CITY OF GREENACRES - Gadsden County, FL



GADSDEN COUNTY, FLBOARD OF COUNTY COMMISSIONERSQUINCY, FLORIDA INVITATION TO BIDGadsden County EmergencyDebris RemovalQuincy, FLBID NO. 20-15MANAGEMENT SERVICES DEPARTMENTPurchasing DivisionGADSDEN COUNTYBOARD OF COUNTY COMMISSIONERSADVERTISEMENT FOR BIDSEmergency Debris RemovalGadsden County Public Works BID NO. 20-15The Gadsden County Board of County Commissioners is soliciting bid proposals from experienced and qualified contractors to provide Emergency Debris Removal Services. RFP No.:20-15Contracting Officer:Lisa RobinsonProposal Due Date:August 14, 2020Pre-Bid Meeting Date:NoneProposal Time:10:00 AM ESTRFP Issue Date:July, 17, 2020Sealed bid proposals must be delivered at the address below:Management Services DepartmentATTN: Sandra Ford5-B E. Jefferson StreetRoom 204Quincy, Florida 32351All bid proposals shall be submitted in duplicate (one original and three copies) in sealed envelopes/packages addressed to the Management Services Department and marked “BID NO. 20-15; Emergency Debris Removal”. Any bid proposal received after the designated date will be returned unopened. Bidders desiring copies of the bid document for use in preparing a bid proposal may obtain a set of such documents from the County’s Website at or by contacting the Purchasing Division at 5-B E. Jefferson Street, Quincy, Florida 32351, Telephone (850) 875-7243.The County reserves the right to accept or reject any and all bid proposals and to waive any technicalities or irregularities therein. The County further reserves the right to award the agreement to that bidder whose bid proposal best complies with the specifications. Bidders may withdraw their bid proposals by notifying the County in writing at any time prior to the deadline for bid proposal submittal. After the deadline, the bid proposal will constitute an irrevocable offer, for a period of sixty (60) days. Once opened, bid proposals become a record of the County and will not be returned to the bidders.Date Issued: 07-17-2020GADSDEN COUNTYBOARD OF COUNTY COMMISSIONERSGadsden County Emergency Debris RemovalBID NO. 20-15TABLE OF CONTENTSSubject Page NumberCover 1Advertisement2Table of Contents3SECTION I – GENERAL TERMS AND CONDITIONSGeneral Terms and Conditions4SECTION II – SPECIAL TERMS AND CONDITIONSSpecial Terms and Conditions9SECTION III – SCOPE OF WORK3-1. Work Objective133-2. Background133-3. Scope of Work13SUBMITTAL FORMS/ATTACHMENTSBid Proposal Form14Bidders Certification …………………………………………………………………15Bidder Qualifications16Professional References17Drug-Free Certification19Cooperative Purchasing20List of Proposed Subcontractors21Notice of Bid / Statement of Non-Response22Sample AgreementAttachment AGADSDEN COUNTYBOARD OF COUNTY COMMISSIONERS SECTION I – GENERAL TERMS AND CONDITIONSGENERAL INFORMATION:These documents constitute the complete set of specification requirements and bid forms. Bid proposal is to be filled in, signed, sealed and mailed or presented to the Purchasing Division on or before the specified date and time.It is sole responsibility of the bidder to ensure that his/her bid proposal reaches the Purchasing Division on or before the closing date and time. The County shall in no way be responsible for delays caused by any other occurrence. Offers by telephone, email, telegram or facsimile will not be accepted.The bid time must be and shall be scrupulously observed. Under no circumstances will bid proposals delivered after the time specified be considered. Such bid proposals shall be returned to the vendor unopened.All bid proposals must be typewritten or written in ink and must be signed in blue ink by an officer or employee having authority to bind the company or firm. No electronic signature shall be accepted.Bidders shall not be allowed to modify their bid proposals after the opening date and time. Bid proposal files may be examined during normal working hours, after bid opening, by appointment only.For information concerning this bid, please contact:Management Services DepartmentPurchasing Division5-B E. Jefferson StreetRoom 204Quincy, FL 32351(850) 875-7243INQUIRIES:Interested bidders may contact the County’s Purchasing Division with questions about the bid by e-mail at sford@. The Purchasing Division is located at 5-B E. Jefferson Street, Quincy, Florida 32351. All bidders are expected to carefully examine the bid documents. Any ambiguities or inconsistencies should be brought to the attention of Sandra Ford through written communication. The Purchasing Director will receive written requests for clarification concerning the meaning or interpretations of this bid, until ten (10) days prior to the submittal date. County personnel are authorized only to direct the attention of prospective bidders to various portions of the bid so that they may read and interpret such for themselves. No employee of the County is authorized to interpret any portion of this bid or give information as to the requirements of the bid in addition to what is contained in the written bid document.BID TABULATION:Bidders may request a copy of the bid tabulation in writing to sfaircloth@.POSTING OF BID TABULATIONS:Bid tabulations with recommended awards will be posted for review by interested parties at the Purchasing Division website prior to submission through the appropriate approval process and will remain posted for a period of five (5) calendar days. Failure to file a protest to the Purchasing Agent within the time prescribed shall constitute a waiver of proceedings.BID FORMS:Bidders must use the original Bid Proposal Form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Bid proposals on vendor quotation forms will not be accepted. Bidders may use an attachment as an addendum to the Bid Proposal Form(s) if sufficient space is not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the original bid documents by the bidder, whether intentional or otherwise, will constitute grounds for rejection of a bid proposal. Any such modifications or alterations a bidder wishes to propose must be clearly stated in the bidder’s bid proposal and presented in the form of an addendum to the original bid documents.DEVELOPMENT COSTS:Neither the County nor its representatives shall be liable for any expenses incurred in connection with preparation of a response to this Invitation to Bid. Bidders should prepare their bid proposals simply and economically, providing a straightforward and concise description of the bidder’s ability to meet the requirements of the bid.DELAYS:The County may delay scheduled due dates if it is to the advantage of the County to do so. The County will notify bidders of changes in scheduled due dates by written addenda.LICENSES AND PERMITS:It shall be the responsibility of the successful bidder to obtain at no additional cost to the County, all licenses and permit required to complete contractual service. A copy of these licenses shall be submitted with bid proposal. A copy of these permits shall be submitted prior to commencement of work. Fees for permits from the County shall be waived for work related to this bid, however, the successful bidder must pay any applicable County Business Tax Receipt fees.CERTIFICATIONS:When applicable, bidder must hold Certificate of Competency issued by the State of Florida and a copy of certificate and license must be submitted with bid proposal and must be in the name of the bidder shown on the Bid Proposal page.CONTRACT EXTENSION:The County reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days if a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the County and as mutually agreed upon by the County and the contractor.AWARDS:As the best interest of the County may require, the right is reserved to make award(s) by individual commodities/services, all or none or any combination thereof. A bidder desiring to bid “No Charge” must so indicate, otherwise the bid proposal will be construed as incomplete and may be rejected.CONTRACTUAL AGREEMENT:The form of the agreement will be determined by the County. If a sample agreement is included in the bid, the County anticipates that the final agreement will be in substantial conformance with this sample agreement; nevertheless, bidders are advised that any agreement that may result from the bid may deviate from the sample agreement.It is expressly agreed that the bidder is and shall be in the performance of all work, services, and activities under the agreement independent and not an employee, agent, or servant of the County.? All persons engaged in any work, service or activity performed pursuant to the purchase order shall at all times and in all places be subject to bidder's sole direction, supervision and control.? Bidder shall exercise control over the means and manner in which it and its employees perform and work. In all respects bidder's relationship and the relationship of its employees to the County shall be independent and not as employees or agents of the County.This Invitation to Bid shall be included and incorporated in the final award. The order of contractual precedence will be the agreement or price agreement document, original bid terms and conditions, purchase order, and bidder proposal. Any and all legal action necessary to enforce the award will be held in Palm Beach County and the contractual obligations will be interpreted according to the laws of Florida. Any cost of expenses to enforce the agreement, including attorney’s fees, incurred by the County of Gadsden shall be borne by the bidder. Any additional contract or agreement requested for consideration by bidder must be attached and enclosed as part of the bid proposal.SUBCONTRACTING:If a bidder subcontracts any portion of services provided under a resulting agreement for any reason, bidder must include, in writing, the name and address of the subcontractor and extent of work to be performed.? This information shall be submitted with bid proposal response and approved by the County.? The County reserves the right to reject a bid proposal, of any bidder, if the bid proposal names a subcontractor who has failed in the proper performance of an agreement or is not in position to perform properly under this award.? Subcontractors shall be responsible for meeting and submitting the insurance and licensing requirements set forth in the bid documents to the bidder, or the bidder shall extend their insurance policy to cover the subcontractor and their employees.? It shall be the responsibility of the bidder to ensure that insurance and licenses required by this agreement are in effect.PRICE/DELIVERY:The County requires a firm price for the agreement period. Any fees incurred will be checked to confirm compliance with quoted pricing. Failure to hold prices firm through the entire agreement term will be grounds for agreement termination. All prices shall be F.O.B. destination, freight prepaid (bidder) pays and bears freight charges, bidder owns goods in transit and files any claims). Pricing shall include all transportation charges, labor, and equipment used for delivery to destination and any charges necessary for the exchange of any item that fails to meet specifications.Price quoted must be the price for new merchandise and free from defects. Any bid proposals containing modifying or “escalator” clauses will not be considered unless specifically requested in the bid specifications. “Acceptance” as herein used means the acceptance by County of Gadsden, herein referred to as County, after the Purchasing Agent or his authorized agent has, by inspection or test of such items, determined that they fully comply with specifications.Deliveries of all items shall be made as soon as possible. In the appropriate blank on the bid proposal form, the vendor must indicate the best delivery date after receipt of order (ARO). Deliveries resulting from this bid are to be made during the normal working hours of the County. Time is of the essence and the bidder’s delivery date must be specified and adhered to. Should the bidder, to whom the order or agreement is awarded, fail to deliver on or before his/her stated date, the County reserves the right to CANCEL the order or agreement and make the purchase elsewhere. The successful bidder(s) shall be responsible for making any and all claims against carriers for missing or damaged items.NEWS RELEASES:The bidder shall obtain the prior approval of the County Administrator’s Office for any and all news releases and/or other publicity pertaining to this bid or the service, study or project to which it relates.ADDITIONS OR DELETION OF SERVICES:The County reserves the right to add to the services specified in this bid, or to delete any portion of the scope of services at any time.QUANTITIES:The quantity requirements, if established herein, are estimated. The County reserves the right to increase or decrease the total quantities of any item or service to meet actual needs. There shall be no quantity pricing restrictions.ACCEPTANCE/REJECTION:The County reserves the right to accept or to reject any or all bids and make the award to that bidder, who in the opinion of the County, will be in the best interest of and/or the most advantageous to the County. The County also reserves the right to reject the bid proposal of any bidder who has previously failed in the proper performance of an award or to deliver on time agreements of a similar nature or who is not in a position to perform properly under this award. The County reserves the right to waive any irregularities and technicalities and may, at its discretion, request a re-bid.ALTERNATIVES/APPROVED EQUAL/DEVIATIONS:Unless otherwise specified, the mention of the particular manufacturer’s brand name or number in the specifications does not imply that this particular product is the only one that will be considered for purchase. This reference is intended solely to designate the type or quality of merchandise that will be acceptable. Alternate offers will be considered and must include descriptive literature