.-i.j' ?1:::0.-:: 4 .4 I . . ;,„," :. '7:` iitri!,..; ,.... C't'''..•:i'`L.:1;4'4-J1110 I I:t', ".. 'C. At‘i ;1'.'''‘.• ::7',41'• ,',-' `e '-',,, ,0;2!,,;',` ' '$•A Ft:1 t,sTr, '4,\, ',.PY,i.... ••,..VL..,..,7.-::"' • •,.: MY/ _VI:7r' a',14: -.,-4.1.-','; .'..,' 4 I; V.:5.,:.-...i.i-%::. :-.1 A'LTD- 4 ,..,...,,,,yitt, .:.,.,, ., k y ,,iL,„,.".,ntti,..,,,fi... as;•: ,I.,,.. ..,,...,:. ..,,,4,2.44, • ;4?„0.:,..kt:',.k.;,Lilvkiik-7.' • i. rri .A. ..1 -';;,/.1,--51 i,V•I• .. .,,!..7•_• , . i tr2-4,•<-1,-,,-; ritz,,..,--;:;;'-'.i•.;`4&.,,,,,,w•-•...,'-,,,.. '44,,4, , 1 5r.:(N - -, 1.11f. :i'.< ,i•-•,ii$V.. ,,-...".4y..2-;",i.hAk',-....,.`?..-.. is. . -,.,..,,' ,a r:`,. i.,4-:. ti,441-' 1,1,,1. •-?.15_ ,' `.4 i''''',..:. t'04W - . IVI ii•, A )1!,:t ...,..1....,) 1._...... 4 ri ,.„..„,...7...,.,_,k, .,-- _i, , ,,,..„,,„ v1,,....0 .„. , - ,t, ..k,.,. t...;;.*; ...4. %.,:404.• b dx, . t ...- , ---, 0,l' f... p.- ,,..,-:..-Te L::,. „v.:1;h; ,,.•;,....,..... = —.!-- ifli k. ...t d gi,l, t ."-",..-ki,,kalli-L.:LI, .-.. ,,,,,,,.40 7,. 14,...,-„,..;„",i, -4 i-4-.1,..'.4.e.,,,%,,APA,.a ...4 ' s' on 1'14 t• 4 . . - • opap-1' / .1:4 .14 ;,i'•i • 1 4 ii, :,,,,r- . - ,,,........._ , ,r-i. ,r ,.,A'.1:,„ It-,, , rt.,q4,4V.''.•.;A • • ., ,,,,-, ,,kii, , ., 1,1...1,1 .:,.._.5: (1 c-- • •F.-‘,ei AtTir ' r. i I'r '.a ' 1 .v."1,0 j/t.'b"15. ii;4...,.. NY '0'.• ''''il44,'!' .'1.,. ,.! 4 'h.; IA.i. ,4 ,_ . ,.. 4 P ...' ' ._ ._. . __. . .._ . APPENDIX E MIAMI BEACH Cost Proposal Form Disaster Recovery Services 2018-002-JC PROCUREMENT•DEPARTMENT 1755 MERIDIAN AVE, 3w FLOOR MIAMI BEACH, FLORIDA 33139 20 1 8-002-1C 34 138 APPENDIX A COST PROPOSAL FORM • Failure to submit the Cost Proposal Form;"la its'entirety and fully executed, by the'deadline established for the receipt of proposals,will result in proposal being deemed non-responsive and being re-ected: Y `. _ Proposer affirms that the prices stated on the Cost Proposal Form below represents the entire cost of the items in full accordance with the requirements of this RFP, inclusive of its terms,conditions, specifications and other requirements stated herein, and that no claim will be made on account of any increase in wage scales, material prices,delivery delays,taxes, insurance,cost indexes or any other unless a cost escalation provision is allowed herein and has been exercised by the City Manager in advance. The Cost Proposal Form shall be completed mechanically or, if manually, in , ink. Cost Proposal Forms completed in pencil shall be deemed non-responsive. All corrections on the Cost Proposal Form shall be.initialed. ** PRICING FOR EACH LINE ITEM OF GROUPS 1-6 SHALL BE BASED ON THE AMOUNT_ OF. DEBRIS LIKELY GENERATED BY A CATEGORY 3 STORM EVENT, INFLICTED UPON THE CITY OF MIAMI BEACH. Group 1: TDSR Operations ITEM , .DESCRIPTION UNIT COST 1. Operation of Temporary Debris Storage and Reduction Sites(°TDSR) CY $ 0.75 2. Furnishing and spreading suitable fill material (gravel base)for temporary roadway CY _ $80.00 3.. Installing 8 foot chain link fence with wind screen with 20 foot entry gate(s), LF $ 30.00 4. Installation of 4 foot protective chain link fence for interior site protection(trees,etc.) LF $18.00 5. Furnishing and installation of inspection tower Per Tower $8,500.00 GROUP 1°SUB-TOTAL . .. S 8,628.75 2018-002-1C 35 139 Group 2: Vegetative Debris Management ITEM DESCRIPTION UNIT ' taST 6. Vegetative Debris Removal from Rights-of-Way to a TDSR within City Limits CY S 10.85 7. Reduction of Vegetative Debris by Grinding at TDSR CY S 2.25 8. Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade Central Transfer Station CY $3.15 9. Hauling Vegetative Debris Reduced by Grinding from TDSR to Miami-Dade North Dade Landfill CY $4.25 Hauling Vegetative Debris Reduced by Grinding from TDSR to 10. Miami-Dade Resource Recovery Center CY $ 4.25 Vegetative Debris Removal from Rights-of-Way (ROW)directly to Miami-Dade Central Transfer 11. , Station cY $ 10.85 Vegetative Debris Removal from Rights-of-Way 12. (ROW)directly to North Dade Landfill CY $ 11.25 Vegetative Debris Removal from Rights-of-Way ` 13. (ROW)directly to Miarni-Dade Resource Recovery _ Center CY S 11.25 Removal of Hazardous Stumps 14. Greater than 24"to 36"diameter Per Stump $ 170.00 15. Greater than 36"to 48"diameter Per Stump S 250.00 16. Greater than 48"diameter Per Stump $ 375.00 17. Removal of Hazardous Hanging Limbs Per Tree $ 150.00 Removal of Hazardous Trees 18. Greater than 6°to 12"diameter Per Tree $.15.00 19. Greater than 12"to 24"diameter- Per Tree $ 75.00 20. Greater than 24"to 36"diameter Per Tree $ 125.00 21. Greater than 36"to 48"diameter Per Tree $ 200.00. 2018-002-)C 36 140 22. Greater than 48"diameter Per Tree $ 425.00 GROUP.2 SUB-TOTAL $1,843.10 Group 3: C&D Debris Management ITEM DESCRIPTION UNIT ° _COST C&D Debris Removal from ROW to a TDSR within 23. City Limits CY $ 10.85 Hauling C&D Debris from TDSR to 24. Miami-Dade Central Transfer Station CY $ 3.15 Hauling C&D Debris from TDSR to 25. Miami-Dade North Dade Landfill CY $ 4.25 Hauling C&D Debris from TDSR to 26. Miami-Dade Resources Recovery Center CY $ 4.25 Hauling C&D Debris from ROW Directly to 27. Miami-Dade Central Transfer Station CY $ 10.85 C&D Debris Removal from ROW directly to Miami-' 28. Dade North Dade Landfill. CY $ 11.25 C&0 Debris Removal from ROW directly to Miami- 29. Dade Resource Recovery Center CY $ 11.25 -GROUP3 SUB,TOTAL $ 55.85 Group 4: Other Services ITEM DESCRIPTION UNIT • ;COST, Sand removal,screening and replacement(beach , y 30. restoration) CY $ 16.00 Loading and Hauling White Goods Requiring Freon 31. Removal Per Unit. $ 85.00 32. Freon Removal by Qualified Technician Per Unit $ 35.00 33. Hazardous Waste Removal and Transport Per Pound $ $.00. Removal, Hauling and Disposal of Dead Animal 34. Carcasses Per Pound $ 5.00 35. Bulk Ice, Delivered Per Pound $ 3.00 GROUP 4 SUB-TOTAL $. 1552.00 2018-002-JC 37 141 • • Group 5: Hauling Reduced Vegetative Debris to Alternative Locations ITEM DESCRIPTION UNIT - COST. 36. 20—30 miles CY $ 3.25 37 Greater than 30 Miles—40 Miles CY $ 4.00 38. Greater than 40 Miles—50 Miles CY $ 4.75 39 Greater than 50 Miles—60 Miles CY $ 5.50 40 Greater than 60 Miles—70 miles CY $ 6.25 GROUP 5 SUB=TOTAL , : $ 23.75 *SUBTOTAL COST FROM GROUPS 1-5 TO BE ENTERED BELOW: • GROUPS 1-5 SUBTOTAL $ 10,703.45 Group 6: Hourly Labor and-Equipment Rates • (GAIT equipment rates include the cost of the operator,fuel,and maintenance.All labor rates include the cost of personal protective equipment,including but not limited to:hardhat,traffic safety vest,steel-toed shoes,gloves, leggings and protective eyewear .DESCRIPTION HOURLY RATE 41. JD 544 Wheel Loader with debris grapple $ 85.00 42. JD 644 Wheel Loader with debris grapple $ 90.00 43: Extendaboom Forklift with debris grapple - $ 85 00 44. 753 Bobcat.Skid Steer Loader with debris grapple $ 70 00 45. 