Loading...
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