CONTRACT FOR DISASTER DEBRIS REMOVAL AND DISPOSAL SERVICESContract for Disaster Debris Removal and Disposal Services
THIS CONTRACT is made this the day of COP -4U' , 2017, by and between
CrowderGulf Joint Venture, Inc. (herein referred to as "Contractor") and the City of
Clearwater a political subdivision of the State of Florida (herein referred to as "City").
RECITALS
WHEREAS, it is foreseen that it may be in the public interest to provide for the expedient
removal of storm debris within the corporate limits of the City plus recovery Technical
Assistance to the appointed and elected officials resulting from a natural or manmade event;
and
WHEREAS, The City has in the past suffered the full force and effects of major storms and the
resulting destruction brought upon City by such storms or manmade disasters; and
WHEREAS, the Public Health and Safety of all the citizens will be at serious risk; and
WHEREAS, the immediate economical recovery of The City and its citizens is a major concern
and the primary priority for recovery; and
WHEREAS, the availability of experienced prime storm debris contractors may be severely
limited; and
WHEREAS, Contractor has the experience, equipment, manpower, permits and licenses to
perform all storm related debris services; and
WHEREAS, the City and the Contractor have agreed to the Scope of Services, prices, terms
and conditions as set out in this Contract; and
THEREFORE, in considerations acknowledged by both parties, said parties do agree to the
following stipulations and conditions.
1.0 SERVICES
1.1
Scope of Contracted Services:
The Contractor shall provide all expertise, personnel, tools, materials, equipment,
transportation, supervision and all other services and facilities of any nature
necessary to execute, complete and deliver the timely removal and lawful disposal of
all eligible storm -generated debris (herein referred to as "debris"), including
hazardous and industrial waste materials and within the time specified in this
Contract. Emergency push, debris removal and demolition of structures will be
limited to: 1) that which is determined to eliminate immediate threats to life, public
health, and safety; 2) that which has been determined to eliminate immediate threats
of significant damage to improved public or private property; and 3) that which is
considered essential to ensure the economic recovery of the affected community to
the benefit of the community at large.
I �
1
These contracted services shall provide for the cost effective and efficient removal
and lawful disposal of debris accumulated on all public, residential and commercial
properties, streets, roads, other rights-of-way and public school properties, including
any other locally owned facility or site as may be directed by the City. Contracted
services will only be performed when requested and as designated by City.
The Contractor shall load and haul the debris from within the legal boundaries of the
municipality to a site(s) specified by the City as set out in Section 5.1 of this
Contract.
1.2 Emergency Push / Road Clearance:
The Contractor shall accomplish the cutting, tossing and/or pushing of debris from
the primary transportation routes as identified by and directed by the City. This
operational aspect of the scope of contracted services shall be for the first 72 hours
after an event and will be billed on a time and material basis. Once this task is
accomplished, the following additional tasks will begin as required.
1.3 Right -of -Way (ROW) Removal:
The Contractor shall remove all debris from the ROW of the City when directed to do
so by the City. The Contractor shall use reasonable care not to damage any City or
private property not already damaged by the storm event. Should any property be
damaged due solely to negligence on the part of the Contractor, the City may either
bill the Contractor for the damages or withhold funds due to the Contractor in an
amount not to exceed the dollar amount of compensatory damages that the
landowner is able to prove.
1.4 Right -of -Entry (ROE) Removal (if implemented by the City):
The Contractor will remove ROE debris from private property with due diligence, as
directed by the City. The Contractor also agrees to make reasonable efforts to save
from destruction items that the property owners wish to save, (i.e., trees, small
buildings, etc.). The Contractor will exercise caution when working around public
utilities (i.e., gas, water, electric, etc.). Every effort will be made by the City to mark
these utilities but the City does not warrant that all will be located before debris
removal begins, nor does the Contractor warrant that utility damages will not occur
as a result of properly conducting the contracted services.
1.5 Demolition of Structures (if implemented by the City):
The Contractor will remove structures designated for removal by and at the direction
of the City. The Contractor agrees to remove in a timely manner all structures as
determined by the City as set out in Section 1.1 of this Contract.
1.6 Private Property Waivers:
The City will secure all necessary permissions, waivers and Right -of -Entry
Agreements from property owners as prescribed by the Government for the removal
of debris and/or demolition of structures from residential and/or commercial
properties, as set out in Sections 1.4 and 1.5 above.
