Loading...
HomeMy WebLinkAboutAddendums 1-5 for RFP 29-05/06MIAMIBEACH 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 19, 2006 RE: ADDENDUM NO. 1 TO REQUEST FOR PROPOSALS (RFP) No. 29-05/06 — DISASTER RECOVERY SERVICES (the "RFP") 1. The Pre -Proposal submission meeting is scheduled for May 31st, 2006 at 11:00 a.m. at the following address: City of Miami Beach, City Hall 1700 Convention Center Drive Four Floor City Manager's Small Conference Room Miami Beach, FL 33139 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 e-mail to mestevez@miamibeachfl.gov expressing your intent to participate via telephone. 2. The Administration's additional review of the requirements set forth in the RFP, the RFP is hereby amended as follows: a) Section IV, on page 13, entitled "Evaluation/Selection Process" is revised to read as follows: The contractors with more than 50% of the Committee Members' first -place ranking will be deemed the top-ranked contractor. Subsequent contractors will be ranked based on the total low aggregate ranked score. For example, a committee of seven (7) members ranks the contractors as follows: Contractor A Contractor B (4) 1st place votes (4x1=4) (1) 2nd place votes (1x2=2) (2) 3rd place votes (2x3=6) 12 January 25, 2006 (Amended) City of Miami Beach (2) 1st place votes (2x1=2) (4) 2nd place votes (4x2=8) (1) 3rd place votes (1x3=3) 13 Contractor C (1) 1st place votes (1x1=1) (2) 2nd place votes (2x2=4) (4) 3rd place votes (4x3=12) 17 A TOTAL LOW AGGREGATE RANKED SCORED RFP No: 09-05/06 Contractor A received more then 50% (4 out of 7) first place votes, and is therefore the top ranked contractor. Contractor B received a ranked score of 13, and is therefore, the second - ranked contractor, and so forth. If no contractor receives more than 50% of the first -place votes, then the top-ranked and subsequent ranked contractors will be determined on the total low aggregate ranked score as shown on the above example. Contractors are reminded to please acknowledge receipt of this addendum as part of your proposal submission. Contractors that have elected not to submit a bid please complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a bid. CITY OF MIAMI BEACH Gus Lopez, CPPO Procurement Director January 25, 2006 (Amended) City of Miami Beach RFP No: 09-05/06 � 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 June 2, 2006 RE: ADDENDUM NO. 2 TO REQUEST FOR PROPOSALS (RFP) No. 29-05/06 — DISASTER RECOVERY SERVICES (the "RFP") In response to questions and requests for additional information received by prospective Contractors at the Pre -Proposal Submission Meeting of May 31, 2006, and the Administration's additional review of the requirements set forth in the RFP, the RFP is hereby amended as follows: 1. Please be advised that on June 8th, Dr. Dean Kashiwagi will be presenting a Best Value Workshop which will discuss Risk Assessment Plans and the importance of Past Performance Client Surveys in selecting high performance contractors. The Workshop will be held 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. 2. The deadline for receipt the Performance Evaluation Surveys is June 29, 2006. A revised Survey Evaluation Form Letter has been attached. Please understand that the Performance Evaluation Surveys shall be submitted directly from your clients. 3. The Pre -Proposal Submission Meeting Sing -in sheet is attached as part of this addendum. 4. The RFP does not require a bid bond. 5. Exhibit A relative to the Cost Information has been revised. Please see attached. The Cost Information provided in Exhibit A will be fixed for the first year of the contract. For the remaining years, price will be receptive to an annual adjustment in accordance with the CPIU increment. 6. The City will not require additional permits. Please provide copies of your occupational licenses or permits with your proposal. 7. The City will provide the TDSRS or staging area. The site has approximately between 6 and 10 acres and is centered located within the City boundaries. The RDSRS is located around 3.5 mile distance of any pick up point in the City. 8. The removal and disposal of derelict vessel is not part of the scope of work of this RFP. 9. The City contains 284 linear miles of road infrastructure. 10. The City is seeking to award multiple contracts, however the number of contract is unknown at this point. March 12, 2006 RFP No: 29-05/06 City of Miami Beach 1 of 11 11. Disaster recovery services for Hurricanes Katrina and Wilma amounted to $5,234,689.79 for emergency clear operations, debris removal and hauling, and debris site management. Contractors are reminded to please acknowledge receipt of this addendum as part of your proposal submission. Contractors that have elected not to submit a bid please complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a bid. CITY OF MIAMI BEACH D7 Gus Lopez, CPPO Procurement Director March 12, 2006 City of Miami Beach RFP No: 29-05/06 2 of 11 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 June 2, 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 disaster recovery services. The information will