and/or specifications. Failure to provide descriptive literature and/or specifications with alternate offers may be cause for disqualification of the bid. The County shall make the determination as to whether any alternate product or service is or is not equal, and such determination shall be final and binding upon all bidders.The bidder shall be responsible for reading carefully, and understanding completely, the requirements and specifications of the items bid upon. Any deviation from specifications listed herein must be clearly indicated, otherwise it will be considered that items offered are in strict compliance with these specifications, and the successful bidder will be held responsible. Therefore deviations must be explained in detail on an attached sheet(s) and itemized by number. Any item(s) that do not meet the County’s specifications upon delivery will not be accepted and if the item cannot be brought up to specifications in a reasonable time (reasonable time as determined by the County), the bidder will be required to compensate the County for difference in price incurred from going to the next low bidder.NO BID:Where more than one item is listed, any items not bid upon shall be indicated “NO BID.” If no items are bid on, the “Statement of Non-Response” should be returned, with the envelope plainly marked “NO BID” and with the bid number. Failure to do so will be an indication that the bidder does not wish to be considered for future bids/RFPs.OMISSION OF DETAILS:Omission of any essential details from these specifications will not relieve the bidder of supplying such product(s) as specified. MISTAKES:In the event of extension error(s) the unit price will prevail and the bidder’s total offer will be corrected accordingly. In the event of addition errors, the extended totals will prevail and the bidder’s total will be corrected accordingly. If there is a difference between the written price and the numerical price, the written price shall prevail. Bidders must check their bid proposal where applicable. Failure to do so will be at the bidder’s risk. Bid proposals having erasures or corrections must be initialed in ink by the bidder.AVAILABILITY OF FUNDS:The obligations of the County under this award are subject to the availability of funds lawfully appropriated for its purpose by the Board. PAYMENT:The County will make payment after all commodities/services have been received/completed, accepted and properly invoiced as indicated in agreement and/or order. Invoices must bear the purchase order number. Payment shall be made within 30 days of such acceptance.DISCOUNT:Bidders may offer a discount for prompt payment. However, such discounts will not be considered in determining the lowest net cost for bid evaluation purposes, unless otherwise specified in Special Conditions. Bidders should reflect any discounts to be considered in the bid evaluation in the unit prices bid.ADDITIONAL SERVICES:The County may require additional services, similar in scope to the requirements of this RFP, from time to time. Services not specifically identified in this RFP may be added by mutual agreement of the Parties and approval of the County Manager.TERMINATION:Termination for CauseIf, through any cause, the bidder shall fail to fulfill in a timely and proper manner, its obligations under the Purchase Order, or if the bidder shall violate any of the provisions of the Purchase Order, the County may upon written notice to the bidder, terminate the right of the bidder to proceed under the Purchase Order, and may hold the bidder liable for any damages caused to the County by reason of such default and termination. In the event of such termination, any completed services performed by the bidder under the agreement shall, at the option of the County, become the County’s property and the bidder shall be entitled to receive equitable compensation for any work completed to the satisfaction of the County. The bidder, however, shall not thereby be relieved of liability to the County for damages sustained by the County by reason of any breach of the agreement by the bidder, and the County may withhold any payments to the bidder for the purpose of off set until such time as the amount of damages due the County from the bidder is determined. The bidder shall not be held liable for damages solely for reasons of delay if the delay is due to causes beyond its control and without its fault or negligence, but this shall not prevent the County from terminating the agreement because of such delay.Termination for ConvenienceThe County reserves the right, in its best interest as determined by the County, to cancel any agreement by giving the bidder a thirty (30) day written notice.PERFORMANCE:The County may return, for full credit, any item(s) received which fail to meet the County's performance standards.CANCELLATION:Orders will be subject to immediate cancellation if either product or service does not comply with specifications, as stated herein, or fails to meet the County’s performance PLIANCE WITH OCCUPATIONAL SAFETY AND HEALTH:Bidder certifies that all material, equipment, etc., contained in his/her bid proposal meets all O.S.H.A. requirements. Bidder further certifies that, if he/she is the successful bidder, and the material, equipment, etc., delivered is subsequently found to be deficient in any O.S.H.A requirement in effect on date of delivery, all costs necessary to bring the material, equipment, etc., into compliance with the aforementioned requirements shall be borne by the bidder.MATERIAL SAFETY DATA SHEET:In compliance with Chapter 442, Florida Statutes, a Material Safety Data Sheet (MSDS) must accompany any toxic substance resulting from this bid. The MSDS must include the following information:The identity used on the chemical product’s label.The chemical and the common name(s) of all ingredients that have been determined to be a health hazard.Physical and chemical characteristics of the hazardous chemicals (i.e. vapor pressure, flashpoint).The physical hazards of the hazardous chemical, including the potential for fire, explosion and reactivity.The health hazards of the hazardous chemical, including signs and symptoms of exposure.The primary route(s) of entry.The Occupational Safety and Health Administration (OSHA) permissible exposure limit, American Conference of Governmental Industrial Hygienists (ACGIH) Threshold Limit Value, and any other exposure limit used or recommended.Whether the hazardous chemical is listed on the National Toxicology Program (NTP) Annual Report on Carcinogens (latest edition) or has been found to be a potential carcinogen.Any general applicable precautions for safe handling and use that are known.Any general applicable control measures that are known.Emergency and first aid procedures.The date of MSDS preparation or last change to it.The name, address and telephone number of the chemical manufacturer or importer.SAFETY REGULATIONS:Equipment must meet all State and Federal safety regulations for grounding of electrical equipment.CODES AND REGULATIONS:The bidder must strictly comply with all Federal, State and local building and safety codes.FEDERAL AND STATE TAX:The County is exempt from all Federal, State, and Local taxes. An exemption certificate will be provided where applicable upon request. The County is exempt from Federal and State Taxes for tangible personal property. The Purchasing Agent will sign an exemption certificate submitted by the successful bidder. Vendors or contractors doing business with the County shall not be exempted from paying sales tax to their suppliers for materials to fulfill contractual obligations with The County, nor shall any said vendor or contractor be authorized to use the County’s tax exemption number in securing such materials.LEGAL REQUIREMENTS:Federal, State, County and local laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder shall in no way be a cause for relief from responsibility.Bidders doing business with the County are prohibited from discriminating against any employee, applicant or client because of race, creed, color, religion, national origin, sex, age or non-disqualifying physical or mental disability, with regard to but not limited to the following: employment practices, rates of pay or other compensation methods, and training selection.Identical Tie Bids/Proposals shall be awarded in accordance with the preference established in Section 287.087, Florida Statutes, to a bidder submitting the attached Drug-Free Workplace Certification form properly completed and certified. In the event that tie bids/proposals are received either from bidders who have all submitted a Drug-Free Workplace Certification or none of whom who have submitted such certification, the award will be made in accordance with County purchasing procedures pertaining to tie bids/proposals. A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid proposal on an agreement to provide any goods or services to a public entity, may not submit a bid proposal on an agreement with a public entity for the construction or repair of a public building or public work, may not submit bid proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor or consultant under an agreement with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO (Currently $35,000) for a period of 36 months from the date of being placed on the convicted vendor list.UNIFORM COMMERCIAL CODE:The Uniform Commercial Code (Florida Statutes, Chapter 672) shall prevail as the basis for contractual obligations between the awarded bidder and the County for any terms and conditions not specifically stated in the Invitation to Bid.INDEMNIFICATION:Bidder agrees to protect, defend, reimburse, indemnify and hold the County, its agents, employees and elected officers and hold each of them free and harmless at all times from and against any and all claims, liability, expenses, losses, suits, costs, fines and damages (including attorney fees) and causes of action of every kind and character against or from the County by reason of any damage to property or the environment, or bodily injury (including death) incurred or sustained by any party hereto, or any party acquiring any interest hereunder, and any third or other party whomsoever, or any governmental agency, arising out of or incident to or in connection with bidder’s performance under this agreement, bidder’s acts, omissions or operations hereunder, or the performance, nonperformance or purported performances of the bidder or any breach of the items of this agreement; provided, however, the bidder shall not be responsible to the County for damages resulting out of bodily injury or to property which bidder can establish as being attributable to the sole negligence of the County, its respective agents, servants, employees or officers.This indemnification shall include, but not be limited to, suits, actions or claims brought because of any injuries or damage sustained by any person or property on account of the bidder’s operations in connection with the agreement; or on account of or in consequence of any neglect in constructing the work; or because of any act or omission by the bidder; or because of any claims or amounts recovered for any infringement of patent, trademark or copyright; or from any claims or amounts arising or recovered under the bidder under his agreement; as is considered necessary by the County, or in the case no monies are due, his surety shall be held until such suits, actions or claims for injuries or damages, as aforesaid, shall have been steeled and suitable evidence to the effect furnished to the County.The bidder acknowledges and agrees that the County would not enter into an agreement without this indemnification of the County by the awarded bidder, and that the County’s entering into an agreement shall constitute good and sufficient consideration for this indemnification.? These provisions shall survive the expiration or earlier termination of the agreement.? Nothing in the agreement shall be construed to affect in any way the County’s rights, privileges, and immunities as set forth in Florida Statutes 768.28.CONE OF SILENCE:The County complies with the Cone of Silence, which provides for a prohibition on any communication, except for written correspondence, regarding a particular request for bid, request for qualification, bid, or any other competitive solicitation between any person or person’s representative seeking an award and any member of the County or employee authorized to act on behalf of the County to award an agreement. The cone of silence shall be in effect as of the deadline to submit the proposal, bid, or other response to a competitive solicitation and shall terminate at the time the County Commission or department authorized to act on behalf of the County Commission, awards or approves a proposal, rejects all proposals, responses, or otherwise takes action which ends the solicitation process. All communications?regarding this competitive solicitation shall be addressed in written form to Purchasing staff only.? These provisions do not apply to oral communications at any public proceeding, selection committee presentation, or negotiation meeting.CONFLICT OF INTEREST:The award is subject to provisions of State Statutes and County Ordinances. All bidders must disclose with their bid proposal the name of any officer, director or agent who is also an employee of the County. Further, all bidders must disclose the name of any County employee who owns, directly or indirectly, an interest of ten (10) percent or more in the bidder’s firm or any of its branches.NON-COLLUSION:Bidder, by submitting a bid proposal, certifies that their bid proposal is made without previous understanding, agreement or connection with any person, firm or corporation making a bid proposal for the same material, supplies, equipment or services and is in all respects, fair and without collusion or fraud.No premiums, rebates or gratuities permitted; either