2
1.7 Disaster Recovery Technical Assistance:
The Contractor will provide Disaster Recovery Technical Assistance to elected and
appointed officials within the City. This service shall include Debris Program
Management Assistance. This is the concept of complete recovery management
support where the Contractor would assist a local government applicant on all
aspects of the recovery process. Contractor personnel cannot assume the sovereign
duties and functions of the City officials and therefore, these services shall be
provided by the Contractor through a consulting firm acceptable to the City and in
the form of guidance and consultation. If we have to hire a consulting firm, then we
will pass through the charges to the City.
2.0 PERFORMANCE OF SERVICES
2.1 Description of Service:
The Contractor agrees to perform the contracted services in a professional and
workmanlike manner and in compliance with all applicable laws, ordinances, rules,
regulations and permits. Only the highest quality workmanship will be acceptable.
Services, equipment and workmanship not conforming to the Contract documents or
meeting the approval of the City may be rejected. Replacements and/or rework, as
required, will be accomplished at no additional cost to the City.
2.2 Cost of Services:
The Contractor shall bear the costs of performing all contracted services hereunder,
as directed by the City, including but not limited to that which is set out in Section
1.0, plus applicable permit and license fees and all maintenance costs required to
maintain its vehicles and other equipment in a condition and manner adequate to
accomplish and sustain all contracted services as set out in this Contract.
2.3 Matters Related to Performance:
2.3.1 Subcontractor(s):
The Contractor may utilize the service of subcontractors and shall be
responsible for the acts or omissions of its subcontractors to the same extent
the Contractor is responsible for the acts and omissions of its employees.
The Contractor shall ensure that all its subcontracts have and carry the same
major provisions of this Contract and that the work of their subcontractors is
subject to said provisions. Nothing contained in this Contract shall create any
contractual relationship between any subcontractor and the City. The
Contractor shall supply the names and addresses of subcontractors and
materials suppliers when requested to do so by the City.
2.3.2 Indemnification:
The Contractor agrees to indemnify, hold harmless and defend the City from
and against any and all liabilities, suits, actions, legal proceedings, claims,
demands, damages, costs and expenses (including attorney's fees) rising out
of any act or omission of the Contractor, its agents, subcontractors or
employees in the performance of this Contract, but excluding any damage,
injury, or loss to person or property solely the result of the City's negligent,
reckless, or willful acts or omissions pr those of its employees, agents, or
other contractors or subcontractors. In no event shall Contractor's liability
3
hereunder exceed the dollar amount paid or to be paid to Contractor for its
services under this Contract.
2.3.3 Insurance(s):
The Contractor agrees to keep the following Insurance in full force and effect
during the term of this Contract. The Contractor must also name the City, as
additional insured, while working within the boundaries of the City.
2.3.4 Worker's Compensation:
• Coverage per City requirements.
2.3.5 Automobile Liability:
• Coverage per City requirements.
2.3.6 Comprehensive General Liability:
• Coverage per City requirements.
2.3.7 Insurance Cancellation / Renewal:
The Contractor will notify the City at least thirty (30) days in advance of
cancellation, non -renewal or adverse change to the required insurance. New
certificates of insurance are to be provided to the City at least ten (10) days
following coverage renewals or changes.
3.0 STANDARDS OF PERFORMANCE
3.1 Contractor Representative:
The Contractor shall have a knowledgeable and responsible Contractor
Representative Report to the City's designated Contract Representative within 24
hours following the activation of this contract. The Contractor Representative shall
have the authority to implement all actions required to begin the performance of
contracted services as set out in this Contract and the Contractor's General
Operations Plan.
3.2 Mobilization:
When the written Notice to Proceed has been received by the Contractor and/or the
on-site Contractor Representative, he/she will make all necessary arrangements to
mobilize a minimum of 50% of the required resources within 48 hours and 100% of
the required resources within 96 hours to commence and conduct these contracted
services.
3.3 Payment and Performance Bonds: Contractor shall provide payment and
performance bonds 7 — 10 days following activation of contract.
3.4 Time to Complete:
The Contractor shall complete all directed work as set out in Section 1.0 of this
Contract within (number of days will be determined once extent of damage has been
determined) working days and in accordance with Section 5.8 of this Contract.
4
3.5 Completion of Work:
The Contractor shall be responsible for removal of all debris up to the point where
remaining debris can only be described as storm litter and additional collection can
only be accomplished by the use of hand labor.