be used to assist City of Miami Beach in the procurement of various disaster recovery 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; or e-mail mestevez ac miamibeachfl.aov Thank you for your time and effort. Gus Lopez, CPPO Procurement Director March 12, 2006 RFP No: 29-05/06 City of Miami Beach 3 of 11 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 PERFORMANCE EVALUATION SURVEY Contractor Name: Point of Contact: Phone and e-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 (1-10) 4 Professionalism and ability to manage (includes responses and (1-10) prompt payments to suppliers and subcontractors) Close out process (no punch list upon turnover, warranties, 5 as -built, operating manuals, tax clearance, etc, submitted (1-10) promptly) 6 Communication, explanation of risk, and documentation (1-10) (construction interface completed 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 (1-10) performance (comfort level in hiring contractor again) Overall Comments: Agency or Contact Reference Business Name: Contact Name: Contact Phone and e-mail: Date of Services: Dollar Amount for Services: PLEASE FAX THIS QUESTIONAIRE TO MARIA ESTEVEZ AT 305.673.7851 March 12, 2006 RFP No: 29-05/06 City of Miami Beach 4 of 11 EXHIBIT A RFP -29-05-06 DISASTER RECOVERY SERVICES AH 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 overhead/profit. Under no circumstances will costs that exceed reimbursable limits acceptable to the Federal Emergency Management Agency (FEMA) be proposed or approved in a work authorization. Emergency 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) :::::::::.;:::::: �:::: c:-.:-c:•'•:«<c<.--x= •-::o:=-' :' •-x•r'•. r:: rs<•:ax�'-::xr'•:r- tr? •a .. _ _ _ _ ......... -<_ }fes }�y� �. ':!c{ - <r{.�<.`,..viyi �,<>-.:-1Yi".'-:�iit!i. o -v, -'c'+' -'v h. •'-:ta��h _ .....-li'.:'2 +Y. YrM1 A• : v2 -v.- •= "• :R�.` � ?x �. .a�`.....:t '- •�:¢-3i. [:;=:;%i<::#};ii:;i:_':=i:%;:"xf,•.•:'•<:'-v,;.`�?..aCa[-., t?Y•.xz, -••7.`a2x- o,r> t;>::«-s.::;:±�::-:s::= ;:-;::h<:}:-,c:,.af.:x<-. -: .., ., ,. ,, h..r.r ,y :,;N A:,:-'•i:;::a :.',.x;{< } .,ry.,- } l•: o q":r<-'-<t:�c7ta:•+'.Y#\':.2<.:,:,ai-i:���.. ..._.. �c.:�'<i..�t-.\.".».•,-..aa`.?#`tiy.,.._.3.,.Stax,,.. 1 210 Prentice Loader Self Loading Prentice Truck — 25 to 40 yard dump body 1 Wheel Loader, John Deere 544 or equivalent — 2/12 to 3 yard bucket Tandem Dump Truck — 16 to 20 yards Mini Loader Bobcat or equivalent D6 Dozer or equivalent Excavator, Cat 325 or equivalent w/ debris loading grapple Wheel Loader, John Deere 644 or equivalent — 3 to 5 yard bucket Chainsaw Operator with gear Supervisor with pick-up truck Safety Manager with pick-up Mechanic's Truck with tools Flagmen for Traffic Control Trash Transfer Trailers- 110 yard with Tractor Bucket Truck — 50 cubic yard bed Equipment Transports Clerical Laborers Mobilization and Demobilization March 12, 2006 RFP No: 29-05/06 City of Miami Beach 5 of 11 Debris Removal from Public Right -of -Way As directed by City of Miami Beach, the contractor shall Toad 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. ::.4.?......... n -.::: vifi:•:++i�.::4'}:•i:......�a. v' 4niv �••i :itii.4+i:::k:i..:{;}: r+'+^]:`:-:'-:{-}ix:::n}-s'- :.?vvv - \Ax.... v.•+C:^}�•:$ .h.+:h::j:-}}+kk' {J-" {:'<:=:ki{�t ............ . . 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, C&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. Hazardous Stumps _,.�:.}..... .yA:}iv`;::'k#,i`'{tia b+-tiff{'{-++•:s:<twk' . :x{:cy .;O:rA'£.{S:{} :h ...,} �a The contractor shall remove hazardous stumps as identified and directed by City of Miami Beach. Stump removal shall include backfilling the void with appropriate fill material and hauling the stump to the TDSRS. ..-:..-::::::::::..;.{:^:x.<{..,.,+.-.>r•:::�.:._-..a-..:;x:.:.,.{sx:" - : a �•:{•,�•;+}x.•-•x{ :>;-.+:++;.::. �::{::.:_:f:-:.,-:.}-::.:v{:+•ra:f-+x{+:{-:.mm: a:{ec:�: - •:{•::r-}:.:.}-: - - - _ . 4, T _ .:a: -}:-:}+:{:a a-:-.+- .•, :}.:• .. . v ::{;t"yYvik� ....: :;{$::k:; :!�.vv{: - 'i'{+{$���' ...A4?{+"•ti'{�-+-{kv.. �-•• '{- -�i.4 .. )aCa la.{ Stumps up to 6 inches in diameter Stumps greater than 12 inches, less than 24 inches in diameter Stumps greater than 24 inches, less than 48 inches in diameter Stumps equal to or greater 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. March 12, 2006 City of Miami Beach o.. 6r��D:w,x .r• ma-ic•}a? RFP No: 29-05/06 6 of 11 Vegetation The Contractor shall remove all eligible vegetation deposited by the event. Compensation shall be provided per cubic yards. ..........,v...• :}. S' '.y:: •v•{:vr,:v,iy.}:::::.vn::;::: , . •n..:... { £{^YS{:�:{{?ij{:::4: '; '}:{,iii•. J �;:: ti{... .d. {;; iiv5}><:: t -C -{.t;; C};:;.;o-.:?xrar..'•3?}:,a}}c:�F:`;{i:¢R, +�;x:2•}}}?c •7• A: nD'_i6:G 24i �.• GCYw;o-{i-...,k:t} ?£;:':-`•'{-}3{.s:•:: ?:a.;':;::: oxa l {.:.,.,.bc!•...,-....::.,.:,,..{{,....:x.::.::::.:xi :::.{{.:::i ,.. •i.>�c,.,..}:..-.ti...'::,v..l>.a-r.,t r:,...:..{,-'::.:-.,:....!F..sCi it--l..::,�z:�i'... -.-.. . -, .... ... , ... -}:%�ir:..,s..} 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. }:,ROMIEWIMMONNOKESMINKf}:`,--.k- .a'C;tit-::.'