with, prior to, or after any delivery of material or provision of services. Any such violation may result in agreement cancellation, return of materials or discontinuation of services and the possible removal from the vendor bid list(s). Only one (1) bid proposal from any individual, firm, partnership, or corporation, under the same or different names, will be considered. Should it appear to the County that any bidder is interested in more than one (1) bid proposal for work contemplated; all bid proposals in which such a bidder is interested will be rejected.CODE OF ETHICS:If any bidder violates or is a party to a violation of the code of ethics of Gadsden County or the State of Florida with respect to this bid, such bidder may be disqualified from performing the work described in this bid or from furnishing the goods or services for which the bid proposal is submitted and shall be further disqualified from submitting a response on any future bids/RFPs for work, goods or services for the County of Gadsden. GOVERNING LAW AND VENUE:Any agreement resulting from this bid shall be governed by the laws of the State of Florida.? Any and all legal action necessary to enforce the agreement will be held in Gadsden County and the agreement will be interpreted according to the laws of Florida.? No remedy herein conferred upon any party is intended to be exclusive of any other remedy, and each such remedy shall be cumulative and shall be in addition to every other remedy given hereunder or now or hereafter existing at law or in equity or by statute or otherwise.? No single or partial exercise by any party or any right, power, or remedy hereunder shall preclude any other or further exercise thereof.EEO STATEMENT:The County is committed to assuring equal opportunity in the award of agreements and, therefore, complies with all laws prohibiting discrimination on the basis of race, creed, color, religion, national origin, sex, age and non-disqualifying physical or mental disability.SEVERABILITY:The invalidity, illegality, or unenforceability of any provision of the agreement, or the occurrence of any event rendering any portion or provision of the agreement void, shall in no way affect the validity or enforceability of any other portion or provision of the agreement.? Any void provision shall be deemed severed from the agreement and the balance of the agreement shall be construed and enforced as if the agreement did not contain the particular portion or provision held to be void.? The parties further agree to reform the agreement to replace any stricken provision with a valid provision that comes as close as possible to the intent of the stricken provision. The provisions of this section shall not prevent the entire agreement from being void should a provision which is of the essence of the agreement be determined to be void.PUBLIC RECORDS:Upon award recommendation or thirty (30) days after opening, whichever occurs first, bid proposals become public records and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Bidders must invoke the exemptions to disclosure provided by law in the response to the bid, and must identify the data or other materials to be protected, and must state the reasons why such exclusion from public disclosure is necessary. RECORDS/AUDITS:The County of Gadsden is a public agency subject to Chapter 119, Florida Statutes. The Contractor shall comply with Florida’s Public Records Law. Specifically, the Contractor shall: Keep and maintain public records required by the County in order to perform the service. Upon request from the County’s custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the County. Upon completion of the contract, transfer, at no cost to the County, all public records in possession of the Contractor, or keep and maintain public records required by the County to perform the service. If the Contractor transfers all public records to the County upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the County, upon request from the County’s custodian of public records in a format that is compatible with the information technology systems of the County.During the term of the contract, the Contractor shall maintain all books, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the County’s Auditor. The Contractor agrees to make available to the County’s Auditor, during normal business hours and in Gadsden County, all books of account, reports and records relating to this contract.PUBLIC RECORDS CUSTODIAN:IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT:Management Services Department5-B E. Jefferson St. Quincy, FL 32351(850) 875-7243. SECTION II – SPECIAL TERMS AND CONDITIONSINTRODUCTION: The County of Gadsden is requesting sealed bid proposals from experienced and qualified contractors for debris removal and disposal services. Bidders shall become familiar with any and all conditions and requirements that may in any manner affect the work to be performed. No additional allowance will be made due to lack of knowledge of these conditions. BID PROPOSAL SUBMISSION AND WITHDRAWAL: All bid proposals shall be submitted in duplicate (one original and three copies) in sealed envelopes/packages addressed to the Management Services Department and clearly marked on the outside of the package as follows: BID NO. 20-15; Emergency Debris Removal. The package shall also include the bidder’s return address. Bid proposals must be received by 10:00 AM, EST, on August 14, 2020 at the following address:MANAGEMENT SERVICES DEPARTMENTATTN: Sandra Ford5-B E. Jefferson StreetRoom 204Quincy, Florida 32351The bidder will be responsible for timely delivery, whether by personal delivery, US Mail or any other delivery medium. The County assumes no responsibility for bid proposals received after the advertised opening or at any office or location other than that specified herein, whether due to mail delays or other reasons. Bid proposals may not be faxed or submitted electronically. Any bid proposal received after the established deadline will not be considered and will be returned unopened to the bidder. Telephone confirmation of timely receipt of the bid proposal may be made by calling (850) 875-7243, before the bid opening time.Bidders may withdraw their bid proposals by notifying the County in writing at any time prior to the deadline for bid proposal submittal. After the deadline, the bid proposal will constitute an irrevocable offer, for a period of sixty (60) days. Once opened, bid proposals become a record of the County and will not be returned to the bidders.Bid proposals must be completed and manually signed by the authorized representative in the space provided. If the bid proposal is made by an individual, his name and post office address shall be shown. If made by a firm or partnership, the name and post office address of each member of the firm or partnership shall be shown. If made by a corporation, the person signing the bid proposal shall show the name of the state under the laws of which the corporation was incorporated, also the names and business addresses of its president, secretary and treasurer. The bid proposal shall bear the seal of the corporation attested by the secretary. Anyone signing the bid proposal as agent shall file with the bid proposal, legal evidence of his authority to do so.BIDDER’S RESPONSIBILITY:Before submitting a Proposal, each Bidder shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Bidder from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Bidder.ADDENDUM: The issuance of an addendum(s) is the only official method whereby interpretation, clarification, changes, modifications or additional information may be provided by the County. It shall be the responsibility of each bidder, during and prior to bid proposal submittal to visit Gadsden County’s Website at or contact the Purchasing Division at (850) 872-7243 to determine if addendums were issued and to obtain such addendums. Failure to do so could result in an unresponsive bid proposal. Any oral explanation given before the bid opening will not be binding.The County may issue written addenda up to seven (7) calendar days before the date fixed for receiving the bid proposals. All addenda issued by the County will include a receipt form, which must be signed in ink and included with any bid proposals that are submitted to the County. No electronic signature shall be accepted. In the event multiple addenda are issued, a separate receipt for each addendum must be included with the bid proposal at the time it is submitted to the PETENCY AND MINIMUM QUALIFICATIONS OF BIDDERS: Bid proposals will only be considered from bidders which are regularly engaged in the business of providing services as described in this bid and who can provide evidence that they have established a satisfactory record of performance in meeting the minimum and technical qualification requirements established in the bid. The County reserves the right to inspect the bidder’s facilities, equipment, personnel, and organization at any time, or take any other action necessary to determine bidder’s ability to perform. The County reserves the sole right to determine if a bidder can sufficiently and efficiently provide the required services/commodities in a timely and satisfactory manner as will be required by the specifications herein.The bidder shall submit the following information with the bid proposal. This information, along with any other data the County considers pertinent, will be used in determining if the bidder is qualified to provide the work specified. Verification of the number of continuous years the bidder has been in business under the same ownership and management. Bid proposals will only be considered from bidders in business for a minimum of five (5) continuous years under the same ownership and management providing the services specified in this bid document.A minimum of five (5) references for similar work. Preference will be given to bidders with governmental experience. Provide a list and brief description of similar contracts of similar size, with location, dates of contract service, contact name, phone number, type of services provided, and address of proprietor(s). Bidder is responsible for verifying correct phone numbers and contact information. Failure to provide accurate data may result in the reference not being considered. INSURANCE REQUIREMENTS: The awarded bidder(s) shall maintain insurance coverage reflecting at least the minimum amounts and conditions specified herein. In the event the bidder is a governmental entity or a self-insured organization, different insurance requirements may apply. Misrepresentation of any material fact, whether intentional or not, regarding the bidder’s insurance coverage, policies or capabilities may be grounds for rejection of the bid proposal and rescission of any ensuing agreement. The bidder shall provide, pay for, and maintain in force at all times during the services to be performed, such insurance, including Workers’ Compensation Insurance, Comprehensive General Liability Insurance, and Business Automobile Liability Insurance with minimum coverage amounts acceptable to the County. All policies shall be issued by United States Treasury approved companies authorized to do business in the State of Florida and having agents upon whom service of process may be made in the State of Florida. Bidder shall specifically protect the County by naming the County of Gadsden as an additional insured under the Policy or certificate. Professional Liability Insurance: The limits of liability provided by such policy shall be no less than one million dollars ($1,000,000.00).Workers’ Compensation Insurance is to apply for all employees in compliance with the Workers’ Compensation Law of the State of Florida, the state where work is performed and all applicable federal laws. Comprehensive General Liability Insurance with minimum limits of one million dollars ($1,000,000.00) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Comprehensive General Liability Policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include:Premises and/or Operations.Independent Contractors.Broad Form Property Damage.Broad Form Contractual Coverage applicable to this specific agreement.Personal Injury Coverage with Employee and contractual Exclusions removed with minimum limits of coverage equal to those required for Bodily Injury Liability and Property Damage Liability.Business Automobile Liability Insurance with minimum limits of One Million Dollars ($1,000,000.00) per occurrence combined single limit for Bodily Injury Liability and Property Damage Liability. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability Policy, without restrictive endorsement, as filed by the Insurance Services Office and must include:Owned vehicles.Hired and non-owned vehicles.Employers’ non-ownership.The bidder shall provide to the County prior to the effective date of the agreement a Certificate of Insurance or a copy of all insurance policies required including any subsection there under. The County reserves the right to require a certified copy of such policies upon request. All endorsements and certificates shall state that the County shall be given thirty (30) days’ notice prior to expiration or cancellation of the policy.Bidder hereby acknowledges and agrees that any and all risk of loss regarding the services identified hereunder shall be solely borne by bidder.AWARD: The bidder understands that this bid does not constitute an offer or an agreement with the bidder. The County anticipates entering into an agreement with the bidder who will be the lowest responsive and responsible bidder(s) whose qualifications indicate the award will be to the best interest of the County and who’s bid proposal(s) complies(y) with the requirements of the bid documents as determined by the County and is in the best interest of the County. Any agreement issue as a result of this bid will be for an initial term of two (2) years with options for three (3) additional one-year renewals with the mutual agreement of both parties. This could result in a five (5) year agreement. Any renewal will be subject to the appropriation of funds by the Board.The County of Gadsden reserves the right to award on an “All-or-None” basis to one bidder or to award to two or more bidders, whenever it is in the best interest or most advantageous to the County of Gadsden. COUNTY CONTRACT COORDINATOR: The County Contract Coordinator for this project will be Allan Meeks, Building Facilities Manager, and the telephone number is (850) 875-7243. After an agreement has been executed, all communications and correspondence shall be directed to the County Contract Coordinator, with email copies of the correspondence to Sfaircloth@.VENDOR SERVICE REPRESENTATIVE: The bidder must submit with their bid proposal the name, address, and phone number of the person(s) to be contacted for the placement of an order and the coordination of service.METHOD OF ORDERING:The County shall initiate each individual job by issuing Purchase Orders referencing this bid on an “as needed” basis. The vendor shall not proceed on a job prior to the receipt of the Purchase Order issued by the County of Gadsden Purchasing Division. Invoices must be submitted against each individual Purchase Order referencing the Purchase Order number.DELIVERY/INSTALLATION:Delivery is requested within 30 business days after receipt of Purchase Order. Business days are defined as Monday to Friday, less all federally recognized holidays. Failure to deliver items as specified within the requested time period may be grounds for agreement termination. The F.O.B. shall be destination - within the County of Gadsden. Exact delivery point will be indicated on the Purchase Order. All pricing shall include delivery. No additional charges for delivery shall be allowed.SPECIFICATIONS:A purchase order will be issued to the successful bidder with the understanding that all items delivered must meet the specifications and quality set forth herein. Items delivered not as specified and of highest quality will be returned at the bidder’s expense. No "seconds" or "defective" items shall be accepted.PACKAGING AND LABELS:Labels shall be attached to each carton and shall contain the following information: Purchase Order number, quantity contained in each package, and total number of items being delivered. BRAND/MANUFACTURER REFERENCED:Unless otherwise stated in these specifications, any manufacturer name, trade name, brand name, information or catalog numbers listed in this specification are for information and quality and are not intended to limit competition. PURCHASING AGREEMENTS WITH OTHER GOVERNMENTAL AGENCIES: All bidders submitting a response to this bid agree that such response also constitutes a bid to all political subdivisions of the State of Florida, under the same conditions, for the same prices and the same effective period as this bid, should the bidder feel it is in their best interest to do so. This agreement in no way restricts or interferes with the right of any political subdivision of the State of Florida to re-bid any or all items.COUNTY OF GADSDEN SECTION III – SCOPE OF WORKWORK OBJECTIVE: Gadsden County (County) Solid Waste is seeking to establish an agreement for disaster debris removal, reduction, disposal and other emergency cleanup services following a disaster event. Due to the urgency and level of service required following a disaster event, the County seeks proposals from qualified Contractors with sufficient experience in the specialized management of disaster response labor and subcontractors for the purpose of debris removal services and the preparation, response, recovery, and mitigation phases of any emergency situation or disaster. Consequently, qualified Contractors must have the capacity and ability to rapidly mobilize and respond to potential wide-scale debris volumes typical of a hurricane in addition to localized small-scale volumes typical of a tornadoThe County has received acceptance from the Federal Emergency Management Agency (FEMA) for the County’s Debris Management Plan to participate in the Public Assistance Alternative Procedures Pilot Program for Debris Removal. It is the full intention of the County to receive an additional cost share increase by completing debris removal projects within a 90 day timeframe.BACKGROUND: The County of Gadsden mission is to continually improve the quality of life by providing the best and most cost efficient public services and facilities to exceed the expectations of County residents and businesses. Some of the County’s core values include integrity and professionalism, fiscal responsibility, teamwork, and customer service. Our vendors are truly partners in meeting our commitments to the community, and in support of the mission, we are committed to ensuring that qualified, competitive vendors who share our commitment to quality, efficiency, teamwork, and customer service are employed to provide goods and services to the County. Our vendors are expected to deliver high quality products and efficient service that is provided on time and as ordered.SCOPE OF WORK:Work shall consist of coordinating and mobilizing an appropriate number of cleanup crews, as determined by the County Debris Manager. Work shall also include the clearing and removing of “Eligible” debris as most currently defined (at the time written Task Orders are issued and executed by the County for the Contractor) by the Public Assistance grant program guidelines, Federal Emergency Management Agency (FEMA) Publication 321 – Public Assistance Policy Digest, FEMA Publication 322 – Public Assistance Guide, FEMA Publication 323 – Public Assistance Applicant Handbook, FEMA Publication 325 – Debris Management Guide, FEMA 9500 Series Policy Publications, all applicable state and Federal Disaster Specific Guidance (DSG) documents, FEMA fact sheets and policies and as directed by the County Debris Manager. “Eligible” also includes meeting any changes in definition, rules or requirements regarding debris removal reimbursement as stipulated by FEMA during the course of a debris removal project. The aforementioned definition of “Eligible” applies to all uses throughout Scope of Services items 4.2.1 through 4.2.21.Work shall include:Examining debris to determine whether or not debris is ‘“Eligible”Loading the debrisHauling debris to County approved Debris Management Sites (DMS) or County Designated Final Disposal Site(s)Reducing disaster related debrisHauling reduced debris to a County Designated Final Disposal SiteDisposing of reduced debris at a County Designated Final Disposal Site or Central County Solid Waste Disposal Complex (CCSWDC). Debris not defined as “Eligible” by FEMA, state or federal DSGs or policies shall not be loaded, hauled or dumped under this agreement unless written instructions are given to the Contractor by the County Debris Manager. It shall be the Contractor’s responsibility to load, transport, reduce and properly dispose of disaster generated debris which is the result of the event under which the Contractor was issued Task Orders, unless otherwise directed by the County Debris Manager, in writing.“Eligible”SERVICE SCOPE – DISASTER OPERATIONSWork shall consist of coordinating and mobilizing an appropriate number of cleanup crews, as determined by the County Debris Manager. Work shall also include the clearing and removing of “Eligible” debris as most currently defined (at the time written Task Orders are issued and executed by the County for the Contractor) by the Public Assistance grant program guidelines, Federal Emergency Management Agency (FEMA) Publication 321 – Public Assistance Policy Digest, FEMA Publication 322 – Public Assistance Guide, FEMA Publication 323 – Public Assistance Applicant Handbook, FEMA Publication 325 – Debris Management Guide, FEMA 9500 Series Policy Publications, all applicable state and Federal Disaster Specific Guidance (DSG) documents, FEMA fact sheets and policies and as directed by the County Debris Manager. “Eligible” also includes meeting any changes in definition, rules or requirements regarding debris removal reimbursement as stipulated by FEMA during the course of a debris removal project. The aforementioned definition of “Eligible” applies to all uses throughout Scope of Services items 4.2.1 through 4.2.21.Work shall include:Examining debris to determine whether or not debris is ‘“Eligible”Loading the debrisHauling debris to County approved Debris Management Sites (DMS) or County Designated Final Disposal Site(s)Reducing disaster related debrisHauling reduced debris to a County Designated Final Disposal SiteDisposing of reduced debris at a County Designated Final Disposal Site or Central County Solid Waste Disposal Complex (CCSWDC). Debris not defined as “Eligible” by FEMA, state or federal DSGs or policies shall not be loaded, hauled or dumped under this agreement unless written instructions are given to the Contractor by the County Debris Manager. It shall be the Contractor’s responsibility to load, transport, reduce and properly dispose of disaster generated debris which is the result of the event under which the Contractor was issued Task Orders, unless otherwise directed by the County Debris Manager, in writing.“Eligible”General Notes – Disaster OperationsAll debris identified by the County Debris Manager shall be removed. The number of complete passes the Contractor shall conduct through the County is at the discretion of the County Debris Manager. Partial removal of debris piles is strictly prohibited. The Contractor shall not move from one designated work area to another designated work area without prior approval from the County or its authorized representative. Any “Eligible” debris, such as fallen trees, which extends onto the ROW from private property, shall be cut at the point where it enters the ROW, and that part of the debris which lies within the ROW shall be removed. The Contractor shall not enter onto private property during the performance of this agreement unless specifically authorized by the County Debris Manager in writing.Loose leaves and small debris in excess of one bushel basket shall be removed within the designated area. No debris shall be left on the road surface. No single piece of debris larger than six (6) inches in any dimension shall be left on site.Contractor shall deliver all disaster related debris to a County approved Debris Management Site (DMS) or County Designated Final Disposal Site that have been approved to receive storm-generated debris and adhere to all local, state and federal regulations.The potential DMS location is 1090 Post Plant Road, Quincy, FL. In addition to the DMS locations provided by the County, the County may task the Contractor with identifying additional DMS or final disposal sites, subject to final approval by the County. The Contractor shall be responsible for obtaining and paying for all site fees and permits required to operate a DMS at the designated location and shall be responsible for returning all utilized DMS to their original condition prior to site use. DMS remediation shall include, but is not limited to, returning the original site grade, fill dirt, base material, sod, and other physical features. DMS site remediation shall also include returning all utilized sites to their original condition as verified through soil and groundwater samples. DMS remediation shall abide by all state and federal environmental regulatory requirements and is subject to final approval by the County and the Florida Department of Environmental Protection (FDEP). All debris, mulch, etc. is to be removed adequately; fill dirt and/or other base material (if required) must meet standards for intended use; new sod or seeding must meet standards for intended use.The County may also establish Public Drop off Sites for residents of Gadsden County to bring their vegetative debris. The Contractor shall be responsible for loading and removing all debris from these sites on a daily basis.The County Designated Final Disposal Site is the Post Plant Pit located at 1090 Post Plant Road, Quincy, FL 32351. Additional County Designated Final Disposal Sites may be approved by the County in writing depending on the severity of the disaster and the amount of debris generated.All County Designated Final Disposal Sites must be approved, in writing, by the County Debris Manager. The Contractor shall be responsible for the handling, reduction and final haul-out and disposal of all reduced and unreduced debris. DMS operations and remediation must comply with all local, state and federal safety and environmental standards. Contractor reduction, handling, disposal and remediation operation plans must be approved, in writing, by the County Debris Manager.It is the intention of the County that only minimal amounts of disaster debris shall be accepted at the City of Quincy owned landfill for disposal. The Contractor shall provide to the County a list of alternative disposal facilities for all waste streams including putrescible waste. The Contractor shall be responsible for payment of all disposal and or processing fees.Payment for disposal costs such as tipping fees incurred by the Contractor at a County Designated Final Disposal Site that meets local, state and federal regulations for disposal shall be reimbursed by the County as a pass through cost at the published disposal fee rate or Contractor negotiated fee rate, whichever is less. Prior to reimbursement by the County, the Contractor must furnish an invoice in hard copy and electronic format matching scale/weigh tickets numbers with load ticket or haul out ticket numbers and other applicable information. The Contractor shall also be required to provide proof of Contractor payment to the County Designated Final Disposal Site.The Contractor shall conduct the work so as not to interfere with the disaster response and recovery activities of local, state and federal governments or agencies, or of any public utilities.The County reserves the right to inspect DMS, verify quantities and review operations at any time. Fee Schedules(Item 1) Emergency Road Clearancea) At the request of the County, work shall consist of all labor, equipment, fuel and associated costs necessary to clear and remove debris from County roadways, to make them passable immediately following a declared disaster event. All roadways designated by the County Debris Manager shall be clear and passable within seventy (70) working hours of the issuance of Task Orders from the County to conduct emergency roadway clearance work. The County may choose to extend the Contractor’s seventy (70) hour limit through a written request. This may include roadways in municipalities within the County as well as FHWA roadways. Clearance of these roadways shall be performed as identified by the County Debris Manager. The Contractor shall assist the County and its representatives in ensuring proper documentation of emergency road clearance activities by documenting the type of equipment and/or labor utilized (i.e., certification), starting and ending times, and zones/areas worked. Services performed under this agreement element shall be compensated using Schedule 1– Hourly Labor and Equipment Price Schedule. Reimbursement for the use of force account equipment is limited to the time the equipment is actually in use. Standby and idle time shall not be invoiced.