3.5.1 Extensions (optional):
In as much as this is a "time is of the essence" based Contract, the
commencement of contracted services will be as set out in Section 3.2. If the
completion of this Contract is delayed by actions of the City, then and in such
event the time of completion of this Contract shall be extended for such
additional time within which to complete the performance of the Contract as is
required by such delay. This Contract may be extended by mutual consent of
both the City and the Contractor for reasons of additional time, additional
services and/or additional areas of work.
3.6 Term of Contract:
The term of the Contract shall be for three (3) consecutive years beginning on the
date of acceptance by and signatures of the City and Contractor, whichever comes
later.
3.7 Contract Renewal:
This Contract may be renewed for additional one year terms after a written
concurrence of both parties on any negotiated changes to the terms and
specifications contained in this Contract. Section 7.0 of this Contract may be
reviewed and amended on an annual basis, at which time amended unit costs may
be submitted by the Contractor to the City to reflect the current disaster recovery
market value of all contracted services in this Contract. Such amendments shall
become part of this Contract after both parties sign any such written amendment(s)
as required by Section 8.3 of this Contract.
3.8 Contract Termination:
This Contract shall terminate upon (six) 6 months written notice from either party and
delivered to the other party, as set out in Section 8.1 of this Contract.
4.0 GENERAL RESPONSIBILITIES
4.1 Other Agreements:
The City may be required to enter into agreements with Federal and/or State
agencies for disaster relief. The Contractor shall be bound by the terms and
conditions of such agreements. The City shall provide Contractor with copies of any
such federal or state agreements within 7 days of the execution thereof.
4.2 City Obligations:
The City shall furnish all information and documents necessary for the
commencement of contracted services, including but not limited to a valid written
Notice To Proceed. A representative will be designated by the City to be the primary
point of contact for inspecting the work and answering any on site questions prior to
and after activation of this Contract via a written Notice To Proceed. The City is
responsible for issuing all Public Service Announcements (PSA) to advise citizens
and agencies of the available debris services. The Contractor may assist the City
with the development of debris -based PSA(s), if requested.
5
4.3 Conduct of Work:
The Contractor shall be responsible for planning and conducting all operations in a
satisfactory workmanlike manner. The Contractor shall exhibit respect for the
citizens and their individual private properties. All operations shall be conducted
under the review of a City Representative. The Contractor shall have and require
strict compliance with a written Code of Ethics. The Contractor will supervise and/or
direct all contracted services. The Contractor is solely responsible for the means,
methods, techniques, safety program and procedures. The Contractor will employ
and maintain on the work site a qualified supervisor who shall have full authority to
act on behalf of the Contractor and all communications given to the supervisor by the
City's Authorized Representative shall be as binding as if given to the Contractor.
4.4 Damages:
The Contractor shall be responsible for conducting operations in such a manner as
to cause the minimum damage possible to existing public, private and commercial
property and/or infrastructure. Contractor shall also be responsible for any property
damages solely caused or the result of the negligence of its employees and
subcontractors as set out in Sections 1.2 through 1.5 of this Contract. However, in
no event shall the Contractor's liability hereunder exceed the dollar amount paid or to
be paid to Contractor for its services under this Contract.
4.5 Other Contractor(s):
The Contractor shall acknowledge the presence of other contractors involved in
disaster response and recovery activities by the federal, state and local government
and of any private utility, and shall not interfere with their work.
4.6 Ownership of Debris (optional):
All debris, including regulated hazardous waste, shall become the property of the
Contractor for removal and lawful disposal. The debris will consist of, but not limited
to vegetative, construction and demolition, white goods and household solid waste.
4.7 Disposal of Debris:
Unless otherwise directed by the City, the Contractor shall be responsible for
determining and executing the method and manner for lawful disposal of all eligible
debris, including regulated hazardous waste. The primary location of the reduction
and disposal site(s) shall be determined by the City and Contractor. Other sites may
be utilized as directed and/or approved by the City.
4.8 Federal -Aid Requirements:
The Contract provisions of the Federal Highway Administration's Form FHWA-1273
(Appendix C), titled "Required Contract Provisions — — Federal -Aid Construction
Contracts" and FEMA FACT SHEET 9580.214, "Debris Removal on Federal -
Aid Highways, shall apply to all work performed by the Contractor or any of its
Subcontractors.