-:d�Cwt` it -..-:x,-:. ir' 7.v:x:=::L::o-}}}:.. 0 to 15 miles 15 to 30 miles I Tipping Fees 4 ..........r.•..-rv:..--rn}}C.-.nn`�*...{+....r......•.-...-.�i�.��.•.•.-�..�.!R�4r.S.v. ��.-.. ...�:. .. l..t�. � : .: - !. Technical Assistance Sima {[ Y.•}}it1ti{j:ia- :vtii;{{%nri :tiiiii:{-iy?:$.`;: -•:i{ 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 Licensina 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: 29-05/06 City of Miami Beach 7 of 11 DATE: RFP No.: TITLE: CA MIAMI BEACH CITY OF MIAMI BEACH PRE -PROPOSAL SUBMISSION MEETING SIGN -IN SHEET May 31, 2006 RFP - 29-05/06 DISASTER RECOVERY SERVICES NAME (PLEASE PRIM I) COMPANY NAME - E-MAIL ADDRESS Maria Bsievez CMS —Procurement Division mestevez(a miamtiboachfl.i9v Ray Lara ! Ramon Lara Bergeron Emergency Services, Inc John M. Sloke Reinaldo Quiles Carol A. Patton David King (*) Jorge Caras Al .Dallas Stacey Annaloro Fabian Soto Jasmine SchtiesmanMerkle March 12, 2006 City of Miami Beach estimating@bergeroninc.com Stoke & Associates, Inc isloke r(iicontcast.net Ceres Environmental rgceres®gmail.com Storm Reconstruction Services, Inc CarolPerunip@aol.com Modarelli4SRS@aol.com DSJ Disaster Services dking®d disasterservices.com Omni Pinnacle, LLC Stacey ayomnipinnacle com ManCon, Inc Fabians@ra nancon.wss Tech Law, Inc JMerkle@TechLawlilc.com RFP -29-05-06 PHONE# FAX# 305-673-7490 305-673-7851 954-680-6100 954-680-0666 Ext 251 941-448-5257 866-556-0049 205-469-2038 770-446-5300 770-446-5301 404-374-3082 954-427-0230 770-752-7585 770-752-9686 Ext 105 RFP No: 29-05/06 8 of 11 e MIAMI BEACH CITY OF MIAMI BEACH PRE -PROPOSAL SUBMITI'ION MEETING SIGN -IN SHEET NAME (MAST MINT) Chuck Prieur Bennett Zinn Lily Munne ;NZ, z ?AL.A yz.,4b C/'crs Osi1 l ey Qras /y March 12, 2006 City of Miami Beach COMPANY NAME - E-MAIL ADDRESS DRC Emergency craieunimail.dreusa,com S W S Environmental first Response Bennett.zinn@swsefr.com American Environmental Contractors PHONE# 251-243-6447 407-854-5733 407-509-0256 305-865-6952 La1y904@aol.com c. 4 L-4 1 R C Lm "p ,t fv,. srA-vc./e a Ati 4 ".l ?, xE is 6 tiviw4 ed.., \_f C C.o..e- - Lcz..ViA�e.42.4� a cOl WM/ SeAce- Pamirs thp;arkedoom19n,beach f1. sev Attfed Yrucy iN of !t Qltted 1 4lafr's4Ye rQtt.►GWcuff -(0 I ( i4 , 4ili!"r Tree kevice.S 7,r eedeuct' 1nom . r),..T. RFP -29-05-06 FAX# 251-343-5554 407-854-5760 305-867-5050 iia4506 Ptaw— € "AGO.. 4. C.e" RFP No: 29-05/06 9of11 MIAMI BEACH CITY OF MIAMI BEACH PRE -PROPOSAL SUBMITTION MEETING SIGN -IN SHEET RFP No.: 29-05/06 NAME (PLEASE PRINT) COMPANY NAME - E-MATL ADDRESS PHONE# .,. Cafes 84Sk l OM‘,11/1,t1.71- Lir 1/1.1 1 L � , fr o PlOtbelk 14/40 t OC,,P R t S5I` Cgotsb,c bee to* • 11041 c FAX# 11,4016$100 -4 /- * (SMi. TV -'WS (isu•U 9sv-9/y $ 24 VIr-6)s-)>la c --j ec.gs 3s't- Y5v 0/, K 7d.i S' dr++cI'uk. 3o s- , -'fir L 17iot X0,4 ` skit -��S1.41 ".1'4 sof f r4k-1? I)JS141 . ,„., u laea \n kr *Earracoaht, Jc f4= kkc 1 1 r,r .cr'C r'r-r," Sed 00 0001 . &'ra(na;Ncf?610) ,Corn RFP -29-05-06 March 12, 2006 City of Miami Beach 174- --3 Y 3cr 0,3.34( 30rd,37 ."3Z, 7 30S" -3)o fe 7.7- .3 - seC, I .3cp 5 G: V7 79'2 02-4361 RFP RFP No: 29-05/06 10 of 11 MIA Y It BEACH CITY OF MIAMI BEACH PRE -PROPOSAL SUBMITTION MEETING SIGN -IN SHEET RFP No.: 29-05/06 NAME (PLEASE PRINT) COMPANY NAME . E-MAIL ADDRESS PHONE# FAX" Name -01v' 1347111 347.4�►bs/c/i9 �•�s�:/r�s Yy6 1749 J k»eY i ccs r. a'o,. 1aa cpm kch$ jLrW2 1133 Alt) cjiihns tars ML 24 41" eip, 6 Sck 6.7.3: 7‘t� A tux-•ee, $r, kat r' ci r1 iv( 1;61 7215-429 .2 z 5-s 29 �7 S ? 77 �c te-v" Dania .t�aa'kk. U� Se.�u,�e t. 3f 305- ,- �� CLrna-Q cJlnr i&LOcr � $E. l i� S . 3(p�3 i?2v-tee Na ': Ck mm'{ ev&43511.3 ctAtfic.(fr,,de 001. i4',Mc; ( */ gi.314,41„I-44Ti UrMAZ. • an-ii-ig c(iW4-44 n t I ' i#o x),(4 4f tc. 'l. R) .e0/4 61 4,S`t-ck74- 7a77 iWiAle1/:44-‘''Vtj ; `-**-3t4.'"4 OW; CA. 1:10 'TO Eno, • +i TAO klisoititi .141 1 i�p�lir�LO March 12, 2006 City of Miami Beach 0P-29-05-06 RFP No: 29-05/06 11 of 11 m MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miomibeachfl.gov PROCUREMENT DIVISION Tel: 305.673-7490 , Fox: 305-673-7851 June 7, 2006 RE: ADDENDUM NO. 3 TO REQUEST FOR PROPOSALS (RFP) No. 29-05106 — DISASTER RECOVERY SERVICES (the "RFP") The RFP is amended as follows: 1. The attached document outlines important information as to FEMA's approved debris management contracting and monitoring. This document is for informational purpose only. Inasmuch as this change does not materially affect the RFP document, proposers are not required to acknowledge this addendum to be deemed responsive. CITY OF,MMA EACH us L• • - , CPPO ocurement Director IMMO RECOVERY DIVISION FACT SHEET DEBRIS REMOVAL APPLICANT'S CONTRACTING CHECKLIST ov t ry it \A To be eligible for reimbursement under the Public Assistance Program, contracts for debris removal must meet rules for Federal grants, as provided for in 44 CFR Part 13.36 Procurement (http://www.access.gpo.gov/vara/cfr/waisidx 04/44cfr13 04.htm1). Public Assistance applicants should comply with their own procurement procedures in accordance with applicable State and local laws and regulations, provided that they conform