Loading...
HomeMy WebLinkAboutRFP 29-05/06 For Disaster Recovery ServicesREQUEST FOR PROPOSALS FOR DISASTER RECOVERY SERVICES RFP # 29-05/06 RFP DUE DATE: June 22, 2006 AT 3:00 P.M. Gus Lopez, CPPO, Procurement Director PROCUREMENT DIVISION 1700 Convention Center Drive, Miami Beach, FL 33139 www.miamibeachfl.gov F:IPURCI$ALL1MarialRFP'S105-061RFP-29-05-06 For Disaster Recovery Services\RFP 29-05-06 Disaster Recovery.doc ~+a i RFP No: 29-05/06 ]~~ J~ ~~~i -~ 1of36 m MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, viww.miamibeachFl.gov PROCUREMENT DIVISION PUBLIC NOTICE Tel: 305-673-7490, Fax: 305-673-7851 Disaster Recovery Services Request for Proposals (RFP) No. 29-05/06 In the event of an emergency, such as a Hurricane, the City would lack sufficient resources to undertake debris recovery operations. While assistance is available from the County, State and Federal governments, it is not sufficient to restore a community that has suffered a catastrophic disaster. Also, the resources of the various governments are spread thin over the affected areas, necessitating contracted private sector assistance. The scope of services will include, but will not limited to items such'as emergency road clearance, debris removal from public rights-of--way, removal of hazardous stumps, leaning trees/limbs, temporary debris staging areas and reduction sites, debris disposal, hazardous waste abatement, and sand screening. Sealed proposals will be received until 3:00 PM on June 22, 2006, at the following address: City of Miami Beach City Hall Procurement Division -- Third Floor 1700 Convention Center Drive Miami Beach, Florida 33139 Any response received after 3:00 PM on June 22, 2006 will be returned to the contractor unopened. The responsibility for submitting proposals before the stated time and date is solely the responsibility of the contractor. The City will not be responsible for delays caused by mail, courier service, including U.S. Mail, or any other occurrence. A Pre-Proposal Submission Meeting is scheduled for May 31, 2006 at 11:00 a.m. at the following address: City of Miami Beach City Hall 1700 Convention Center Drive Fourth Floor City Manager's Large Conference Room 1700 Convention Center Drive Miami Beach, Florida. Please be advised that the City will be hosting a seminar on Best Value Procurement which has been scheduled for June 8, 2006 from 2:00 p.m. to 5:00 p.m. at the Miami Beach Convention Center, Room C-219, 1901 Convention Center Drive, Miami Beach, Florida 33139. Attendance to this seminar is not mandatory, but it is highly encouraged as a source of information. March 12, 2006 RFP No: 29-05/06 City of Miami Beach 2 of 36 The City of Miami Beach has contracted with BidNet and has begun utilizing a central bid notification system created exclusively for state and local agencies located in South Florida. Created in conjunction with BidNet(s), this new South Florida Purchasing system allows for vendors to register online and receive notification of new bids, amendments and awards. Vendors with Internet access should review the registration options at the following website: www.govbids.com/scriptslsouthflorida/public/home1.asp. If you do not have Internet access, please call the BidNet(r) support group at 800-677-1997 extension # 214. Attendance (in person or via telephone) to this Pre-Proposal submission meeting is encouraged and recommended as a source of information but is not mandatory. Contractors interested in participating in the pre-Proposal submission meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-800-915-8704 (Toll-free North America) (2) Enter the MEETING NUMBER: *2659980* (note that number is preceded and followed by the star (*} key). Contractors, who are interested in participating via telephone, please send an a-mail to mestevez@miamibeachfl.gov expressing your intent to participate via telephone. The City of Miami Beach reserves the right to accept any proposal deemed to be in the best interest of the City of Miami Beach, or waive any informality in any proposal. The City of Miami Beach may also reject any and all proposals. YOU ARE HEREBY ADVISED THAT THIS REQUEST FOR PROPOSAL IS SUBJECT TO THE FOLLOWING ORDINANCES/RESOLUTIONS, WHICH MAY BE FOUND ON THE CITY OF MIAMI BEACH WEBSITE: http://www.miamibeachfl.gov/newcity/depts/purchase/bidintro.asp • CONE OF SILENCE --ORDINANCE NO. 2002-3378 • CODE OF BUSINESS ETHICS -- RESOLUTION NO. 2000-23879. • DEBARMENT PROCEEDINGS -- ORDINANCE NO. 2000-3234. • PROTEST PROCEDURES -- ORDINANCE NO. 2002-3344. • LOBBYIST REGISTRATION AND DISCLOSURE OFFEES - ORDINANCE N0.2002-3363. • LIVING WAGE REQUIREMENT --ORDINANCE N0.2001-3301. Pursuant to City of Miami Beach Living Wage Ordinance, as codified in Chapter 2, Division 6, Section 2-407 thru 2-410 of the Miami Beach Code, all service contractors, entering into a contract with the city shall pay to all its employees, a living wage of not less than $8.56 an hour with health benefits, or a living wage of not less than $9.81 an hour without health benefits. For a covered employer to company with the living wage provision by choosing to pay the lower wage scale ($8.56/hour) when a covered employer also provides health benefits, such health benefits shall consist of payment of at least $1.25 per hour toward the provision of health benefits for covered employees and their dependents. Sincerely, Gus Lopez, CPPO Procurement Director March 12, 2006 RFP No: 29-05/06 City of Miami Beach 3 of 36 m MIAMIBEACH City of Miami Beath, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachA.gov PROCUREMENT DIVISION NOTICE TO PROSPECTIVE BIDDERS Tel: 305-673-7490, Fax: 305-673-7851 NO BID If not submitting a bid at this time, please detach this sheet from the bid documents, complete the information requested, and return to the address listed above. NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED: -Our company does not handle this type of product/service. _We cannot meet the specifications nor provide an alternate equal product. Our company is simply not interested in bidding at this time. -Due to prior commitments, I was unable to attend pre-proposal meeting. -OTHER. (Please specify) We do _ do not _ want to be retained on your mailing list for future bids for the type or product and/or service. Signature: Title: Company: Note: Failure to respond, either by submitting a bid or this completed form, may result in your company being removed from the City's bid list. March 12, 2006 RFP No: 29-05/06 City of Miami Beach 4 of 36 ~~~~ City of Miami Bedth, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305-673-7490, Fax: 305-673-7851 TABLE OF CONTENTS