6
4.9 Compliance with Federal Laws:
This Contract is subject to Federal Laws. The Federal laws applicable to and
incorporated into this Contract are 2 C.F.R. 200.326 as described in Appendix II to
Part 200 — Contract Provisions for non -Federal Entity Contracts Under Federal
Awards, FEMA Public Assistance Program and Policy Guide, FEMA 325 Debris
Management Guide, FEMA Recovery Policy 9500 series and any other Federal rule,
regulation or policy relating to disaster debris.
5.0 GENERAL TERMS AND CONDITIONS
5.1 Geographic Assignment:
The geographic boundary for work by the Contractor's crews shall be as directed by
the City and will be limited to properties located within the City legal boundaries.
5.2 Multiple, Scheduled Passes (optional):
The Contractor shall make scheduled passes at the direction of the City and/or
unscheduled passes of each area impacted by the storm event. The City shall direct
the interval timing of all passes. Sufficient time shall be permitted between
subsequent passes to accommodate reasonable recovery and additional debris
placement at the ROW by the citizens and the City.
5.3 Operation of Equipment:
The Contractor shall operate all trucks, trailers and all other equipment in compliance
with any/all applicable federal, state and local rules and regulations. Equipment shall
be in good working condition. All loading equipment shall be operated from the road,
street or ROW using buckets and/or boom and grapple devices to collect and load
debris. No equipment shall be allowed behind the curb or outside of the public ROW
unless otherwise directed by the City. Should operation of equipment be required
outside of the public ROW, the City will provide a Right -of -Entry Agreement, as set
out in Section 1.6 of this Contract.
5.4 Certification of Load Carrying Capacity:
The Contractor shall submit to the City a certified report indicating the type of
vehicle, make and model, license plate number and/or trailer VIN number, assigned
debris hauling number and measured maximum volume, in cubic yards, of the load
bed of each piece of equipment to be utilized to haul debris.
The measured volume of each piece of equipment shall be calculated from the actual
physical measurement performed by the City and Contractor Representative(s). A
standard measurement form certifying actual physical measurements of each piece
of equipment shall be an attachment to the certified report(s) submitted to the City.
5.5 Vehicle Information:
The maximum load capacity of each hauling vehicle will be rounded to the nearest
whole cubic yard (CY). (Decimal values of .1 through .4 will be rounded down and
decimal values of .5 through .9 will be rounded up.) The measured maximum load
capacity (as adjusted) of any vehicle load bed will be the same as shown on the
trailer measurement form and painted on each numbered vehicle or piece of
equipment used to haul debris. All vehicles or equipment used for hauling will have
and use a Contractor approved tailgate, and sideboards will be limited to those that
protect the load area Qf the trailer.
7
5.6 Security of Debris During Hauling:
The Contractor shall be responsible for the security of debris on/in each vehicle or
piece of equipment utilized to haul debris. Prior to leaving the loading site(s), the
Contractor shall ensure that each load is secure and trimmed so that no debris
extends horizontally beyond the bed of the equipment in any direction. All loose
debris shall be reasonably compacted and secured during transport. As required,
the Contractor will survey the primary routes used by the Contractor and recover
fallen or blown debris from the roadway(s).
5.7 Traffic Control:
The Contractor shall mitigate impact on local traffic conditions to all extents possible.
The Contractor is responsible for establishing and maintaining appropriate traffic
control in accordance with the latest Manual of Uniform Traffic Control Devices. The
Contractor shall provide sufficient signing, flagging and barricading to ensure the
safety of vehicular and pedestrian traffic at all debris removal, reduction and/or
disposal site(s).
5.8 Work Days/Hours:
The Contractor may conduct debris removal operations from sunup to sundown,
seven days per week. Any mechanical, debris reduction operations or burning
operations may be conducted 24 hours a day, seven days per week. Adjustments to
work days and/or work hours shall be as directed by the City following consultation
and notification to the Contractor.
5.9 Hazardous and Industrial Wastes:
The Contractor shall set aside and reasonably protect all hazardous or industrial
materials encountered during debris removal operations for collection and disposal in
accordance with the Contractor's Hazardous and Industrial Materials Cleanup and
Disposal Plan. The Contractor will build, operate and maintain a Hazardous Waste
and Industrial Material Storage area until proper disposal of such waste is feasible.