to applicable Federal Iaws and standards identified in Part 13. The following guidance is provided to assist Public Assistance applicants in the procurement process. (4{mtrm tin Prmct'ss ('llu klist ❑ Use competitive bidding procedures. Complete and document a cost analysis to demonstrate price reasonableness on any contract or contract modification where adequate price competition is lacking, as detailed in 44 CFR 13.36(f). ❑ Provide a clear and definitive scope of work and monitoring requirements in the request for proposals/bids. Use acceptable emergency contracting procedures that include an expedited competitive bid process only if time does not allow for more stringent procedures. ❑ Require bidders to provide copies of references, licenses, financial records, and proof of insurance and bonding. ❑ Obtain review from your legal representative of your procurement process and any contract to be awarded to ensure they are in compliance with all Federal, State, and local requirements. ❑ Document procedures used to obtain/award contracts (procurement information, bid requests and tabulations, etc). ❑ Use Load ticket requirement to record with specificity (e.g., street address) where debris is picked up and the amount picked up, hauled, reduced and disposed of. FEMA will, when requested by applicants, assist in the review of debris removal contracts. However, such a review does not constitute approval. A It FEMA RECOVERY DIVISION FACT SHEET DEBRIS REMOVAL APPLICANT'S CONTRACTING CHECKLIST ontra(i Prm (51(1[15 ('�ICCii�ISl All contracts must contain/reflect the following provisions: ❑ All payment provisions must be based on unit prices. D No payments may be based on time and material costs unless limited to work performed during the first 70 hours of actual work following a disaster event. ❑ That payment will be made only for debris that FEMA determines eligible, referencing FEMA regulations and Public Assistance guides and fact sheets. (This is an optional provision to protect the applicant, and is used only following a major disaster declaration.) ❑ An invoice provision requiring contractors to submit invoices regularly and for no more than 30 -day periods. ❑ A "Termination for Convenience" clause allowing contract termination at any time for any reason. J A reasonable limit on the period of performance for the work to be done. O A subcontract plan including a clear description of the percentage of the work the contractor may subcontract out and limiting use of subcontractors to only those you approve. ❑ The preference that the contractor use mechanical equipment to load and reasonably compact debris into the trucks and trailers. ❑ The requirement that the contractor provide a safe working environment, including properly constructed monitoring towers. ❑ Option of a unit price for extracting from ground and removing FEMA -eligible stumps (only for stumps with diameters larger than 24 inches, measured 24 inches above the ground, and with 50% or more of the root ball exposed), or including all stumps in the unit price. -1.111111 RECOVERY DIVISION FACT SHEET DEBRIS REMOVAL APPLICANT'S CONTRACTING CHECKLIST ((mtra(t T'rn(t klist n11 11111c(1 All contracts must contain/reflect the following provisions: 0 Requirement that all contract amendments and modifications be in writing. Cl Requirement that contractor obtain adequate payment and performance bonds and insurance coverage. Prc-Disatc'r and Stand B\ Conn -act, (l:list O The solicitation for a pre -disaster contract must adequately define in the proposed scope of work all the potential types of debris, typical haul distances, and size of events for which the contract may be activated. O You may request bids for multiple scenarios for varying sizes of events. ❑ To ensure reasonable debris removal costs, award pre -disaster debris removal contracts based on either unit prices (volume or weight) or time and material. O If the contract is awarded on a time and material basis, it should be limited to no more than 70 hours of actual clearance and removal operations. O After the initial 70 -hour period, payment should be on a unit price basis (volume or weight). RECOVERY DIVISION FACT SHEET DEBRIS REMOVAL APPLICANT'S CONTRACTING CHECKLIST \�()idauct Chrtl:(ist O 1111111 Award a debris removal contract on a sole -source basis. ❑ MIMI Sign a contract (including one provided by a contractor) until it has been thoroughly reviewed by your legal representative. ❑ MEE Allow any contractor to make eligibility determinations, since only FEMA has that authority. ❑ MEE Accept any contractor's claim that it is "FEMA certified." FEMA does not certify, credential, or recommend debris contractors. O 1111. Award a contract to develop and manage debris processing sites unless you know it is necessary, and have contacted the State for technical assistance concerning the need for such operations. Temporary debris storage and reduction sites are not always necessary. ❑ 1=1 Allow separate Iine item payment for stumps 24 inches and smaller in diameter; these should be treated as normal debris. ❑ 11111111 "Piggyback" or utilize a contract awarded by another entity. Piggybacking may be legal under applicable state law; however, the use of such a contract may jeopardize FEMA funding. DIMAward pre-disaster/stand-by contracts with mobilization costs or unit costs that are significantly higher than what they would be if the contract were awarded post -disaster. Such contracts should have variable mobilization costs depending upon the size of the debris work that may be encountered. FEMA Public Assiganee. D.