(Item 2) “Eligible” Vegetative Debris RemovalWork shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary to pick up and transport “Eligible” disaster-related vegetative debris existing on the ROW to a County approved DMS or a County Designated Final Disposal Site in accordance with all federal, state and local rules and regulations.For the purposes of this agreement, “Eligible” vegetative debris that is piled in ROW to the street, and is accessible from the street with loading equipment (i.e., not behind a fence or other physical obstacle) shall be removed.Removal of “Eligible” vegetative debris existing in the County shall be performed as identified by the County Debris Manager.Once the debris removal vehicle has been issued a load ticket from the County’s authorized representative, the debris removal vehicle shall proceed immediately to a County approved DMS or a County Designated Final Disposal Site. The debris removal vehicle shall not collect additional debris once a load ticket has been issued.All “Eligible” debris shall be removed from each location before proceeding to the next location unless directed otherwise by the County or its authorized representative.Entry onto private property for the removal of “Eligible” vegetative hazards shall only be permitted when directed by the County or its authorized representative. The County shall provide specific Right-of-Entry (ROE) legal and operational procedures.The Contractor must provide traffic control as conditions require or as directed by the County Debris Manager.(Item 3) “Eligible” C&D Debris RemovalWork shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary to pick up and transport “Eligible” Construction and Demolition (C&D) debris existing on the ROW to a County approved DMS or a County Designated Final Disposal Site in accordance with all federal, state and local rules and regulations.For the purposes of this agreement, “Eligible” C&D debris that is piled in ROW to the street, and is accessible from the street with loading equipment (i.e., not behind a fence or other physical obstacle) shall be removed.Removal of “Eligible” C&D debris existing in the County ROW shall be performed as identified by the County Debris Manager.Once the debris removal vehicle has been issued a load ticket from the County’s authorized representative, the debris removal vehicle shall proceed immediately to a County approved DMS or a County Designated Final Disposal Site. The debris removal vehicle shall not collect additional debris once a load ticket has been issued.All “Eligible” debris shall be removed from each location before proceeding to the next location unless directed otherwise by the County or its authorized representative.Entry onto private property for the removal of “Eligible” C&D hazards shall only be permitted when directed by the County or its authorized representative. The County shall provide specific ROE legal and operational procedures.The Contractor must provide traffic control as conditions require or directed by the County Debris Manager.(Item 4) “Eligible” Demolition, Removal, Transport and Disposal of Non-RACM StructuresWork shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary to decommission, demolish and dispose of “Eligible” Non-Regulated Asbestos Containing Material (Non-RACM) structures on private property within the jurisdictional limits of the County. Under this service, work shall include Asbestos Containing Material (ACM) testing, decommissioning, structural demolition, debris removal and site remediation. Further, “Eligible” debris generated from the demolition of Non-RACM structures, as well as “Eligible” scattered C&D debris on private property, shall be transported to a County approved DMS or a County Designated Final Disposal Site in accordance with all federal, state and local rules and regulations.All permits and other required paperwork to demolish Non-RACM structures shall be the responsibility of the County or their designee. When all permits and required paperwork have been approved, the Contractor shall be issued a Release Order by the County indicating that they can proceed with the demolition work.Decommissioning consists of the removal and disposal of all HHW, E-Waste, White Goods, and Waste Tires from a Non-RACM structure at a properly sanctioned facility in accordance with all applicable federal, state and local rules and regulations.Any structurally unsound and unsafe structures shall be identified and presented to the County for direction regarding decommissioning.Removal and transportation of “Eligible” Non-RACM demolished structures and “Eligible” scattered C&D debris on private property shall be performed as directed in writing by the County Debris Manager.Once the debris removal vehicle has been issued a load ticket from the County’s authorized representative, the debris removal vehicle shall proceed immediately to a County approved DMS or a County Designated Final Disposal Site. The debris removal vehicle shall not collect additional debris once a load ticket has been issued.Entry onto private property for the removal of “Eligible” C&D hazards shall only be permitted when directed in writing by the County or its authorized representative. The County shall provide specific Right-of-Entry (ROE) legal and operational procedures for private property debris removal programs if requested.The Contractor is required to strictly adhere to any and all local, state and federal regulatory requirements for the demolition, handling and transportation of Non- RACM structures (such as obtaining demolition permits, etc.).(Item 5) “Eligible” Demolition, Removal, Transport and Disposal of RACM StructuresWork shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary to decommission, demolish and dispose of “Eligible” RACM structures on private property within the jurisdictional limits of the County. Under this service, work shall include ACM testing, decommissioning, structural demolition, debris removal and site remediation. Further, “Eligible” debris generated from the demolition of structures, as well as “Eligible” scattered C&D debris on private property, shall be transported to a County Designated Final Disposal Site in accordance with all federal, state and local rules and regulations.All permits and other required paperwork to demolish RACM Structures shall be the responsibility of the County or their designee. When all permits and required paperwork have been approved, the Contractor shall be issued a Release Order by the County indicating that they can proceed with the demolition work.Decommissioning consists of the removal and disposal of all HHW, E-Waste, White Goods, and Waste Tires from a RACM structure at a properly sanctioned facility in accordance with all applicable federal, state and local rules and regulations.Any structurally unsound and unsafe structures shall be identified and presented to the County for direction regarding decommissioning.Removal and transportation of “Eligible” RACM demolished structures and “Eligible” scattered C&D debris on private property shall be performed as directed in writing by the County Debris Manager.Once the debris removal vehicle has been issued a load ticket from the County’s authorized representative, the debris removal vehicle shall proceed immediately to a County Designated Final Disposal Site that accepts RACM debris. The debris removal vehicle shall not collect additional debris once a load ticket has been issued.Entry onto private property for the removal of “Eligible” C&D hazards shall only be permitted when directed in writing by the County or its authorized representative. The County shall provide specific ROE legal and operational procedures for private property debris removal programs if requested.The Contractor is required to strictly adhere to any and all local, state and federal regulatory requirements for the demolition, handling and transportation of RACM structures (such as obtaining demolition permits, burrito wrapping of debris, etc.)(Item 6) DMS(s) Management, Operations and ReductionWork shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary to manage and operate DMS(s) for the acceptance, management, segregation, staging and reduction through volume reduction, including but not limited to grinding and source separation of “Eligible” disaster related debris. All processes must be approved by the County Debris Manager prior to commencement of reduction or source separation activities. The DMS(s) layout and ingress and egress plan must be approved by the County Debris Manager.The management of DMS(s) includes obtaining necessary local, state and federal permits or approval and operating in accordance with all rules and regulations of local, state and federal regulatory agencies which may include, but are not limited, to the U.S. Environmental Protection Agency (EPA) and FDEP. The Contractor shall also be responsible for any and all costs associated with permits, groundwater and soil sampling/testing. See Attachment B-2.Contractor is responsible for operating the DMS(s) in accordance with Occupational Safety and Health Administration (OSHA), EPA and FDEP guidelines and providing a site operations plan prior to work commencing on the site.Debris at DMS(s) shall be clearly segregated and managed independently by debris type (C&D, vegetative debris, Household Hazardous Waste (HHW) etc.), program (ROW collection, private property debris removal, etc.) and applicant(s) (municipalities located within the County).All un-reduced storm debris must be staged separately from reduced debris at the DMS(s).Contractor is responsible for all associated costs necessary to provide DMS(s) utilities such as, but not limited to, water, lighting and portable toilets.Contractor is responsible for all associated costs necessary to provide DMS(s) traffic control such as, but not limited to, traffic cones and staff with traffic flags.Contractor is responsible for all associated costs necessary to provide DMS(s) dust control and erosion control such as, but not limited to, an operational water truck, silt fencing and other best management practices (BMPs).Contractor is responsible for all associated costs necessary to provide DMS(s) fire protection such as, but not limited to, an operational water truck (sufficient and equipped for fire protection), fire breaks and a site foreman.Contractor is responsible for all associated costs necessary to provide qualified personnel, as well as lined containers or containment areas, for the segregation of visible HHW/contaminants that may be mixed with disaster debris. The Contractor is also responsible for all associated costs necessary for HHW/contaminant disposal at a permitted Hazardous Waste Treatment, Storage and Disposal Facility (HWTSDF), as requested by the County. The cost associated with qualified personnel and lined containers/containment areas for HHW/contaminant segregation, as well as HHW/contaminant disposal from DMS locations, is a cost reflected in this scope of services item 6. Depending on the volume of HHW per DMS location, the County may choose to collect and dispose of HHW segregated from disaster debris at DMS locations.Contractor is responsible for providing twenty-four (24) hour DMS(s) security.Contractor shall only permit Contractor vehicles and others specifically authorized by the County or its authorized representative on site(s)Contractor shall provide a tower(s) from which the County or its authorized representative can make volumetric load calls. The tower(s) provided by the Contractor shall at a minimum meet the specifications provided in the Technical Specifications of this RFP (see Debris Site Tower Specifications).Upon completion of haul-out activities, the Contractor shall be responsible for remediating the physical features of the site to its original condition prior to site use. Site remediation shall include, but is not limited to, returning the original site grade, sod, and other physical features. All debris, mulch, etc is to be removed adequately; fill dirt and/or other base material (if required) must meet standards for intended use; new sod or seeding must meet standards for intended use. Site remediation shall also include returning all utilized sites to their original condition as verified through soil and groundwater samples. Site remediation shall abide by all state and federal environmental regulatory requirements and is subject to final approval by the County and FDEP.