Page REQUEST FOR QUALIFICATIONS OVERVIEW AND REPONSE PROCEDURES A. IntroductionlAnalysis 6 B. Purpose 6 C. RFP Time Table 6 D. Qualification Submission 6 E. Pre-Proposal Submission Meeting 7 F. Contact Person 7 II. SCOPE OF SERVICES 9-10 III. PROPOSAL FORMAT 11-12 IV. EVALUATION/SELECTION PROCESS/ CRITERIA FOR EVALUATION 13-14 V. LEGAL TERMS AND CONDITIONS /INSURANCE 15-19 VI. QUALIFICATION DOCUMENTS TO BE COMPLETED AND RETURNED TO CITY 20-30 -Insurance Check List 20 -Cost Information 11 Arganizational Chart -Risk Assessment Pian -Acknowledgment of Addenda 22 -Declaration 23 -Sworn Statement/Section 287.133(3)(a), Florida Statutes -Public Entity Crimes 24-25 -Questionnaire 26-30 VII. DOCUMENTS TO BE COMPLETED BY CUSTOMERS OF THE RESPONDENTS 32-3s - Performance Evaluation Letter 32 -Performance Evaluation Survey 33 March 12, 2006 RFP No: 29-05/06 City of Miami Beach 5 of 36 SECTIOiV I - OVERVIEW A. INTRODUCTION /BACKGROUND In the event of an emergency, such as a Hurricane, the City would lack sufficient resources to undertake debris recovery operations. While assistance is available from the County, State and Federal governments, it is not sufficient to restore a community that has suffered a catastrophic disaster. Also, the resources of the various governments are spread thin over the affected areas, necessitating contracted private sector assistance. ~; B. PURPOSE It is the intent of this RFP is to use the "Best Value" Procurement process to select a contractor with the experience and qualifications; the ability; capability, and capacity; and proven past successful performance in providing disaster recovery services. C. RFP TIMETABLE The anticipated schedule for this RFP and contract approval is as follows: RFP Issued .May 12, 2006 Pre-Proposal Submission Meeting May 31, 2006 Deadline for receipt of questions June 7, 2006 Deadline for receipt of responses/ proposals June 22, 2006 Evaluation committee meetings June 2006 Commission Approval/ July 2006 Authorization of negotiations Contract negotiations July 2006 D. PROPOSALS SUBMISSION An original and ten (10) copies of Contractors' proposal will be received until 3:00 p.m. on June 22"d 2006, at the following address: City of Miami Beach City Hall Procurement Division --Third Floor 1700 Convention Center Drive Miami Beach, Florida 33139 The original and all copies must be submitted to the Procurement Division in a sealed envelope or container stating on the outside the Contractor's name, address, telephone number, RFP number and title, and due date. No facsimile or a-mail responses will be considered. The responsibility for submitting a response to this RFP to the Procurement Division on or before the stated time and date will be solely and strictly that of the contractor. The City will in no way be responsible for delays caused by the U.S. Post Office or caused by any other entity or by any occurrence. Responses received after the RFP due date and time will not be accepted and will not be considered. March 12, 2006 RFP No: 29-05/06 City of Miami Beach 6 of 36 E. PRE-PROPOSAL SUBMISSION MEETING A pre-Proposal submission meeting is scheduled for May 315`, 2006 at 11:00 a.m. at the following address: City of Miami Beach City Hall Fourth Floor City Manager's Large Conference Room 1700 Convention Center Drive Miami Beach, Florida. Attendance (in person or via telephone) is encouraged and recommended as a source of information but is not mandatory. Contractors interested in participating in the pre-RFP submission meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-800-915-8704 (Toll-free North America) (2) Enter the MEETING NUMBER: *2659980* (note that number is preceded and followed by the star (") key). Contractors who are interested in participating via telephone, please send an a-mail to the contact person listed on the next page, expressing your intent to participate via telephone. F. CONTACT PERSON The contact person for this RFP is Maria Estevez, Procurement Coordinator. Ms. Estevez may be reached by phone: 305.673.7490; fax: 305.673.7851; or a-Mail: mestevez@miamibeachfl.gov. The City's Procurement Director is authorized by the City's Cone of Silence Ordinance to have oral communications with prospective Contractors relative to matters of process or procedures only. Requests for additional information or clarifications must be made in writing to the Procurement Director. Facsimile or a-mail requests are acceptable. Please sent all questions to mestevez(cr~_miamibeachfl.gov and copy the City Clerk's office RobertParcher(a~miamibeachfl.gov. The Procurement Director will issue replies to inquiries and additional information or amendments deemed necessary in written addenda, which will be issued prior to the deadline for responding to this RFP. Contractors should not rely on representations, statements, or explanations other than those made in this RFP or in any addendum to this RFP. Contractors are advised that oral communications between the Contractors or their representatives and the Mayor or City Commissioners and their respective staff, or members of the City's administrative staff to include the City Manager and his staff, or evaluation committee members is prohibited. G. TERM OF CONTRACT This contract shall commence the day specified in the contract as a result of negotiations, and remain in effect for a period of three (3) years. March 12, 2006 City of Miami Beach RFP No: 29-05/06 7 of 36 The City of Miami Beach has the option to renew the contract at its sole discretion for an additional three (3) year period on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative- not a right of the contractor. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be from a month-to-month basis only and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein, and shall not exceed six (6) months. Option to Renew / Adjustment to Contract Amount: In the event the City of Miami Beach exercises its option to renew beyond the initial three (3) year contract, the contract prices and any other terms the City may choose to negotiate, will be reconsidered for adjustment prior to renewal due to increases or decreases in labor costs; but in no event will the prices be increased or decreased by a percentage greater than the percentage change reflected in the Consumer Price Index -All Urban Areas (CPI-U) as published by the U.S. Department of Labor. The City of Miami Beach reserves the right to accept the renewal adjustment or to allow the contract to terminate and re-advertise for bids, whichever is in the best interest of the City. March 12, 2006 RFP No: 29-05/06 City of Miami Beach 8 of 36 SECTION II --SCOPE