� ris Maagenlent baformatioa Debris Management Contracting and Monitoring Applicants may use force account labor and resources to accomplish part or all of the work after a disaster or they may use contractors. If contractors are used to do part or all of the work, the Applicant must follow FEMA contracting guidelines to ensure maximum reimbursement for debris removal and disposal efforts. Acceptable Contract Types 1. Time and Materials — Cannot be used for more than 70 hours of actual work. This type of contract is usually used immediately after a disaster to mobilize contractors to start emergency removal efforts. These contracts should have a termination clause and a not -to -exceed limit for both time and costs. The contract should be terminated when the first of these limits is reached. 2. Unit Price — Is usually used when the scope of work is hard to define and is based on estimated quantities of debris. Unit price contracts are based on weight (tons) or volume (cubic yards). These contracts require close monitoring during removal, hauling and disposal to ensure accuracy. 3. jump Sum — Should only be used when the scope of work is clearly defined and the areas of work can be precisely identified. Lump sum contracts establish one price for all work included in the contract. The price is fixed unless the scope of work changes. This type of contract is easy to monitor when the scope is well-defined. A pre -awarded contract for emergency services may be used if the contract was competitively bid and prices are comparable with established rates in the region. The contract issuer may be a jurisdiction or a regional operational authority. "Piggybacking" by using an existing contract established by another jurisdiction is not recognized by FEMA as an • acceptable form of contracting. Cost plus a percentage, contingency contracts, and contracts awarded to debarred contractors are not allowed. Contract Monitoring/Debris Monitoring As a condition of the FEMA grant funding program, the Applicant is responsible for ensuring that the contract is properly monitored so that quantities and expenses are documented to substantiate FEMA funding. ✓ Monitors should verify that debris picked up is eligible; measure truck Toad capacities; verify volumes or weights of debris in trucks; inspect pick-up areas, haul routes, temporary storage sites, and disposal sites; verify the contractor is working in assigned areas; and ensure other contract requirements are met. 1 The Applicant should train and deploy debris monitors to watch and document contractor activities. Debris monitors may come from the Applicant's full-time work force, temporary hires, or contracted services. The Applicant may also request FEMA/State assistance with debris monitoring. The costs of overtime, temporary hires, and contractors performing disaster -related debris removal work are eligible for reimbursement. ✓ For unit price contracts, the Applicant should use load tickets to document weights and volumes of contractor vehicles and loads. ✓ For time and materials contracts, the Applicant should document the times that Contractor manpower and equipment are actively used (limited to 70 hours). ✓ The Applicant can request debris monitor training from the State and FEMA. Contracting Tips: ✓ FEMA does not recommend, pre - approve, or certify any debris contractor. ✓ Only FEMA has the authority to make eligibility decisions; contractors cannot make eligibility determinations. ✓ FEMA does not credential any personnel other than official employees and Technical Assistance Contractor personnel. ✓ Contracts should have a well-defined scope of work, specified costs, basis of payment, and delivery schedule. 1 Contracts must be competitively bid and have "reasonable" costs. ✓ FEMA will participate in uniform practices of reimbursing mutual aid costs if a written agreement was signed prior to the disaster occurring. 1 Communities cannot guarantee a minimum number of hours for a time and materials contract. ✓ For reimbursement, Applicants must be able to provide FEMA with documentation of competitive bidding, bid tabulation, contract monitoring including field monitoring of debris operations, quantity of debris handled, payment, and force account costs (if applicable). Contracting/Monitoring References FEMA 321, Policy Digest FEMA 322, Public Assistance Guide FEMA 325, Debris Management Guide FEMA 329, Debris Management Brochure FEMA 9580.1, Debris Operations Job Aid FEMA 9580.4, Fact Sheet: Debris Operations Questions? Call the FEMA Debris Hotline, Orlando, FL at 1-407-858-4951 m MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive, Miomi Beach, Florida 33139, www.miomibeochfl.gov PROCUREMENT DIVISION Tel: 305673-7490 , Fax: 305-673-7851 June 9, 2006 RE: ADDENDUM NO. 4 TO REQUEST FOR PROPOSALS (RFP) No. 29-05/06 — DISASTER RECOVERY SERVICES (the "RFP") In response to questions and requests for additional information received by prospective Contractors and the Administration's additional review of the requirements set forth in the RFP, the RFP is hereby amended as follows: 1, You are hereby advised that this RFP is subject to the Campaign Contributions by Vendor Ordinance No. 2003-3389. 