(Item 7) DMS(s) Management, Operations and Reduction - Air Curtain IncineratorsWork shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary to manage and operate DMS(s) for the acceptance, management, segregation, staging and reduction through an Air Curtain Incinerator (ACI) of “Eligible” disaster related debris. ACI reduction must be approved by the County Debris Manager, and any applicable regulatory agencies as required prior to commencement of reduction activities. DMS(s) layout and ingress and egress plan must be approved by the County Debris Manager.The management of DMS(s) includes obtaining necessary local, state and federal permits or approval and operating in accordance with all rules and regulations of local, state and federal regulatory agencies which may include, but are not limited, to EPA and FDEP. The Contractor shall also be responsible any and all costs associated with permits, groundwater and soil sampling/testing.Contractor is responsible for operating the DMS(s) in accordance with OSHA, EPA and FDEP guidelines and providing a site operations plan prior to work commencing on the site.Debris at DMS(s) shall be clearly segregated and managed independently by debris type (C&D, vegetative debris, Household Hazardous Waste (HHW) etc.), program (ROW collection, private property debris removal, etc.) and applicant(s) (municipalities located within the County).All un-reduced storm debris must be staged separately from reduced debris at the DMS(s).Contractor is responsible for all associated costs necessary to provide DMS(s) utilities such as, but not limited to, water, lighting and portable toilets.Contractor is responsible for all associated costs necessary to provide DMS(s) traffic control such as, but not limited to, traffic cones and staff with traffic flags.Contractor is responsible for all associated costs necessary to provide DMS(s) dust control and erosion control such as, but not limited to, an operational water truck, silt fencing and other BMPs.Contractor is responsible for all associated costs necessary to provide DMS(s) fire protection such as, but not limited to, an operational water truck (sufficient and equipped for fire protection), fire breaks and a site foreman.Contractor is responsible for all associated costs necessary to provide qualified personnel, as well as lined containers or containment areas, for the segregation of visible HHW/contaminants that may be mixed with disaster debris. The Contractor is also responsible for all associated costs necessary for HHW/contaminant disposal at a permitted HWTSDF, as requested by the County. The cost associated with qualified personnel and lined containers/containment areas for HHW/contaminant segregation, as well as HHW/contaminant disposal from DMS locations, is a cost reflected in this scope of services item 7. Depending on the volume of HHW per DMS location, the County may choose to collect and dispose of HHW segregated from disaster debris at DMS locations.Contractor is responsible for providing twenty-four (24) -hour DMS(s) security and fire tender.Contractor shall only permit Contractor vehicles and others specifically authorized by the County or its authorized representative on site(s).Contractor shall provide a tower(s) from which the County or its authorized representative can make volumetric load calls. The tower(s) provided by the Contractor shall at a minimum meet the specifications provided in the Technical Specifications of this RFP (see Debris Site Tower Specifications).Upon completion of haul-out activities, the Contractor shall be responsible for remediating the site to its original condition prior to site use. Site remediation shall include, but is not limited to, returning the original site grade, sod, and other physical features. Site remediation does not include restoring fencing, concession stands, lighting, and other permanent structures that may have been demolished at the County’s direction for DMS operations. All debris, mulch, etc. is to be removed adequately; fill dirt and/or other base material (if required) must meet standards for intended use; new sod or seeding must meet standards for intended use. Site remediation shall also include returning all utilized sites to their original condition as verified through soil and groundwater samples. Site remediation shall abide by all state and federal environmental regulatory requirements and is subject to final approval by the County and FDEP.(Item 8) DMS(s) Management, Operations and Reduction - Controlled Open BurningWork shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary to manage and operate DMS(s) for the acceptance, management, segregation, staging and reduction through controlled open air burning of “Eligible” disaster related debris. Controlled open air burning must be approved by the County Debris Manager, and any applicable regulatory agencies as required prior to commencement of reduction activities. DMS(s) layout and ingress and egress plan must be approved by the County Debris Manager.The management of DMS(s) includes obtaining necessary local, state and federal permits or approval and operating in accordance with all rules and regulations of local, state and federal regulatory agencies which may include, but are not limited, to EPA and FDEP. The Contractor shall also be responsible for any and all costs associated with permits, groundwater and soil sampling/testing.Contractor is responsible for operating the DMS(s) in accordance with OSHA, EPA and FDEP guidelines and providing a site operations plan prior to work commencing on the site.Debris at DMS(s) shall be clearly segregated and managed independently by debris type (C&D, vegetative debris, Household Hazardous Waste (HHW) etc.), program (ROW collection, private property debris removal, etc.) and applicant(s) (municipalities located within the County).All un-reduced storm debris must be staged separately from reduced debris at the DMS(s).Contractor is responsible for all associated costs necessary to provide DMS(s) utilities such as, but not limited to, water, lighting and portable toilets.Contractor is responsible for all associated costs necessary to provide DMS(s) traffic control such as, but not limited to, traffic cones and staff with traffic flags.Contractor is responsible for all associated costs necessary to provide DMS(s) dust control and erosion control such as, but not limited to, an operational water truck, silt fencing and other BMPs.Contractor is responsible for all associated costs necessary to provide DMS(s) fire protection such as, but not limited to, an operational water truck (sufficient and equipped for fire protection), fire breaks and a site foreman.Contractor is responsible for all associated costs necessary to provide qualified personnel, as well as lined containers or containment areas, for the segregation of visible HHW/contaminants that may be mixed with disaster debris. The Contractor is also responsible for all associated costs necessary for HHW/contaminant disposal at a permitted HWTSDF, as requested by the County. The cost associated with qualified personnel and lined containers/containment areas for HHW/contaminant segregation, as well as HHW/contaminant disposal from DMS locations, is a cost reflected in this scope of services item 8. Depending on the volume of HHW per DMS location, the County may choose to collect and dispose of HHW segregated from disaster debris at DMS locations.Contractor is responsible for providing twenty-four (24) hour DMS(s) security and fire tender.Contractor shall only permit Contractor vehicles and others specifically authorized by the County or its authorized representative on site(s).Contractor shall provide a tower(s) from which the County or its authorized representative can make volumetric load calls. The tower(s) provided by the Contractor shall at a minimum meet the specifications provided in the Technical Specifications of this RFP (see Debris Site Tower Specifications).Upon completion of haul-out activities, the Contractor shall be responsible for remediating the site to its original condition prior to site use. Site remediation shall include, but is not limited to, returning the original site grade, sod, and other physical features. Site remediation does not include restoring fencing, concession stands, lighting, and other permanent structures that may have been demolished at the County’s direction for DMS operations. All debris, mulch, etc is to be removed adequately; fill dirt and/or other base material (if required) must meet standards for intended use; new sod or seeding must meet standards for intended use. Site remediation shall also include returning all utilized sites to their original condition as verified through soil and groundwater samples. Site remediation shall abide by all state and federal environmental regulatory requirements and is subject to final approval by the County and FDEP.(Item 9) Haul-Out of Reduced Debris to a County Designated Final Disposal SiteWork shall consist of all labor, equipment, fuel, traffic control costs and associated costs necessary to load and transport reduced “Eligible” material such as ash, processed C&D or mulch or recyclable materials such as metals at a County approved DMS(s) to a County Designated Final Disposal Site in accordance with all federal, state and local rules and regulations. The Contractor shall not receive any payment from the County for haul-out or disposal fees related to reduced or unreduced debris transported and disposed of at a non-County Designated Final Disposal Site.From all the different types of debris brought into the DMS, the Contractor shall make every effort to recycle all materials possible. Prior to exiting the DMS, with recycled material, the recycled material shall be estimated in cubic yards or weighed by the County or their representative so that verification of the salvage value can be documented by the County. The Contractor shall report to the County all revenues obtained through the sale of the recycled materials and all revenues shall be applied to County invoices as a credit. The Contractor shall provide to the County a recycling plan for all debris waste streams and potential recycling facilities as deemed applicable by the Contractor.(Item 10) Removal of “Eligible” Hazardous Leaning Trees and “Eligible” Hanging LimbsWork shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary to remove all “Eligible” hazardous trees six (6) inches or greater in diameter, measured 4.5 feet from the base of the tree and “Eligible” hazardous hanging limbs two (2) inches or greater in diameter existing on the ROW. Debris generated from the removal of “Eligible” hazardous trees and “Eligible” hanging limbs two (2) inches or greater existing in the ROW shall be placed in the safest possible location on the ROW and subsequently removed in accordance with scope of services, item 2, under the terms, conditions and procedure described in ““Eligible” Vegetative Debris Removal.” “Eligible” hazardous leaning trees less than six (6) inches in diameter, measured 4.5 feet from the base of the tree, shall be flush cut, loaded and removed in accordance with the terms, conditions, and compensation schedule for scope of services itemThe County shall not compensate the Contractor for cutting leaning trees less than six (6) inches in diameter on a unit rate basis. The collection of all “Eligible” hazardous leaning trees and “Eligible” hazardous hanging limbs must be performed on the same day as the cut work. If there is insufficient room for safe placement along the County ROW then Contractor must load the resulting debris as “Eligible” hazardous leaning tree or “Eligible” hazardous hanging limbs as they are removed. Descriptions provided within in the section in regards to “Eligible” items are subject to change. If changes occur, then the most recent policy guidance issued by FEMA shall prevail.“Eligible” hazardous trees shall be identified by the County or its authorized representative for removal. Removal and placement of “Eligible” hazardous trees six (6) inches or greater in diameter existing on the ROW or private property shall be performed as identified by the County Debris Manager. All disaster specific eligibility guidelines regarding size and diameter of leaning trees shall be communicated to the Contractor, in writing, by the County Debris Manager. In order for leaning or hazardous trees to be removed and “Eligible” for reimbursement, the tree must satisfy a minimum of one (1) of the following requirements:The tree is leaning in excess of thirty (30) degrees in a direction that poses an immediate threat to public health, welfare and safety.The tree is dead, twisted or mangled as a direct result of the storm and a certified Arborist can attest to the fact that the tree shall die, and potentially create a falling hazard to the public.Over fifty percent (50%) of the tree crown is damaged or broken and heartwood is exposed.The tree has a split trunk that exposes heartwood.“Eligible” hazardous hanging limbs shall be identified by the County or its authorized representative for removal. Removal and placement of “Eligible” hazardous hanging limbs two (2) inches or greater in diameter existing on the County ROW or private property shall be performed as identified by the County Debris Manager. All disaster specific eligibility guidelines regarding size and diameter of limbs shall be communicated to the Contractor, in writing, by the County Debris Manager. In order for hanging limbs to be removed and “Eligible” for payment, the limb must satisfy all of the following requirements:The limb is greater than two (2) inches in diameter at the point of breakage.The limb is still hanging in a tree and threatening a public-use area.The limb is located on improved public property.