OF SERVICES The scope of services will include, but will not be limited to items such as emergency road clearance, debris removal from public rights-of-way, removal of hazardous stumps, leaning trees/limbs, temporary debris staging areas and reduction sites, debris disposal, hazardous waste abatement, and sand screening. Debris Management. Successful Proposer shall be responsible for the removal of all hazards to life from the disaster. Clean-up, demolition, and removal shall be work authorization approved by the City Manager, or his designee, by individual work authorizations. Clean-up, demolition, and removal shall be limited to eligible debris. Eligible debris is that which after it's clean-up, demolition, and removal: 1) eliminates immediate threats to life, public health, ands safety; 2) eliminates threats of significant damage to improved public or private property; and 3) is essential by its absence of ensuring economic recovery. Technical Disaster Recovery Assistance. Successful Proposer will provide disaster recovery technical assistance to the City's Administration. The assistance shall include documentation and management for the public assistance program, planning, training, and exercise development, as well as attendance at the City of Miami Beach Emergency Operations Center (EOC) during activation of the EOC for exercise and actual emergency events as requested by the City Manager. Logistical Staging Area. Successful Proposer shall provide for the operations and management of the Logistical Staging Areas to facilitate disaster recovery operations. Specifically, Successful Proposer shall provide for the supplies and labor for the operations and management needed to establish Logistical Staging Areas within the specifications and quantities as listed in the work authorizations and the notice to proceed. Supervision by Successful Proposer. Under the general oversight of the City, Successful Proposer shall supervise and direct all work, workers, and equipment. Successful Proposer is solely responsible for the means, methods, techniques, sequences, safety programs, and procedures utilized. Successful Proposer shall employ and maintain on the work site a qualified Supervisor(s) who shall have full authority to act on behalf of Successful Proposer, and all communications given to the supervisor in writing by the City's Authorized Representative shall be as binding as if given to Successful Proposer. Emergency Road Clearance. Successful Proposer shall accomplish the cutting, tossing, and/or pushing of debris, hanging limbs, or leaning trees from primary roads as identified and directed by the City. The debris shall be stacked on the right-of--way to allow passage of vehicles along the primary transportation routes. Debris Removal from Public Right-of-Way. As directed by the City, Successful Proposer shall load and haul all eligible debris to a City designated Temporary Debris Storage and Reduction Site (TDSRS) or other disposable destination. Debris Separation/Reduction and TDSRS Management. Successful Proposer shall operate and manage the TDRSRS to accept and process all event debris. Successful Proposer shall perform any site preparation, to include but not limited to: 1) building and/or maintaining roads; March 12, 2006 RFP No: 29-05/06 City of Miami Beach 9 of 36 2) construction of a roofed inspection tower sufficient for a minimum of three inspectors; 3) any environmental requirements necessary to include wind control fencing, silt fencing, hazardous material containment area, and/or water retention beams. All debris will be processed in accordance with all local, state, and federal rules, standards, and regulations. Processing may include, but is not limited to, reduction by tub grinding, incineration when approved, or other alternate methods of reduction such as compaction. Prior to reduction, all debris will be segregated between vegetative debris, CBD, recyclable debris, white goods, and hazardous waste. Upon the closure of the TDSRS the site will be restores to its Pre-Use Condition. Hazardous Stumps. Successful Proposer shall remove hazardous stumps as identified and directed by the City of Miami Beach. Stump removal shall include backfilling the void with appropriate fill material and hauling the stumps the TDSRS. Sand Screening. As directed by the City, Successful Proposer shall screen sand to removal all eligible debris deposited by the event. This process includes the collection of debris laden sand, transporting the sand to the processing screen located in the beach, processing the debris laden sand through the screen and returning the sand to the approximate original-location. Debris removed from the sand will be collected, hauled, and processed as ROW debris. Final Deposit. Successful Proposer shall load and transport processed debris to and from the TDSRS to a final disposal site as directed by the City. Technical Assistance. Successful Proposer shall provide disaster recovery technical assistance to City's Administration. This service shall include documentation and management for the public assistance program, planning, training, and exercise development Quality Assurance. Successful Proposer 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. March 12, 2006 City of Miami Beach RFP No: 29-05!06 10 of 36 SECTION III -PROPOSAL FORMAT Proposals must contain the following documents, each fully completed, and signed as required. If any items are omitted, Contractors must submit the documentation within five (5) calendar days upon request from the City, or the proposal shall be deemed non-responsive. The City will not accept cost information after deadline for receipt of proposal. Table of Contents Outline in sequential order the major areas of the proposal, including enclosures. All pages must be consecutively numbered and correspond to the table of contents. 