The Contractor may use the subcontracting services of a firm specializing in the
management and disposal of such materials and waste, if/when directed by the City.
5.10 Stumps:
All hazardous/eligible stumps identified by the City will be pulled, loaded,
transported, stored, reduced and disposed in accordance with the standards of this
Contract. All stumps will be documented, invoiced and paid in accordance with
Stump Conversion Table — Diameter to Volume Capacity.
5.11 Utilizing Local Resources:
The Contractor shall, to the extent possible, give priority to utilizing resources within
the City. Debris Contract local preferences will include, but not limited to,
procurement of services, supplies and equipment, plus awarding service
subcontracts and employment to the local work force.
5.12 Work Safety:
The Contractor shall provide and enforce a safe work environment as prescribed in
the Occupational Safety and Health Act of 1970, as amended. The Contractor will
provide such safety equipment, training and supervision as may be required by the
City and/or Government. The Contractor shall ensure that its subcontracts contain a
similar safety provision.
8
5.13 Inspection and Testing:
All debris shall be subject to adequate inspection by the City or any public authority
in accordance with generally accepted standards to ensure compliance with the
Contract and applicable federal, state and local laws. The City will, at all times, have
access to all work sites and disposal areas. In addition, authorized representatives
and agents of the Government shall be permitted to inspect all work, materials,
invoices and other relevant records and documentation.
5.14 Other Agencies:
The term "Government" as used in this Contract refers to those governmental
agencies, which may have a regulatory or funding interest in this Contract.
6.0 REPORTS, CERTIFICATIONS and DOCUMENTATION
6.1 Accountable Debris Load Forms:
The City shall accept the serialized copy of the Contractor's debris reporting ticket(s)
as the certified, original source documents to account for the measurement and
accumulation of the volume of debris delivered and processed at the reduction
and/or disposal site(s). The serialized ticketing system will also be used in the event
of additional debris handling for volume reduction and/or the possible requirement for
a debris transfer station(s). These tickets shall be used as the basis of any
electronic generated billing and/or report(s).
6.2 Reports:
The Contractor shall submit periodic, written reports to the City as requested or
required, detailing the progress of debris removal and disposal. These reports may
include, but not limited to:
6.2.1 Daily Reports:
The daily reports may detail the location where passes for debris removal
were conducted, the quantity of debris (by type) removed and disposed and
the total number of personnel crews engaged in debris management
operations and the number of grinders, chippers and mulching machines in
operation. The Contractor will also report damages to private property
caused by the debris operation or damage claims made by citizens and such
other information as may be required to completely describe the daily conduct
of the Contractor's operations.
6.2.2 Weekly Summaries:
A summary of all information contained in the daily reports as set out in
Section 6.2.1 of this Contract or in a format required by the City.
6.2.3 Report(s) Delivery:
The scheduling, point of delivery and receiving personnel for the debris
operations report(s) will be directed by the City in consultation with the
Contractor.
9
6.2.4 Final Project Closeout:
Upon final inspection and/or closeout of the project by the City, the
Contractor shall prepare and submit a detailed description of all debris
management activities to include, but not limited to the total volume, by type
of debris hauled, reduced and/or disposed, plus the total cost of the project
invoiced to the City. If requested, any other additional information as may be
necessary to adequately document the conduct of the debris management
operations for the City and/or Government.
6.3 Additional Supporting Documentation:
The Contractor shall submit sufficient reports and/or documentation for debris
loading, hauling, disposal, and load capacity measurements as may reasonably be
required by the City and/or Government to support requests for debris project
reimbursement from external funding sources.
6.4 Report Maintenance:
Contractor will be subject to audit by federal, state and local agencies pursuant to
this Contract. The Contractor will maintain all reports, records, debris reporting
tickets and contract correspondence for a period of not less than three (3) years.
6.5 Contract File Maintenance:
The Contractor will maintain this Contract and the invoices that are generated for the
contracted services for a period of five (5) years or the period of standard record
retention of the City, whichever is longer.
7.0 UNIT PRICES and PAYMENTS
7.1 RFP Fee Schedule per attachment A dated June 1, 2017 (RFP response)
as amended October 5, 2017, to include CrowderGulf's "Cubic yard"
pricing in Pinellas County RFP 156-0491-P(JA) response dated May 25,
2017.