2. Based on previous experience, The City does not anticipate the clean up of any hazardous materials. 3. The TDSRS site will be in operations 24 hours a day. However, the circulation of trucks on the City main roads will be permitted only from 7:00 am to 7:00 pm. The City reserves the right to modify the operation schedule. 4. The TDSRS has approximately between 6 and 10 acres and it is located at the intersection of Alton Road and 40 street. The final disposal site will be determined by the City and notify the Contractors during the event. 5. Exhibit A relative to the Cost Information has been revised. Please see attached. The Cost Information provided in Exhibit A will be fixed for the first year of the contract. For the remaining years, price will be receptive to an annual adjustment in accordance with the CPIU increment. Contractors are not required to provide cost information for all line items to be considered for award. 6. The attached document provides guidance as to the development of the Risk Assessment Plan. (Please see Attachment 4). Contractors are reminded to please acknowledge receipt of this addendum as part of your proposal submission. Contractors that have elected not to submit a bid please complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a bid. CITY OF MIAMI BEACH Gu Lopez, Proc rement Director EXHIBIT A RFP -29-05-06 DISASTER RECOVERY SERVICES An 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. Ali cost must be based upon reasonable expenses for labor, equipment, material, and overhead/profit. Under no circumstances will costs that exceed reimbursable limits acceptable to the Federal Emergency Management Agency (FEMA) be proposed or approved in a work authorization. Emeraencv 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) 210 Prentice Loader Self Loading Prentice Truck - 25 to 40 yard dump body Wheel Loader, John Deere 544 or equivalent - 2/12 to 3 yard bucket Tandem Dump Truck -16 to 20 yards Mini Loader Bobcat or equivalent D6 Dozer or equivalent Excavator, Cat 325 or equivalent w/ debris loadinggrapple Wheel Loader, John Deere 644 or equivalent - 3 to 5 yard bucket Chainsaw Operator with gear Supervisor with pick-up truck Safety Manager with pick-up Mechanic's Truck with tools Flagmen for Traffic Control Trash Transfer Trailers- 110 yard with Tractor Bucket Truck - 50 cubic yard bed Equipment Transports Clerical Laborers Mobilization and Demobilization Debris Removal from Public Riaht-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. Oto 15 miles 116to30miles Debris Separation/Reduction and TDSRS Manaaement 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 altemate methods of reduction such as compaction. Prior to reduction all debris will be segregated between vegetative debris, C&D, recyclable debris, white goods, and hazardous waste. Upon the closure of the TDSRS the site will be restored to its Pre -Use Condition. Compensation shall be provided per cubic yards. �•�jl�, z� . r_kn s. c�,. 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 fill material and hauling the stump to the TDSRS. ij �', f .� i.;..'k`.f'-,.-.r'.,•-ECii.Ht!�1tF1,-}'i` Stumps up to 6 inches in diameter Stumps greater than 12 inches, less than 24 inches in diameter Stumps greater than 24 inches, Tess than 48 inches in diameter Stumps equal to or greater 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 retuming 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. Vepetation The Contractor shall remove all eligible vegetation deposited by the event. Compensation shall be provided per cubic yards. r 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. 0 to 15 miles 15 to 30 miles 11! AZ 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. PRICE SCHEDULE FOR DEBRIS REMOVAL & DISPOSAL SERVICES Item Description of Service Cost Unit Mobilization and LS Demobilization (Lump Sum) 2 Debris Removal from CY Public Property (right- of-way) and Hauling to Temporary Debris Storage and Reduction Site (TDSRS) 0-15 one way miles 3 Debris Removal from CY Public Property (right- of-way) and Hauling to Temporary Debris Storage and Reduction Site (TDSRS) 16-30 one way miles 4 Debris Removal from CY Temporary Debris Storage and Reduction Site (TDSRS) and Hauling to Final Disposal Site 0- 15 one way miles 5 Debris Removal from CY Temporary Debris Storage and Reduction Site (TDSRS) and Hauling to Final Disposal Site 16- 30 one way miles 6 Processing CY (Grinding/Chipping) of Debris at TDSRS or Final Disposal 7 Processing (Burning) of CY Debris at TDSRS or Final Disposal