2. Proposal Points to Address: Proposer must respond to all minimum requirements listed below. Proposals which do not contain such documentation may be deemed non-responsive. a) Introduction letter outlining the Contractors professional specialization, provide past experience to support the qualifications of the submitter. Interested Contractors should submit documents that provide evidence as to the capability to provide grounds maintenance services. b) Cost Information: Cost information must be submitted using "Exhibit A", and if selected as successful contractor, cost will be negotiated. c) Client Survey: Please provide your client with the Performance Evaluation Letter and Survey attached herein on pages 32 and 33, and request that your client submit the completed survey to the contact person listed on page 7. d) Past Performance Information: Past performance information will be collected on all contractors. Contractors are required to identify and submit their best projects. Contractors will be required to send out Performance Evaluation Surveys to each of their clients.. Contractors are also responsible for making sure their clients return the Performance Evaluation Surveys to the City. The City reserves the right to verify and confirm any information submitted in this process. Such verification may include, but is not limited to, speaking with current and former clients, review of relevant client documentation, site-visitation, and other independent confirmation of data. e) Qualifications of Contractor Team: Provide an organizational chart of all personnel and consultants to be used on this project and their qualifications. Aresume of each individual, including education, experience, and any other pertinent information shall be included for each team member to be assigned to this project f) Risk-Assessment Plan (RAP): All contractors must submit aRisk-Assessment Plan. The Risk-Assessment Plan must not be longer than two pages front side of page only. The RAP should not include any information that would identify the contractor or marketing material (product manufacturer names, etc.) It will be included in a separate envelop along March 12, 2006 City of Miami Beach RFP No: 29-05/06 11 of 36 with the contractors proposal. The RAP should address the following items in a clear and generic language: (1) What risks the project has. (Areas that may cause the contractor not to finish on time, not finish with budget, cause any change orders, or be a source of dissatisfaction with the owner). (2) Explanation of how the risks will be avoided/minimize. (3) ,Propose any options that could increase the value of this project. (4) Explain the benefits of the Risk Assessment Plan. Address the quality and performance differences in terms of risk minimization that the City can understand and what benefits the option will provide to the user. No brochures or marketing pieces. 3. Acknowledgment of Addenda: (IF REQUIRED BY ADDENDUM) and Proposer Information forms (Pages 20-30); March 12, 2006 RFP No: 29-05/06 City of Miami Beach 12 of 36 SECTION IV -EVALUATION/SELECTION PROCESS The procedure for response evaluation and selection will be as follows: • RFP issued. • Receipt of responses. • Opening and listing of all responses received. • An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each response in accordance with the requirements of this RFP. If further information is desired, respondents may be requested to make additional written submissions or oral presentations to the Evaluation Committee. • An Evaluation Committee will be appointed by the City Manger and said Committee shall recommend to the City Manager the proposal or proposals of which the Evaluation Committee deems to be in the best interest of the City. The Evaluation Committee shall base its recommendation on the following criteria and weight: A. Firm's Experience in Disaster Recovery Services - 20 points. B. Qualifications of Project Team - 20 points. C. Methodology and Approach - 10 points. D. Risk Assessment Plan for ensuring quality of work - 15 points E. Past Performance based on number and quality of the Performance Evaluation Surveys -15 points F. Proposed Cost - 20 points • The City may request, accept, and consider proposals for the compensation to be paid under the contract only during competitive negotiations. • After considering the recommendation(s) of the Evaluation Committee, the City Manager shall recommend to the City Commission the response or responses acceptance of which the City Manager deems to be in the best interest of the City. The City Commission shall consider the City Manager's recommendation(s) in light of the recommendation(s) and evaluation of the Evaluation Committee and, if appropriate, approve the City Manager's recommendation(s). The City Commission may reject City Manager's recommendation(s) and select another response or responses. In any case, City Commission shall select the response or responses acceptance of which the City Commission deems to be in the best interest of the City. The City Commission may also reject afl proposals. • Negotiations between the selected respondent and the City take place to arrive at a contract price. If the City Commission has so directed, the City may proceed to negotiate a contract price with a respondent other than the top ranked respondent if the negotiations with the top ranked respondent fail to produce a mutually acceptable contract price within a reasonable March 12, 2006 RFP No: 29-05/06 City of Miami Beach 13 of 36 period of time. A proposed contract or contracts are presented to the City Commission for approval, modification and approval, or rejection. • If and when a contract or contracts acceptable to the respective parties is approved by the City Commission, the Mayor and City Clerk sign the contract(s) after the selected respondent(s) has (have) done so. Important Note: By submitting a response, all contractors shall be deemed to understand and agree that no property interest or legal right of any kind shall be created at any point during the aforesaid evaluation/selection process until and unless a contract has been agreed to and signed by both parties. March 12, 2006 RFP No: 29-05/06 City of Miami Beach 14 of 36 SECTION V -LEGAL TERMS AND CONDITIONS /INSURANCE A. MODIFICATION/WITHDRAWALS OF SUBMITTALS A contractor may submit a modified response to replace all or any portion of a previously submitted response up until the RFP due date and time. Modifications received after the RFP due date and time will not be considered. Responses shall be irrevocable until contract award unless withdrawn in writing prior to the RFP due date or after expiration of 120 calendar days from the opening of responses without a contract award. Letters of withdrawal received after the RFQ due date and before said expiration date and letters of withdrawal received after contract award will not be considered. B. RFP POSTPONEMENT/CANCELLATION/REJECTION 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. C. COST INCURRED BY CONTRACTORS All expenses involved with the preparation and submission of responses to the City, or any work performed in connection therewith, shall be the sole responsibility of the contractor (s) and not be reimbursed by the City. D. EXCEPTIONS TO RFP Contractors must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what alternative is being offered. The City, after