753 Bobcat Skid Steer Loader with bucket $ 70.00 46. 753 Bobcat Skid Steer Loader with street sweeper $ 70.00 47. 30-50 H Farm Tractor with box blade or rake $ 65 00 48. 2—2 Y2 cu.yd. Articulated Loader with bucket $ 85.00 49. 3—4 cu. yd.Articulated Loader with bucket $ 90.00. 50. JD 648E Log Skidder or equivalent $ 90.00 51. CAT D4 Dozer $ 75.00 52. CAT 05 Dozer $ 85.00 53. CAT D6 Dozer $100.00 2018-002-1C 38 142 54. CAT D7 Dozer $125 00 55. CAT D8 Dozer $ 1$5.00 56. CAT 125-140 HP Motor Grader $ 120.00 57. JD 690 Trackhoe with debris grapple $ 120.00 58. JD 690 Trackhoe with bucket and thumb $ 120.00 59. Rubber Tired Excavator with debris grapple $ 110.00 60. JD 310 Rubber Tired Backhoe with bucket and hoe $ 85.00 • 61. 210 Prentiss Knuckleboom with debris grapple $ 100.00 • 62. CAT 623 Self-Loader Scraper $ 100.00 63. Hand-Fed Debris Chipper $ 70.00 64. 30 Ton Crane $ 150.00 65. 50 Ton Crane $ 200.00 66. 100 Ton Crane $ 400.00. 67. 40-60'Bucket Truck $ 175.00 68. Greater than 60'Bucket Truck $ 250.00 • 69. Fuel/Service Truck $ 100,00 70. Water Truck $ 65.00 71. Portable Light Plant $ 15.00 72. Lowboy Trailer with Tractor $ 100.00 73. Flatbed Truck $ 75.00 74. Pick-up Truck(unmanned) $ 40.00 75. Self-Loading Dump Truck with debris grapple . $ 100.00 76, Single Axle Dump Truck,5.-12 cu.yd. $ 75.00 77. Tandem Axle Dump Truck, 16-20 cu.yd. $ 85.00 78. Tandem Axle Dump Truck,21-30 cu.yd. .4. $ 95 00 79. Tandem Axle Dump Truck,31-50 cu.yd. $ 105.00 80. Tandem Axle Dump Truck,-51-80 cu.yd. $ 120.00 81. Chainsaw(without operator) $ 45.00: 82. Temporary Office Trailer $ 100.00 83. Mobile Command and Communications Trailer $ 100.00 • 84. Laborer,with small hand tools $ 40.00 85. Skilled Sawrnan $ 45.00 86. Crew Foreman with cell phone $ 80.00 87. Tree Climber $ 50.00 88. LF of Security Fencing '$ 25 00 89. Ton of Crushed Stone Placed and Graded $ 50 00 90. Sand Screening Apparatus $ 100.00 91. Traffic Control Devices $ 100.00 92. Temporary Light Tower $ 15 00 93. Site Security Systems(camera etc.) $ 30.00 2018-002-1C 39 143 GROUP 6 SUB-TOTAL $ 5,125.00 *GRAND TOTAL COST FOR ALL GROUPS(1-6)TO BE ENTERED BELOW: GROUPS 1- 6 GRAND TOTAL COST $ 15,828.45 Bidders Aftimiatiorc- _ • . Company: D&J Enterprises. Inc. Authorized Representative:Wlilanl Liveoak Address: 3495 Lee Road 10 Auburn Al 36832 Telephone: (334)821-1249 email: wliveoak@bellsouth.net . Authorized Representative's Signature: WO, �tt✓,� • 2018-002-JC 4'0 144 ATTACHMENT D INSURANCE REQUIREMENTS • APPENDIX F MIAMIBEACH Insurance Requirements • Disaster Recovery Services 2018-002-JC PROCUREMENT DEPARTMENT 1755 MERIDIAN AVE, 3RD FLOOR MIAMI BEACH, FLORIDA 33139 2018-002-JC 41 MIAMI BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers'Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements" of specifications). XXX 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10%of the limit of liability. XXX 6. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 7. Other Insurance as indicated: Builders Risk completed value $ .00 • Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity ' .$ .00 Employee Dishonesty Bond $ .00 _Other $ .00 XXX 8. , Thirty(30)days written cancellation notice required. XXX 9. Best's guide rating B+:VI or better, latest edition. XXX 10. The certificate must state the proposal number and title • The City of Miami Beach is self-insured.Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. 201 8-002-JC G2_