Site 8 Pick up and Haul of UNIT White Goods to Disposal Site within County (NOTE) 9 Pick up and Disposal of LB Hazardous Material 10 Freon Management and UNIT Recycling 11 Dead Animal Collection, LB Transportation and Disposal 12 Sand Sifting, Remove, CY Sift and Replace (Beach Re -nourishment and public & private property removal) 13 Ice (per pound, LB delivered) 14 Water (per gallon, GAL delivered) 15 Emergency Fuel - GAL Gasoline or Diesel • 16 HAZARDOUS STUMP REMOVAL & HAULING TO DISPOSAL SITE 17 Material, fill dirt for CY stump holes, purchased, placed and shaped 18 Disaster event Attach Time & generated hazardous Price Materials waste abatement; Schedule Biohazardous waste abatement 19 Emergency Road Clearance 20 Debris Removal from Water Bodies (Bays, Rivers, Streams, Canals, Lakes) 21 Debris Removal from Private Property (right - of -entry program) and Public -own Property (other than right-of- way) 22 Leaning Trees/Hanging Limbs/Tree-off Program 23 Demolition of Structures 24 Pre -event Training for Client Personnel 25 Tipping fees to be reimbursed to contractor by City at actual cost 26 Emergency Power Generator 5 KW 27 Emergency Power Generator 10 KW 28 Emergency Power Generator 15 KW 29 Emergency Power Generator 20 KW 30 Emergency Power Generator 25 KW Attach Price schedule Attach Price schedule Attach Price schedule Attach Price schedule Attach Price schedule Attach Price schedule Actual Cost Time & Materials Time & Materials Time & Materials Time & Materials Time & Materials Time & Materials Cost Reimbursement Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly 31 Emergency Power Generator 30 KW 32 Emergency Power Generator 35 KW 33 Emergency Power Generator 40 KW 34 Emergency Power Generator 45 KW 35 Emergency Power Generator 50 KW 36 Emergency Power Generator 60 KW 37 Emergency Power Generator 70 KW 38 Emergency Power Generator 80 KW 39 Emergency Power Generator 90 KW 40 Emergency Power Generator 100 KW 41 Emergency Power Generator 110 KW 42 Emergency Power Generator 125 KW 43 Emergency Power Generator 150 KW 44 Emergency Power Generator 175 KW 45 Emergency Power Generator 180 KW 46 Emergency Power Generator 200 KW 47 Emergency Power Generator 250 KW 48 Emergency Power Generator 300 KW Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ weekly 49 Emergency Generator 50 Emergency Generator 51 Emergency Generator 52 Emergency Generator 53 Emergency Generator 54 Emergency Generator 55 Emergency Generator 56 Emergency Generator 57 Emergency Generator 58 Emergency Generator 59 Emergency Generator 60 Emergency Generator Power 350 KW Power 400 KW Power 450 KW Power 500 KW Power 675 KW Power 750KW Power 800 KW Power 1000KW Power 1250KW Power 1400KW Power 1500KW Power 1750KW Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly Triple Shift/ Weekly ATTACHMENT 4 - Risk Assessment Plan Guide Introduct1 n The purpose of the Riak Assessment (RA) plan is to capture the vendor's ability to preplan (identify the risks on a future project in terms of cost (S), time, and client expectation of quality and performance). The RA plan is used to: 1. Assist the client in prioritizing firms based on their ability to understand the risk of a project. 2. Provide high performing vendors the opportunity to differentiate themselves due to their experience and expertise. 3. Giving the competitive edge to experienced companies who have done the type of work before, who can see the job from beginning to end, and who know how to minimize the risk. 4. Provide a mechanism for the high performers to regulate the low performers by ensuring that if they are not selected, the selected company will minimize the risk and provide the client with a comparable performance. Vendors should keep in the mind that the RA plan is only one step in the selection process. If all the RA plans are the same, the RA plan will have little impact in the selection (other factors, such as past performance and interview will dictate the selection). The RA plan will become part of the contract. Bs Plan Format The format for the RA plan is attached. The RA Plan should clearly address the following items in a non- technical manner: 1. List and prioritize major risk items or decisions to be made that are unique to this project. This includes items that may cause the project to not be completed on time, not finished within budget, generate any change orders, or may be a source of dissatisfaction for the owner. Attach a cost ($), time extension, or quality differential for every risk. 2. Explain how the vendor will avoid / minimize the risk. if the vendor has a unique method to minimize the risk, it should be explained in non-technical terms. 3. Propose any options that could increase the value (expectation or quality) of their work. List any value or differential that the vendor is bringing to the project. 