completing evaluations, may accept or reject the exceptions. In cases in which exceptions are rejected, the City may require the consultant to furnish the services or goods originally described, or negotiate an alternative acceptable to the City. E. SUNSHINE LAW Contractors are hereby notified that all information submitted as part of a response to this RFP will be available for public inspection after opening of responses, in compliance with Chapter 286, Florida Statutes, known as the Florida Government in the Sunshine Law. F. NEGOTIATIONS The City may award a contract on the basis of initial offers received, without discussion, or may require consultants to give oral presentations based on their responses. The City reserves the right to enter into negotiations with the selected consultant, and if the City and the selected consultant cannot negotiate a mutually acceptable contract, the City may terminate the negotiations and begin negotiations with the next selected consultant. This process may continue until a contract has been executed or all responses have been rejected. No consultant shall have any rights in the subject project or property or against the City arising from such negotiations. March 12, 2006 RFP No: 29-05/06 City of Miami Beach 15 of 36 G. PROTEST PROCEDURES Contractors that are not selected may protest any recommendation for selection of award in accordance with City of Miami Beach Ordinance No. 2002-3344, which establishes procedures for protesting the City Manager's recommendation. Protest not timely pursuant to the requirements of Ordinance No. 2002-3344 shall be barred. H. RULES; REGULATIONS; AND LICENSING REQUIREMENTS Contractors are expected to be familiar with and comply with all Federal, State and local laws, ordinances, codes, and regulations that may in any way affect the services offered, including the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines. Ignorance on the part of the consultant will in no way relieve it from responsibility for compliance. DEFAULT Failure or refusal of a consultant to execute a contract upon award by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in forfeiture of that portion of any surety required as liquidated damages to the City; where surety is not required, such failure may result in a claim for damages by the City and may be grounds for removing the consultant from the City's vendor list. J. CONFLICT OF INTEREST All consultants must disclose with their response 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 consultants must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the consultant or any of its affiliates. K. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS All Proposers are expected to be or become familiar with all City of Miami Beach Lobbyist laws, as amended from time to time. Proposers shall ensure that all City of Miami Beach Lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed herein, in addition to disqualification of their Proposals, in the event of such non-compliance. L. CONSULTANT'S RESPONSIBILITY Before submitting responses, each consultant shall make all investigations and examinations necessary to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements resulting from failure to make such investigations and examinations will not relieve the successful consultant from any obligation to comply with every detail and with all provisions and requirements of the contract documents, or will be accepted as a basis for any claims whatsoever for any monetary consideration on the part of the consultant. M. RELATION OF CITY It is the intent of the parties hereto that the successful consultant be legally considered to be an independent consultant and that neither the consultant nor the consultant's employees and agents shall, under any circumstances, be considered employees or agents of the City. March 12, 2006 RFP No: 29-05/06 City of Miami Beach 16 of 36 N. PUBLIC ENTITY CRIME (PEC) 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 perform 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 ($25,000.00) for a period of 36 months from the date of being placed on the convicted vendor list. O. ASSIGNMENT The successful consultant shall not enter into any sub contract, retain consultants, or assign, transfer, convey, sublet, or otherwise dispose of this contract, or of any or all of its right, title, or interest therein, or its power to execute such contract to any person, firm, or corporation without prior written consent of the City. Any unauthorized assignment shall constitute a default by the successful consultant. P. INDEMNIFICATION The successful consultant shall be required to agree to indemnify and hold harmless the City of Miami Beach and its officers, employees, and agents, from and against any and all actions, claims, liabilities, losses and expenses, including but not limited to attorneys fees, for personal, economic or bodily injury, wrongful death, loss of or damage to property, in law or in equity, which may arise or be alleged to have arisen from the negligent acts or omissions or other wrongful conduct of the successful consultant, its employees, or agents in connection with the performance of service pursuant to the resultant Contract; the successful consultant shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs expended by -the City in the defense of such claims and losses, including appeals. R. TERMINATION FOR DEFAULT If through any cause within the reasonable control of the successful consultant, it shall fail to fulfill in a timely manner, or otherwise violate any of the covenants, agreements, or stipulations material to the Agreement, the City shall thereupon have the right to terminate the services then remaining to be performed by giving written notice to the successful consultant of such termination which shall become effective upon receipt by the successful consultant of the written termination notice. In that event, the City shall compensate the successful consultant in accordance with the Agreement for all services performed by the consultant prior to termination, net of any costs incurred by the City as a consequence of the default. Notwithstanding the above, the successful consultant shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the Agreement by the consultant, and the City may reasonably withhold payments to the successful consultant for the purposes of set off until such time as the exact amount of damages due the City from the successful consultant is determined. March 12, 2006 RFP No: 29-05/06 City of Miami Beach 17 of 36 S. TERMINATION FOR CONVENIENCE OF CITY The City may, for its convenience, terminate