(Item 11) Removal of “Eligible” Hazardous StumpsWork shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary to remove all “Eligible” hazardous uprooted stumps greater than twenty-four (24) inches in diameter, measured twenty-four (24) inches from the base of the tree existing on the County ROW. Further, debris generated from the removal of uprooted stumps existing on the County ROW shall be transported to a County approved DMS or a County Designated Final Disposal Site in accordance with all federal, state and local rules and regulations. “Eligible” stumps measured twenty-four (24) inches from the base of the tree and twenty- four (24) inches or less in diameter shall be considered normal “Eligible” vegetative debris and removed in accordance with scope of services item 2. The diameter of “Eligible” stumps less than twenty-four (24) inches shall be converted into a cubic yardage volume based on the published FEMA stump conversion table (See Figure 1 – FEMA Stump Conversion Table) and removed under the terms and conditions of scope of services item 2. Descriptions provided within in the section in regards to “Eligible” items are subject to change. If changes occur, then the most recent policy guidance issued by FEMA shall prevail.“Eligible” hazardous stumps shall be identified by the County or its authorized representative for removal. Removal and transportation of “Eligible” hazardous uprooted stumps existing on the County ROW or private property shall be performed as identified by the County Debris Manager. All disaster specific eligibility guidelines regarding size and diameter of hazardous stumps shall be communicated to the Contractor, in writing, by the County Debris Manager. In order for hazardous stumps to be removed and be “Eligible” for reimbursement, the stump must satisfy the following criteria:Fifty percent (50%) or more of the root ball is exposed.It is greater than 24 inches in diameter, as measured 24 inches above the ground.The stump is on County ROW and poses an immediate threat to public health, safety or welfare.Tree stumps that are not attached to the ground shall be considered normal vegetative debris and subject to removal under the terms and conditions of scope of services item 2. Stumps with less than fifty percent (50%) of the root ball exposed shall be flush cut to the ground. The stump portion of the tree shall not be removed but the residual debris (i.e. tree trunk) shall be removed under the terms and conditions of scope of services, item 2. The cubic yard volume of unattached stumps shall be based off of the diameter conversion using the published FEMA stump conversion table (See Figure 1 – FEMA Stump Conversion Table). The County or its authorized representative shall measure and certify all “Eligible” stumps prior to removal.(Item 12) “Eligible” Household Hazardous Waste Removal Transport and DisposalWork shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary for the removal, transportation and disposal of “Eligible” HHW from the ROW to a HWTSDF.The removal, transportation and disposal of “Eligible” HHW includes obtaining all necessary local, state and federal handling permits and operating in accordance with all rules and regulations of local, state and federal regulatory agencies.All HHW shall be managed as hazardous waste and disposed of at a permitted HWTSDF. The County shall approve all HWTSDF(s) utilized by the Contractor prior to any waste shipments.The Contractor shall provide completed certified hazardous waste manifests to the County once the waste has been processed for disposal by the final HWTSDF.(Item 13) “Eligible” ROW White Goods Debris RemovalWork shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary for the collection of “Eligible” white goods from the ROW, removal of refrigerants, transportation to a County approved DMS, decontamination, and transportation to a County approved facility for recycling. The designated facility for recycling must be approved in writing by the County. “Eligible” white goods containing refrigerants must have refrigerants removed by the Contractor’s qualified technicians prior to recycling/disposal.White goods can be collected without first having refrigerants removed if the white goods are manually placed into a hauling vehicle with lifting equipment so that the elements containing refrigerants are not damaged. White goods are banned from landfill disposal in the state of Florida, yet are accepted for recycling.The removal, transportation and recycling of “Eligible” white goods includes obtaining all necessary local, state and federal handling permits and operating in accordance with all rules and regulations of local, state and federal regulatory agencies.The Contractor shall recycle all “Eligible” white goods in accordance with all rules and regulations of local, State and federal regulatory agencies.Refrigerant containing items shall have such refrigerants removed prior to mechanical loading or shall be manually loaded and hauled to a designated County approved DMS for refrigerant removal by the Contractor’s qualified technicians.(Item 14) “Eligible” E-Waste RemovalUnder this element, work shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary for the removal, transportation, and proper disposal of “Eligible” E-Waste from the ROW to a County Designated E- Waste recycling facility. “Eligible” E-Waste includes, but is not limited to, televisions, computers, computer monitors and peripherals in areas identified and approved by the County. The Contractor shall recycle or dispose of all “Eligible” E- Waste items in accordance with all rules and regulations of local, State and Federal regulatory agencies.The County shall approve all E-Waste facilities utilized by the Contractor prior to any E-Waste shipments.The Contractor shall provide completed certified recycling manifests to the County once the E-Waste has been processed by the final E-Waste facility.(Item 15) “Eligible” Dead Animal CarcassesUnder this element, work shall consist of all labor, equipment, fuel, traffic control costs and other associated costs necessary for the removal, transportation, and lawful processing and/or disposal of dead animal carcasses from the ROW to a County Designated Final Disposal Site. Contractor shall coordinate activities with the Gadsden County Extension Service, Gadsden County Animal Control Division, and the Gadsden County Health Department.(Item 16) Waterways and Drainage System Debris RemovalUnder this element, work shall consist of all labor, equipment, traffic control costs and other associated costs necessary for the removal, transportation, and lawful processing and/or disposal of debris collected from waterways and drainage systems to a County approved DMS or County Designated Final Disposal Site. The Contractor may be required to clear “Eligible” disaster debris from various ditches, canals, streams, lakes, reservoirs, structures and other drainage system components.(Item 17) Soil/Sand/Beach ScreeningUnder this element, work shall consist of all labor, equipment, traffic control costs and other associated costs necessary for the Contractor to screen soil/sand to remove “Eligible” disaster debris deposited as a result of a natural or manmade disaster. Soil screening shall include the collection of debris-laden soil, hauling to the processing screen, processing the soil through the screen and returning to a location designated by the County. The removal, transportation, and lawful processing and/or disposal of “Eligible” disaster debris screened shall be transported to a County approved DMS or County Designated Final Disposal Site.(Item 18) Fill DirtAs identified and directed by the County, the Contractor shall place compatible clean fill dirt, approved by the County or its representative, in ruts created by equipment and vehicles, holes created by removal of hazardous stumps and other areas that pose an imminent and significant threat to public health and safety.(Item 19) “Eligible” Abandoned Motor Vehicle RemovalThe Contractor shall remove motor vehicles damaged by the disaster event and/or abandoned by the owner due to the circumstance of the event. The County shall identify the area(s) from which motor vehicles are to be removed. Motor vehicles shall be processed by or for the Contractor in a manner that complies with all requirements for removal of abandoned vehicles including the removal of hazardous materials, e.g., gasoline, oils, and other fluids. The Contractor shall also ensure proper final disposal of the removed vehicle. The Contractor shall be reimbursed at a fixed rate, inclusive of all towing, processing and disposal costs.The Contractor shall be reimbursed at a unit rate to be determined for this service.(Item 20) “Eligible” Abandoned Vessel RemovalVessels severely damaged by the disaster event, and abandoned in or on the canals, intra-coastal areas and beaches of the County shall be collected by the Contractor, processed for removal and transported to a suitable location for final disposal in accordance with applicable regulations. The County shall determine the vessels to be removed. The Contractor shall establish that the vessels have been legally abandoned by their owners, and shall take other necessary actions as required by law before removal and dispose of the vessel. The Contractor is otherwise responsible for compliance with all regulations and requirements applicable to the removal and disposal process. The Contractor shall be reimbursed at a “Per Linear Foot” rate to be determined for this service.Miscellaneous ServicesThe Contractor shall provide competitive pricing for services that have not been specifically addressed by the Scope of Services to the County when requested.Other Debris Removal WorkNeither the Contractor nor any sub-contractors shall solicit work from private citizens or others to be performed in the designated work areas during the term of this agreement. The County reserves the right to require the Contractor to dismiss or remove from the project any workers as the County sees necessary. Any debris removal vehicles dismissed from the project must have their issued placard removed and destroyed.TECHNICAL SPECIFICATIONSOn-Site Project ManagerThe Contractor shall provide an on-site project manager to the County. The project manager shall provide a telephone number to the County with which he or she can be reached for the duration of the project. The project manager shall be expected to have daily meetings with the County Debris Manager and/or County authorized representatives. Daily meeting topics shall include, but not limited to, volume of debris collected, completion progress, County coordination and damage repairs. Frequency of meetings may be adjusted by the County Debris Manager. The Contractor’ project manager must be available twenty-four (24) hours a day, or as required by the County Debris Manager.The Contractor shall notify County in the event of key personnel changes. Notification shall be made within three (3) days of a change. The County has the right to reject proposed changes in key personnel. The following personnel shall be considered key personnel:Project Manager Operations Manager Use of Contractor Owned ResourcesThe Contractor shall perform with its own organization agreement work amounting to not less 30 percent (or a greater percentage if specified elsewhere in the agreement) of the total contract pricing, excluding any specialty items designated by the State. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original agreement price before computing the amount of work required to be performed by the Contractor’s own organization (23 CFR 635) – refer to FHWA- 1273 document for further details.Use of Local Resources & SubcontractorsAs per FEMA regulations, the Contractor shall give first priority to utilizing resources located within the disaster area, including but not limited to, procuring supplies and equipment, awarding subcontracts and employing workers and is encouraged to use minority and women business enterprises for participation in subcontracting opportunities.The County reserves the right to accept the use of a sub-Contractor or to reject the selection of a particular sub-Contractor and inspect all facilities, equipment, and review the capabilities of any sub-Contractor to perform properly under this Agreement. Rejection of any sub-Contractor shall be based on, but not limited to, Federal Debarment List, complaints, negative references, insufficient resources, or conviction of a Public Entity Crime as defined by Florida Statutes. If a sub- Contractor fails to perform or make progress, at any time during the duration of the project, and it is necessary to replace the sub-Contractor to complete the work in a timely fashion, the Contractor shall promptly do so, subject to acceptance of the new sub-Contractor by the County.The Contractor shall provide a daily list to the County indicating the names and addresses of all subcontractors working for the Contractor on each day and the location that they are assigned to. The list shall be provided to the County by 9:00 a.m.Standard of CareThe Contractor shall exercise the same degree of care, skill, and diligence in the performance of the services as is ordinarily provided by a comparable professional under similar circumstances and Contractor shall, at no additional cost to County, re perform services which fail to satisfy the foregoing standard of care.SafetyThe Contractor shall be solely responsible for maintaining safety at all work sites including DMS(s) and debris collection sites. The Contractor shall take all reasonable steps to insure safety for both workers and visitors to DMS(s) and debris collection sites. Safety at DMS(s) and debris collection sites includes traffic control such as traffic cones and flag personnel. TheContractor shall also be solely responsible to ensure that all OSHA requirements are met and a safety officer assigned to the project for the duration of this agreement.EquipmentAll trucks and other equipment must be in compliance with all applicable local, State and Federal rules and regulations.Equipment shall be maintained so that it is clean, free of fluid leaks and in excellent