7.2 Billing Cycle:
The Contractor shall invoice the City on a 30 day basis reflecting the close of
business on the last working day of the billing period. Serialized debris reporting
tickets and disposal site verification of the actual cubic yardage for each load of
debris or itemized stumps will support all invoices.
7.3 Payment Responsibility:
The City agrees to accept the Contractor's invoice(s) and supporting documentation
as set out in Section 6.3 of this Contract and process said invoices for payment
within 15 business days of the receipt thereof. The City will advise the Contractor
within five (5) working days of receiving any debris service invoice that requires
additional information for approval to process for payment.
7.4 Ineligible Work:
The Contractor will not be paid for the removal, transportation, storage, reduction
and/or disposal of any material or stumps as may be determined by the City and/or
Go4ernment as ineligible debris.
10
7.4.1 Eligibility Inspections:
The Contractor and City will inspect each Toad to verify the contents are in
accordance with the accepted definition of eligible debris, as set out in
Section 1.1 of this Contract.
7.4.2 Eligibility Determinations:
If any load is determined to contain material that does not conform to the
definition of eligible debris, the load will be ordered to be deposited at another
landfill or receiving facility and no payment will be allowed for that load and
the Contractor will not invoice the City for such loads.
7.5 Unit Price/Service Negotiations:
Unknown and/or unforeseen events or conditions may require an adjustment to the
stated unit prices in Section 7 of this Contract. Any amendments, extensions or
changes to the scope of contracted services or unit prices are subject to full
negotiation(s) between the City and the Contractor and subject to the review of the
Government and must comply with Section 8.3 of this Contract.
7.6 Specialized Services:
The Contractor may invoice the City for costs incurred to mobilize and demobilize
specialized equipment required to perform services in addition to those specified
under Section 1.0 of this Contract. Additional specialized services will only be
performed if/when directed by the City. The rate for specialized mobilization and
demobilization shall be fair and reasonable as determined by the City.
8.0 MISCELLANEOUS
8.1 Notice:
Whenever in this Contract it is necessary to give notice or demand by either party to
the other, such notice or demand shall be given in writing and forwarded by certified
or registered mail and addressed as follows:
Contractor:
City:
CrowderGulf Joint Venture, Inc.
5435 Business Parkway
Theodore, AL 36582
800-992-6207
jramsay@crowdergulf.com
Earl Gloster
Director, Solid Waste/General Services
1701 N. Hercules Ave
Clearwater, FL
Phone 727-562-4990
Fax 727-562-4939y
Email ekrt1OS1“ e M l iv)i-1-• CO/A
8.2 Applicable Law:
The laws of the Florida shall govern this Contract. Any and all legal action necessary
to enforce the Contract will be held in Pinellas County, Florida, and the Contract shall
� be interpreted by the laws of Florida.
11
8.3 Entire Contract/Amendments:
This Contract (including any schedules or exhibits attached hereto) constitutes the
entire Contract and understanding between the parties with respect to the matters
contained herein. This Contract supersedes any prior contracts, negotiations,
proposals, agreements and/or understandings, whether verbal or written, relating to
the subject matter hereof. This Contract may be modified, amended or extended
only by a written instrument executed by both parties.
8.4 Waiver:
In the event one of the parties waives a default by the other, such a waiver shall not
be construed or deemed to be a continuing waiver of any subsequent breach or
default of the other provisions of this Contract, by either party.
8.5 Severability:
If any provision of this Contract is deemed or becomes invalid, illegal or unenforceable
under the applicable laws or regulations of any jurisdiction, such provision will be
deemed amended to the extent necessary to conform to applicable laws or
regulations. If it cannot be so amended without materially altering the intention of the
parties, it will be stricken and the remainder of this Contract will remain in full force and
effect.
IN WITNESS WHEREOF, the Contractor has caused this Contract to be signed in its corporate
name by its authorized representative and the City has caused this Contract to be signed in its
legal name by persons authorized to execute said Contract as of the day and year first written
above on page one.
Countersigned:
-Gte0tke ^Crt*C0S
George N. Cretekos
Mayor
A
roved as
rm:
Camilo A. Soto
Assistant City Attorney
CrowderGulf Joint Venture Inc.
n Ramsay
resident
CITY OF CLEARWATER, FLORIDA
By: J P . l
William B. Horne II
City Manager
Attest:
12
Rosemarie Call
City Clerk
Attest:
WesleyI F�`r(le
Contracts Administrator
CrowderGulf Joint Venture, Inc.