the services then remaining to be performed at any time without cause by giving written notice to successful consultant of such termination, which shall become effective thirty (30) days following receipt by consultant of such notice. In that event, all finished or unfinished documents and other materials shall be properly delivered to the City. If the Agreement is terminated by the City as provided in this section, the City shall compensate the successful consultant in accordance with the Agreement for all services actually performed by the successful consultant and reasonable direct costs of successful consultant for assembling and delivering to City all documents. No compensation shall be due to the successful consultant for any profits that the successful consultant expected to earn on the balanced of the Agreement. Such payments shall be the total extent of the City's liability to the successful consultant upon a termination as provided for in this section. T. INSURANCE Successful Consultant shall obtain, provide and maintain during the term of the Agreement the following types and amounts of insurance as indicated on the Insurance Checklistwhich shall be maintained with insurers licensed to sell insurance in the State of Florida and have a B+ VI or higher rating in the latest edition of AM Best's Insurance Guide. Name the City of Miami Beach as an additional insured on all liability policies required by this contract. When naming the City of Miami Beach as an additional insured onto your policies, the insurance companies hereby agree and will endorse the policies to state that the City will not be liable for the payment of any premiums or assessments. Any exceptions to these requirements must be approved by the City's Risk Management Department. FAILURE TO PROCURE INSURANCE: Successful consultant's failure to procure or maintain required insurance program shall constitute a material breach of Agreement under which City may immediately terminate the proposed Agreement. U. CONE OF SILENCE Pursuant to Section 2-486 of the City Code, entitled Cone of Silence, you are hereby advised that the Cone of Silence requirements listed herein shall apply. V. DEBARMENT ORDINANCE Proposers are hereby advised that this RFQ is further subject to City of Miami Beach Ordinance No. 2000-3234 (Debarment Ordinance). Proposers are strongly advised to review the City's Debarment Ordinance. Debarment may constitute grounds for termination of the contract, as well as, disqualification from consideration on any City of Miami Beach RFP, RFQ, RFLI, or bid. X. CODE OF BUSINESS ETHICS Pursuant to Resolution No.2000 23879 each person or entity that seeks to do business with March 12, 2006 RFP No: 29-05/06 City of Miami Beach 18 of 36 the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with your bid/response or within five days upon receipt of request. The Code shall, at a minimum, require your firm or you as a sole proprietor, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City Code. Y. AMERICAN WITH DISABILITIES ACT Call 305-673-7490/VOICE to request material in accessible format; sign language interpreters (five days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance please call Heidi Johnson Wright, Public Works Department, at 305-673-7080. Z. 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/her in the discharge of his/her official duties. March 12, 2006 City of Miami Beach RFP No: 29-OS/O6 19 of 36 INSURANCE CHECK LIST 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). XXX3.Automobile Liability - $1,000,000 each occurrence -owned/non-owned/hired automobiles included. 4.Excess Liability - $ . 00 per occurrence to follow the primary coverage. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: _ Builders Risk completed value $ . 00 _ Liquor Liability $ . 00 _ Fire Legal Liability $ . 00 _ Protection and Indemnity $ . 00 _ Employee Dishonesty Bond $ . 00 XXX Professional Liability $1,000,000 .00 XXX 7.Thirty (30) days written cancellation notice required. XXX 8.Best's guide rating B+: VI or better, latest edition. XXX 9.The certificate must state the Quote number and title VENDOR AND INSURANCE AGENT STATEMENT: We understand the Insurance Requirements of these specifications and that evidence of this insurance may be required within five (5) days after Proposal opening. Vendor March 12, 2006 City of Miami Beach Signature of Vendor RFP No: 29-05!06 20 of 36 SECTION VII -DOCUMENTS TO BE COMPLETED AND RETURNED TO CITY March 12, 2006 RFP No: 29-05/06 City of Miami Beach 21 of 36 REQUEST FOR PROPOSALS NO. 29-05106 ACKNOWLEDGMENT OF ADDENDA Directions: Complete Part I or Part II, whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connection with this RFP:29- 05/06 Addendum No. 1, Dated Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Addendum No. 5, Dated Part II: No addendum was received in connection with this RFP. Verified with Procurement staff Name of staff (Contractor -Name) (Signature) Date (Date) March 12, 2006 RFP No: 29-05/06 City of Miami Beach 22 of 36 DECLARATION TO: City of Miami Beach City Hall 1700 Convention Center Drive Procurement Division Miami Beach, Florida 33139 Submitted this day of , 2006. The undersigned, as consultant, declares that the only persons interested in this proposal are named herein; that no other person has any interest in this responses or in the Contract to which this response pertains; that this response is made without connection or arrangement with any other person; and that this response is in every respect fair and made in good faith, without collusion or fraud. The consultant agrees if this response is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the consultant and the City of Miami Beach, Florida, for the performance of all requirements to which the response pertains. The consultant states that the response is based upon the documents identified by the following number: RFP No.29-05/06 SIGNATURE PRINTED NAME TITLE (IF CORPORATION) March t2, 2006 RFP No: 29-05/06 City of Miami Beach 23 of 36 SWORN STATEMENT UNDER SECTION 2$7.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to [Print name of public entity] By [Print individual's name and title] For [Print name of entity submitting sworn statement] Whose business address is and (if applicable) its Federal Employer Identification Number (FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement: .) 4. I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. 5. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contendere. 6. 