4. Attach a schedule with up to six major milestones and weeks of each major task. No nemesia - In order to minimize any bias by the evaluation committee, the RA Plans must not contain ANY names (such as contractor, manufacturer, or designer names, personnel names, project names, product names, or.company letterhead). The RA Plans should not contain any marketing information. Length - The client's goal is to make the selection process as efficient as possible. Efficiency is to minimize the effort of all participants, especially those who will not get the project. Therefore, the RA plan should be a brief, well organized and concise. The RA plan must not exceed 2 pages. Pont size - The font should be no smaller than 12 point. Organization - Outline format. The attached format is only a sample. 10 Impact of Risks Risks are any items that you should be concerned with throughout the entire project. They ane the most critical items that can impact the cost, time, or quality expectation of the client. Think through the project. What would bother the client? Why would you have to communicate with the client? What would make someone call the client's representative and cause them stress? The risks should be prioritized, or listed in order by the greatest risks at the top to the lowest risk in descending order. Each risk should have a cost and/or time concern. If the risk has cost implications, the actual estimated cost should be listed. If it has time concerns, the number of days should be listed. Radutt of Risk Assessment Plans RA plans will be rated by 3 or 4 individuals (technical and non-technical.) Rating criteria will be: I . The understanding and minimization of risks. 2. Contractor's differentiation of their value. 3. Schedule. The process will take no more than 30 minutes. They will prioritize the best (10) to the worst (1). if they all look alike, they are directed to give all "5a" and the project will be determined on the other factors. ChM}t for Risk Assessment Plan 1. Are all names removed from the RA plan: personal, project, or company names? 2. Does every risk have a coat or time attached to it? 3. Are risks listed, high impact risks? (Do not list risks that you can easily handle unless you perceive others are not doing it) 4. Does the RA plan include all service, quality control processes, documentation that you do that your competition docs not. 5. Are you including PR risks such as interfacing with project managers, users of the facility, or audit/inapection personnel? 6. Do you have a simple schedule with major milestones? ?. Do you understand that anything you list becomes a part of your contract? 8. Does your RA plan differentiate you? By how much? 9. Can your RA plan make a non-technical person comfortable with hiring you? 10. Did you num the pages of the risk assessment plan? 11. Did you gopies of your RA plan? If all items are checked, your risk assessment plan is ready to submit. 11 ATTACHMENT 5 - Risk Assessment Plan Format Please prioritize the risks (list the greatest risks first). Indicate the potential impact to cost (in terms of $), and/or schedule (in terms of calendar Days). You rosy iddldelctc the risk tables below u necessary. Manor Risk Items Risk 1: Impact: Cost (5) Schedule (Days) Solution: Risk 2: Impact: Cost ($) Schedule (Days) Solution: Risk 3: Impact: Cost ($) __.._ Schedule (Days) Solution: Risk 4: _ __ — _._._ Impact: Cost (5) Schedule (Days) Solution: Risk 5: Impact: Cost (5) Schedule (Days) Solution: Risk 6: Impact: Cost (5) Schedule (Days) Solution: Risk 7: Impact: Cost (3) Schedule (Days) Solution: Risk 8: Impact: Cost (3) Schedule (Days) Solution: Risk 9: Impact: Cost (5) __ Schedule (Days) Solution: Risk 10: Impact: Cost (5) Schedule (Days) Solution: 12 Value Added ptions or Differentials twhat vett will do that the others do notl Vendors should identify any value added options or differentials that they are proposing, and include a short description of how it adds value to the project. Identify if the items will increase or decrease schedule, coat, or expectation. You may add/delete the value tables below a. necessary. Item I: Impact: Cost ($) Schedule (Days) _—_ Item 2: Impact: Cost (S) Schedule (Days) Item 3: Impact: Coat ($) Schedule (Days) Item 4: Impact: Cost ($) --� Schedule (Days) --___-- Item S: Impact: Cost (S) Schedule (Days) Schedule (mazlesum six uailestonesl Milestones (start, finish, no of workdays) Total number of workdays 13 CA 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 June 15, 2006 RE: ADDENDUM NO. 5 TO REQUEST FOR PROPOSALS (RFP) No. 29-05106 — DISASTER RECOVERY SERVICES (the "RFP") The RFP is amended as follows: 1. The attached document outlines important information as to City of Miami Beach storage regulated and unregulated Tank Inventory. This document is for informational purpose only. Inasmuch as this change does not materially affect the RFP document, proposers are not required to acknowledge this addendum to be deemed responsive. CITY OF MI MI EACH Gupez, CPPO Procurement Director • 2E - ; i ° 1 1 el 'A ,r2 I f -0 -g i .s 0 i I .111'11 . 1 1 , g; I ' • - ' - -a s 4 , ..?, • --B: : -; - __I. 1 - • • - • - • _ 22 . NO c-g sta .-, ..., ..• -, '"Hril=' 11 IR .1 1 5 § E. § 5' 1 e ; 1 5 § E ! 4 i , 6 _l__ 6 (5 _ i5 itit.7 (.5'501 Sc5 (..7 ' o ; 15 (5 • [- - - -- -;------- . .o .• , o on 0 1 A z A r—. 00 CD esi ct,e‘i crt ao j g ; . 0 ; 1051 Jefferson Ave 0.