Amendment #1 - October 5, 2017
RFP #15-17 - Attachment A
Disaster Debris Removal and Disposal Services
NOTE: the Estimate Quantities are provided to faellitate an "event estimate" to evaluate proposals; extended ane
costs are not required
Fee Schedule Part A: Services Unit Prices
item
Description
Estimate
Quantity
Unit
Unit Price
Al
Loading and hauling debris from public property and rights-of-way to
a debris management site (DMS)
60
Ton
w
$70.00
A2
Loading and hauling debris from public property, rights-of-way, or the
DMS, to a final disposal site
120
Ton
$78.00
A3
Debris reduction by chipping/grinding
40
Ton
$30.00
A4
Rights-of-way white goods removal
50
Per Unit
$30.00
A5
Freon management and recycling
SO
Per Unit
$35.00
A6
Animal carcass collection, hauling, and final disposal
5
Per Pound
$0.50
A7
Loading and hauling debris reduction by-products to a final disposal
site
100
Per Ton
$30.00
A8
Loading and hauling household hazardous waste to a final disposal
site
500
Per Pound
55.00
A9
Hazardous stump removal 24" to 36.99" diameter
40
Each
$140.00
A10
Hazardous stump removal 37" to 48.99" diameter
20
Each
$240.00
All
Hazardous stump removal 49" and larger
5
Each
$340.00
Al2
Hazardous tree removal 6" to 12.99" diameter
320
Each
$25.00
A13
Hazardous tree removal 13" to 24.99" diameter
150
Each
$90.00
A14
Hazardous tree removal 25" to 36.99" diameter
40
Each
5125.00
A15
Hazardous tree removal 37" to 48.99" diameter
10
Each
$250.00
A16
Hazardoues tree removal 49" and larger
5
Each
$325.00
A17
Hazardous limbs larger than 2" diameter
6,000
Each
$70.00
A18
Clean, fill dirt - supply and delivery
100,000
Cubic Yard
_
$18.00
A19
,
Sand screening
100,000
Cubic Yard
530.00
A20
Removal of electronic waste
100
'Per Unit
535,00
- A21
Marine vessel removal
40
Linear Foot_
$25.00
A22
Vehicle removal
30
Per Unit
$250.00
A23
Land vessel removal
40
Linear Foot
$20.00
A24
Waterway debris removal
1
Ton
$95.00
A25
Hauling debris from DMS to final disposal 0-15 miles
300,000
Per Tan
$28.00
A26
Hauling debris from DMS to final disposal 15.1-30 miles
300,000
Per Ton
538.00
A27
Hauling debris from DMS to final disposal 30.1-60 miles
300,000
Per Ton
$48.00
A28
Hauling debris from DMS to final disposal 60.1 -plus miles
300,000
Per Ton
555.00
A29
Office trailer, temporary
1
Per Day
$400.00
OTHER SERVICES
CrowderGulf Joint Venture, Inc.
Amendment 1 - October 5, 2017/
RFP #15-17 - Attachment A
Disaster Debris Removal and Disposal Services
NOTE: the Estimate Quantities are provided to facilitate an "event estimate" to evaluate proposals; extended line
costs are not required
Fee Schedule Part 8: Hourly Labor, Equipment, and Material Rates
item
Description
Estimate
Quantity
Unit
Unit Price
131
Wheel loader with utility grapple, 1.5 CY, 95 HP
140
Per Hour
560.00
82
Wheel loader with utility grapple, 3 CY, 152 HP
-
140
Per Hour
$100.00
83
Wheel loader with utility grapple, 4 CY, 200 HP
140
Per Hour
$110.00
85
Compact trackloader with utility grapple, 1,500 Ib.
140
Per Hour
565.00
B6
Compact trackloader with utility grapple, 2,500 ib.
140
Per Hour
570.00
87
Steer Loader with street sweeper
300
Per Hour
$60.00.,
550.00
- 88
Tractor/grader with box blade or rake, minimum 30,000 lb.