1 understand that an "affiliate" as defined in Paragraph 287.133 (1)(a), Florida Statutes. means: 1) A predecessor or successor of a person convicted of a public entity crime; or 2) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. March 12, 2006 RFP No: 29-05/06 City of Miami Beach 24 of 36 5) t understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to ~, ,~ transact business with a public entity. The term person includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. 6) Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [Indicate which statement applies.] Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of Administrative Hearings and the Final Order entered by the hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [Attach a copy of the final order] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM [Signature] Sworn to and subscribed before me this Personally known day of , 2006 OR Produced identification Notary Public -State of My commission expires (Type of Identification) (Printed typed or stamped Commissioned name of Notary Public) March 12, 2006 RFP No: 29-05106 City of Miami Beach 25 of 36 QUESTIONNAIRE Consultant's Name: Principal Office Address: Official Representative: Individual Partnership (Circle One) Corporation If a Corporation, answer this: When Incorporated: In what State: If a Foreign Corporation: Date of Registration with Florida Secretary of State: Name of Resident Agent: Address of Resident Agent: President's Name: Vice-President's Name: Treasurer's Name: Members of Board of Directors March 12, 2006 RFP No: 29-05106 City of Miami Beach 26 of 36 Questionnaire (continued) If a Partnership: Date of organization: General or Limited Partnership*: Name and Address of Each Partner: NAME ADDRESS * Designate general partners in a Limited Partnership I. Number of years of relevant experience in operating AIE business: 2. Have any agreements held by Consultant for a project ever been canceled? Yes () No ( ) tf yes, give details on a separate sheet. 3. Has the Consultant or any principals of the applicant organization failed to qualify as a responsible Bidder, refused to enter into a contract after an award has been made, failed to complete a contract during the past five (5) years, or been declared to be in default in any contract in the last 5 years? If yes, please explain: March 12, 2006 RFP No: 29-05106 City of Miami Beach 27 of 36 Questionnaire (continued) 4. Has the Consultant or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? Yes () No ( ) If yes, give date, court jurisdiction, action taken, and any other explanation deemed necessary on a separate sheet. 5. Person or persons interested in this bid and Qualification Form have ( )have not ( ) been convicted by a Federal, State, County, or Municipal Court of any violation of law, other than traffic violations. To include stockholders over ten percent (10%). (Strike out inappropriate words) Explain any convictions: 6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals with more than ten percent (10%) interest: A. List all pending lawsuits: B. List all judgments from lawsuits in the last five (5) years: C. List any criminal violations and/or convictions of the Consultant and/or any of its principals: 7. Conflicts of Interest. The following relationships are the only potential, actual, or perceived conflicts of interest in connection with this proposal: (If none, state same.) March 12, 2006 RFP No: 29-05/06 City of Miami Beach 28 of 36 Questionnaire (continued) 8. Public Disclosure. In order to determine whether the members of the Evaluation Committee for this Request for Proposals have any association or relationships which would constitute a conflict of interest, either actual or perceived, with any Consultant and/or individuals and entities comprising or representing such Consultant, and in an attempt to ensure full and complete disclosure regarding this contract, all Consultants are required to disclose all persons and entities who may be involved with this Proposal. This list shall include public relation firms, lawyers and lobbyists. The Procurement Division shall be notified in writing if any person or entity is added to this list after receipt of proposals. March 12, 2006 RFP No: 29-05/06 City of Miami Beach 29 of 36 Questionnaire (continued) The Consultant understands that information contained in this Questionnaire will be relied upon by the City in awarding the proposed Agreement and such information is warranted by the Consultant to be true. The undersigned Consultant agrees to furnish such additional information, prior to acceptance of any proposal relating to the qualifications of the Consultant, as may be required by the City Manager. The Consultant further understands that the information contained in this questionnaire may be confirmed through a background investigation conducted by the Miami Beach Police Department. By submitting this questionnaire the Consultant agrees to cooperate with this investigation, including but not necessarily limited to fingerprinting and providing information for credit check. WITNESS: Signature Print Name WITNESS: Signature Print Name WITNESS: Signature Print Name (CORPORATE SEAL) March 12, 2006 City of Miami Beach IF INDIVIDUAL: Signature Print Name IF PARTNERSHIP: Print Name of Firm Address By: General Partner Print Name IF CORPORATION: Print Name of Corporation Address By: President Attest: RFP No: 29-05/06 30 of 36 SECTION VII -BEST PERFORMANCE PROCUREMENT INFORMATION DOCUMENTS TO BE COMPLETED BY CUSTOMERS OF THE RESPONDENT March 12, 2006 RFP No: 29-05/06 City of Miami Beach 31 of 36 m MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305.673.7490 ,Fax: 305.673.7851 May 12, 2006 To: Phone: Fax: E-mail: Subject: Performance Evaluation of Number of pages including cover: 2 To Whom It May Concern: The City of Miami Beach has implemented a process that collects past performance information on various contractors that perform removal and disposal of derelict vessels. The information will be used to assist City of Miami Beach in the procurement of various graffiti removal projects. The company listed in the subject line has chosen to participate in this program. They have listed you as a past client that they have done work for. Both the company and City of Miami Beach would greatly appreciate you taking a few minutes out of your busy day to complete the accompanying questionnaire. Please review all items in the following attachment and answer the questions to the best of your knowledge. If you cannot answer a particular question, please leave it blank. Please return this questionnaire to Maria Estevez by Wednesday, June 29, 2006 by fax: 305.673.7851; ore-mail mestevez(c~miamibeachfl.gov Thank you for your time and effort. Gus Lopez, CPPO Procurement Director March 12, 2006 RFP No: 29-OS/O6 City of Miami Beach 32 of 36 m MIAMIBEACH City of Miami Beath, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miomibeachfl.gov PROCUREMENT DIVISION Tel: 305.673.7490 ,fax: 305.673.7851 PERFORMANCE EVALUATION SURVEY Contractor Name: Point of Contact: Phone and a-mail: Please evaluate the performance of the contractor (10 means you are very satisfied and have no questions about hiring them again, 5 is if you don't know and 1 is if you would never hire them again because of very poor performance). NO CRITERIA UNIT 1 Ability to manage the project cost (minimize change orders) (1.10) 2 Ability to maintain project schedule (complete on-time or early) (1-10) 3 Quality of workmanship (]-10) 4 Professionalism and ability to manage (includes responses and (1-10) rom t a meats to su Tiers and subcontractors Close out process (no punch list upon turnover, warranties, 5 as-built, operating manuals, tax clearance, etc, submitted (1-10) rom tl 6 Communication, explanation of risk, and documentation ( ) 1-10 construction interface com leted on time Ability to follow the users rules, regulations, and requirements 7 (housekeeping, safely, etc...) (1-10) Overall customer satisfaction and hiring again based on 8 performance (comfort level in hiring contractor again) (1-10) Overall Comments: Agency or Contact Reference Business Name: Contact Name: Contact Phone and a-mail: Date of Services: Dollar Amount for Services: PLEASE FAX THIS QUESTIONAIRE TO MARIA ESTEVEZ AT 305.673.7851 March 12, 2006 RFP No: 29-OS/O6 City of Miami Beach 33 of 36 EXHIBIT ~-1 RFP-29-OS-OG DISASTER RECOVERY SERVICES All prices noted in this attachment are considered baseline estimate. Actual prices that will be change will be justified at the time a work authorization in approved. All cost must be based upon reasonable expenses for labor, equipment, material, and overheadlprofit. Under no circumstances will casts that exceed reimbursable limits acceptable to the Federal Emergency Management Agency (FEMA) be proposed or approved in a work authorization. Emeraency Road Clearance The 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 of Miami Beach. The debris shall be stacked on the right-of-way to allow passage of vehicles along the primary transportation routes. Compensation shall be as per attached hourly rate schedule. Hourly Equipment Schedule With Operators for Emergency Road Clearance, Leaning Trees, Hanging Limbs, and Debris Removal from Private Property (ROE) E ui ment Haurl Rate 210 Prentice Loader Self Loadin Prentice Truck - 25 to 40 and dum bod Wheel Loader, John Deere 544 ore uivalent - 2/12 to 3 and bucket Tandem Dum Truck - 16 to 20 ards Mini Loader Bobcat ore uivalent D6 Dozer ore uivalent Excavator, Cat 325 ore uivalent w/ debris loadin ra le Wheel Loader, John Deere 644 ore uivalent - 3 to 5 and bucket Chainsaw O erator with ear Su ervisor with ick-u truck Safe Mana er with ick-u Mechanic's Truck with tools Fla men for Traffic Control Trash Transfer Trailers- 110 and with Tractor Bucket Truck - 50 cubic and bed E ui ment Trans orts Clerical Laborers Mobilization and Demobilization March 12, 2006 RFP No: 29-05!06 City of Miami Beach 34 of 36 Debris Removal from Public Right-of-Way As directed by City of Miami Beach, the contractor shall load haul all eligible debris to a City designated Temporary Debris Storage and Reduction Site (TDSRS) or other disposal destination. Compensation shall be provided per cubic yards. Miiea a Cost er Cubic Yard 0 to 15 miles 16 to 30 miles Debris Separation/Reduction and TDSRS Management The contractor shall operate and manage the TDSRS to accept and process all event debris. The contractor shall perform any site preparation, to include but not be limited to: (1) building and/or maintaining roads; (2) construction of a roofed inspection tower sufficient for a minimum of three inspectors; (3) any environmental requirements necessary to include wind control fencing, silt fencing, hazardous materials containment area, and/or water regulations. Processing may include, but is not limited to, reduction by tub grinding, incineration when approved, or other alternate methods of reduction such as compaction. Prior to reduction all debris will be segregated between vegetative debris, C8~D, recyclable debris, white goods, and hazardous waste. Upon the closure of the TDSRS the site will be restored to its Pre-Use Condition. Compensation shall be provided per cubic yards. Operation of TSDRS Cost per Cubic Yard Hazardous Stumps The contractor shall remove hazardous stumps as identified and directed by City of Miami Beach. Stump removal shall include backfilling the void with appropriate hll material and hauling the stump to the TDSRS. Slum s Dimensions Cost Stum s u to 6 inches in diameter Stum s reater than 12 inches, less than 24 inches in diameter Stum s reater than 24 inches, less than 48 inches in diameter Stum s e ual to or reater than 48 inches in diameter Sand Screening As directed by the City of Miami Beach, the 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 on the beach, processing the debris laden sand through the screen and returning the sand to the approximate original location. Debris removed from the sand will be colleted, hauled, and processed as ROW debris. Compensation shall be provided per cubic yards. Sand Screeniin Cost er Cubic Yard March 12, 2006 RFP No: 29-05106 City of Miami Beach 35 of 36 Final Disposal The contractor shall load and transport processed debris to from the TDSRS to a final disposal site as directed by City of Miami Beach. Compensation shall be provided per cubic yards. Final Dis osition Milea a Cost. er Cubic Yard 0 to 15 miles 15 to 30 miles Technical Assistance The contractor shall provide disaster recovery technical assistance to elected and appointed officials of City of Miami Beach. This service shall include documentation and management for the public assistance program, planning, training, and exercise development. Service provided at no additional charge. Permits and Licensing The contractor shall obtain, with the assistance of City of Miami Beach, permits and licenses of a temporary nature necessary for the execution of the scope of services. Service provided at no additional charge. Quality Assurance and Supervision The contractor shall provide sufficient supervision and programmatic controls to ensure compliance with procedural and regulatory standards established by FEMA, State of Florida, and City of Miami Beach. Service provided at no additional charge. March 12, 2006 RFP No: 29-OS/06 City of Miami Beach 36 of 36