200
Per Hour
B9
Lag skidder
200
Per Hour
580.00
810
.D4 dozer or equivalent
140
Per Hour
560.00
811
D5 dozer or equivalent
140
Per Hour
570.00
812
D6 dozer or equivalent
140
Per Hour
$90.00
813
D7 dozer or equivalent
140
Per Hour
$110.00
814
08 dozer or equivalent
140
Per Hour
5150.00
815
Hydraulic excavator, 1.5 CY with thumb
140
Per Hour
580.00
816
Hydraulic excavator, 2.5 CY with thumb
140
Per Hour
$95.00
B17
Knuckleboom loader
200
Per Hour
580.00
818
Hand -fed debris chipper
280
Per Hour
535.00`
819
800 -1,000 HP tub grinder
280
Per Hour
5500.00
820
30 ton crane
100
Per Hour
5150.00
_ 821
50 ton crane
140
Per Hour
5170.00
B22
100 ton crane
140
Per Hour
5275.00
823 ^
40 - 60' bucket truck
280
Per Hour
590.00
824
Greater than 60' bucket truck
100
Per Hour
$150.00
825
Fuel/service truck
280
Per Hour
$75.00
826
Water truck, 2,500 gallon, non -potable
280
Per Hour
$64.00
827
Lowboy trailer with tractor
140
Per Hour
590.00
828
Flatbed truck
140
Per Hour
550.00
829
Pick-up truck, 1 ton
140
Per Hour
530.00
830
Self -loading dump truck with debris grapple
280
Per Hour
5130.00
831
,Single axle dump truck 5-12 cubic yard
280
Per Hour
$45.00
632
Tandem axle dump truck 16+1- cubic yard
140
Per Hour
550.00_
B33
Tandem axle dump truck 20+/- cubic yard
140
Per Hour
560.00
834
Tandem axle dump truck 38+/- cubic yard
140
Per Hour
580.00
835
Power screen200
Per Hour
5150.00
836
Stacking conveyor
v 200
Per Hour
550.00
837
Chainsaw
200
Per Hour
53.00
638
Generator, 5.5 kW capacity
140
Per Hour
535.00
839
Generator, 200 kW capacity
140
Per Hour
5125.00
840
Generator, 2,500 kW capacity I
140
Per Hour
$800.00
CrowderGulf Joint Venture, Inc.
Amendment 1 - October 5, 2017
841
Light plant Including fuel and support
280
Per Hour
$19.00
842
Pump, 95 HP, minimum 25' Intake and 200' discharge including fuel
support
140
Per Hour
533.00
843
_and
Pump, 200 HP, minimum 25' intake and 200' discharge including fuel
and support
140
Per Hour
554.00
844
pump, 650 HP, minimum 25' intake and 200' discharge including fuel
and suport
140
Per Hour
580.00
B45
Air curtain Incinerator, self-contained
140
Per Hour
$40.00
846
Mobile command and communications trailer
240
Per Hour
$50.00
847 ...Laborer,
Laborer, small hand tools, traffic control flogger
200
Per Hour
$32.00
848
sawman
200
Per Hour
$32.00~
849
Crew Foreman with cell phone, truck and miscellaneous tools
240
Per Hour
$45.00
850
_
Operations Manager with cell phone, truck and misc. tools
240
Per Hour
552.00
851
Tree climber
200
Per Hour
$90.00
B52
Security personnel, bonded and certified
240
Per Hour
540.00
OTHER HOURLY LABOR, EQUIPMENT, AND MATERIAL
Attachment A Fee Schedule Modified October 5, 2017
(adopted from Pinellas County RFP 156-0491-P(JA))
Vegetative Collect and Raul
0-15 miles vegative from right-of-way (ROW) to
Debris Management Site (DMS)
16-30 miles vegetative from ROW to DMS
31-60 miles vegetative from ROW to DMS
60+ miles vegetative from ROW to DMS
Management and Reduction - Grinding
C & D (Construction and Demolition Debris) Collect and Haul
0-15 miles C&D from ROW to DMS
16-30 miles C&D from ROW to DMS
31-60 miles C&D from ROW to DMS
60+ miles C&D from ROW to DMS
Final Disposal
0-15 miles from DMS to Final Disposal
16-30 miles from DMS to Final Disposal
31-60 miles from DMS to Final Disposal
60+ miles from DMS to Final Disposal
CY $7.40
CY $8.00
CY $8.40
CY $9.50
CY $2.40
CY $7.40
CY $8..00
CY $8.40
CY $9.50
CY $2.70
CY $3.30
CY $4.50
CY $6.00
Waterway Debris Removal (canals, rivers, creeks, streams, ditches)CY $35.00
Sand Collection and Screening CY $10.00