working condition.Any truck used to haul debris must be capable of rapidly unloading its load without the assistance of other equipment, be equipped with a tailgate that shall effectively contain the debris during transport and permit the truck to be filled to capacity.Sideboards or other extensions to the bed are allowable provided they meet all applicable rules and regulations, cover the front and both sides and are constructed in a manner to withstand severe operating conditions. The sideboards are to be constructed of two (2) inch by six (6) inch boards or greater and not to extend more than two (2) feet above the metal bedsides. Trucks or equipment certified with sideboards must maintain such sideboards and keep them in good repair. In order to ensure compliance, equipment shall be inspected by the County’s authorized representatives prior to its use by the Contractor.The overall maximum height of hauling equipment, including sideboards and debris, shall be no greater than 13 feet 6 inches, or as approved by the County. The maximum width of a truck should be no greater than 8 feet 6 inches wide. The Contractor is not relieved of the responsibility for verifying clearance for all overhead structures and wires.Hauling equipment without a tailgate or solid tailgate cannot be compacted to its full capacity; therefore, such equipment shall receive a maximum of 85 percent of the certified hauling capacity for reimbursement purposes.Debris shall be reasonably compacted into the hauling vehicle. Any debris extending above the top of the bed shall be secured in place so as to prevent it from falling off. All loads must be covered to avoid the debris blowing out of the hauling vehicle during transport to a County approved DMS or a County Designated Final Disposal Site.The Contractor may also be required to provide equipment that is capable of crossing barrier island bridges with maximum weight limits and maneuvering through small, unpaved roadways in order to collect debris.Trucks or equipment designated for use under this agreement shall not be used for any other work. The Contractor shall not solicit work from private citizens or others to be performed in the designated work area during the period of this agreement. Under no circumstances shall the Contractor mix debris hauled for others with debris hauled under this agreement.Equipment used under this agreement shall be rubber tired and sized properly to fit loading conditions. Excessive size equipment (100 cubic yards and up) and non-rubber tired equipment must be approved for use on the road by the County Debris Manager.Hand loaded vehicles are prohibited unless pre-authorized, in writing, by the County Debris Manager, following the event. All hand-loaded vehicles shall receive an automatic fifty percent (50%) deduction from the total interior cubic yard capacity due to lack of compaction.Environmental ProtectionAny and all fluids or chemicals (work-related materials such as oil-dri, absorbents, etc.) used by the Contractor must be used and disposed of in accordance with all rules and regulations of local, State and Federal regulatory agencies.Contractor and subcontractors shall not perform maintenance on over-the-road equipment at DMS. Maintenance of equipment that typically remain at the DMS (e.g., track hoes, front end loaders, grinders, etc.) may be conducted at the DMS provided best management practices are followed and all wastes are managed and disposed of in accordance with all rules and regulations of Local, State and Federal regulatory agencies.The Contractor shall, at its own expense, ensure that noise and dust pollution is minimized to comply with all local and state ordinances and the approval of the County Debris Manager. The Contractor shall comply in a timely manner with all directions of the County Debris Manager regarding the use of a water truck or other approved dust abatement measures.The Contractor shall comply with all laws, rules, regulations and ordinances regarding environmental protection.The Contractor shall immediately report and document all incidents to the County Debris Manager or the authorized representative that affect the environmental quality of DMS(s) such as, but not limited to, hydraulic fluid leaks, oil spills or fuel leaks.The Contractor must notify the County regarding any fluid or chemical spillage so that the County or its authorized representative can review and approve of the cleanup.Documentation and MeasurementContractor shall be responsible for ensuring that all labor and equipment used for Emergency Push activities is certified and that logs are kept for starting days/times, ending days/times, and zones, areas, and streets worked.All Contractor trucks used for collection and hauling of “Eligible” debris from the County ROW to County approved DMSs or County Designated Final Disposal Sites shall be measured (inside bed measurements) and certified for cubic yard volume by the County or County-authorized representative. The Contractor shall provide a representative to attest to the certification/measuring process. It is the Contractor’s responsibility to verify the accuracy of truck certifications within 48 hours of truck certification (and notify the County of any discrepancies). Placards shall be attached to both sides of each certified truck and shall clearly state the truck measurement in cubic yards, Contractor name, assigned truck number, and other pertinent information, as determined by the County Debris Manager. If a vehicle is working under multiple agreements or for multiple communities, it must be re-certified and issued a new placard by a County authorized representative each time it returns to work from other agreements or communities.The Contractor is responsible for ensuring that all subcontractors maintain insurance, valid driver’s licenses and equipment legally fit for travel on the road.Load tickets shall be provided by the County or its authorized representative for recording volumes of debris removal. Unit rate tickets shall be provided by the County or its authorized representative for documenting unit rate services, such as hanger or leaning tree removal. Only tickets designated and approved by the County shall be authorized for use.Each ticket shall be of a type that consists of one original and four carbon-copy duplicates. If an automated ticket system is utilized by the County Debris Monitor, then enough printouts of tickets shall be provided to the Contractor to fulfill invoicing and reporting requirements.Each ticket shall be used to document the location the disaster related debris was collected (i.e., street address) and the amount picked up, hauled, reduced and disposed of. Contractor are responsible for ensuring all load and unit rate tickets capture location debris or work was completed, collection/disposal date, disposal location, percentage load call or measurement and County authorized representative name and signature. No payment shall be made by the County for incomplete load or unit rate tickets submitted for payment.Load tickets shall be issued by an authorized representative of the County at the collection site. The County authorized representative shall complete the applicable portion of the load ticket, and provide all five copies to the vehicle operator, or a mutual number that both parties have agreed to if utilizing an automatic ticket system. Upon arrival at the DMS or County Designated Final Disposal Site, the vehicle operator shall present the five copies of the load ticket to the County authorized representative on site. Trucks with less than full capacities shall be adjusted down by visual inspection. This determination shall be made by the County authorized representative present at the DMS or County Designated Final Disposal Site. The County authorized representative shall validate, enter the estimated debris quantity and sign the load ticket. The County shall keep the original copy and one copy, one (1) copy shall be given back to the vehicle operator and the remaining two (2) copies shall be provided to the Contractor.Loads of processed (e.g., chipped) debris being hauled from a DMS to a County Designated Final Disposal Site shall follow the same load ticket procedures. A County authorized representative shall initiate the load ticket at the DMS. Another County authorized representative shall validate and sign the ticket at the County Designated Final Disposal Site.Scope of Service items that have rates based on one way haul mileage shall have such mileage determined by use of a widely-accepted mapping program, such as Google Maps or other County approved program. One way mileage rates apply to Scope of Services items 2, 3, 4, 5, and 9.Written Task OrdersThe County shall issue official written Task Orders for the services referenced in this scope. Each Task Order shall set forth a specific scope of services, rate/amount of compensation, completion date, and liquidated damages as listed in Section 5.28 if applicable and other pertinent details of the task being authorized. The Task Orders shall be sent via electronic transmission (facsimile, e-mail, etc.) followed by regular mail. If the Contractor’s authorized representative is on site in the County then the Task Orders shall be hand delivered. Under no circumstances shall the County be liable for any services rendered unless the written Task Orders have been sent and received by the Contractor. Contractor must acknowledge receipt of the written Task Orders.The County reserves the right to make changes in the work, including alterations, reductions therein or additions thereto. Upon receipt by the Contractor of the County’s notification of a contemplated change, the Contractor shall (1) if requested by County, provide an estimate for the increase or decrease in cost due to the contemplated change, (2) notify the County of any estimated change in the completion date, and (3) advise the County in writing if the contemplated change shall affect the Contractor’s ability to meet the completion dates or schedules of the specific Task Order.If the County so instructs in writing, the Contractor shall suspend work on that portion of the work affected by a contemplated change, pending the County’s decision to proceed with the change.If the County elects to make the change, the County shall issue a change in Task Order and the Contractor shall not commence work on any such change until such written change in Task Order has been agreed upon and signed by both parties.MobilizationWithin twenty-four (24) hours of the County being placed in the National Oceanic Atmospheric Administration five (5) day hurricane forecast, the Contractor shall contact the County regarding potential activation.The Contractor shall provide a representative to the County’s Emergency Management Operations Center or other designated location prior to any mandatory evacuations within the County. It shall be the Contractor’s responsibility to maintain regular contact with the County prior to any known threats to determine the timing of proposed mandatory evacuations. For unforeseen events (e.g. tornadoes), the Contractor shall report to the County’s Debris Manager within six (6) hours after receiving a mobilization Task Order from the County.Within forty-eight (48) hours of being issued Task Orders from the County, the Contractor shall mobilize equipment and resources in the County. Within seventy- two (72) hours of being issued Task Orders from the County, the Contractor shall begin debris removal operations as directed by the County Debris Manager. As part of the Contractor’s mobilization effort the Contractor shall provide an on-site office trailer for the duration of the project or as directed by the County.Damage AssessmentsThe Contractor shall assist the County by participating in or performing damage assessment to determine the amount of debris generated as a result of a hurricane or other disaster. The Contractor shall also assist the County in completing FEMA Project Worksheets, if applicable.Traffic ControlThe Contractor shall mitigate the impact of their operations on local traffic to the fullest extent practical. The Contractor is responsible for establishing and maintaining appropriate traffic controls in all work areas, including DMS(s) and debris collection sites. The Contractor shall provide sufficient signing, flagging and barricading to ensure the safety of vehicular and pedestrian traffic in all work areas. All work shall be done in conformity with all applicable local, state and federal laws, regulations, and ordinances governing personnel, equipment and work place safety. Any notification of a deficiency in traffic control or other safety items shall be immediately corrected by the Contractor. No further work shall take place until the deficiency is corrected. Neither the County Debris Manager nor the authorized representative shall sign any additional load or unit rate tickets until the safety item is corrected. The expense incurred by the Contractor for traffic control is an overhead expense contemplated as part of the Contractor’s compensation under the terms and conditions of scope of services.Rapid Response CrewContractor shall be required to provide the County with access to one or more Rapid Response Crews (RRC) as directed by the County. The purpose of the RRC is to respond immediately to disaster related debris piles as directed by the County Debris Manager or the County’s authorized representative. The RRC assists in the overall cleanup effort by responding to and collecting disaster related debris which the County deems a priority for overall County recovery.Work HoursThe Contractor shall conduct debris removal operations during daylight hours only. Work may be performed seven (7) days per week. Adjustments to work hours, as local conditions may dictate, shall be coordinated between the County and the Contractor. Unless otherwise directed, the Contractor must be capable of conducting volumetric reduction operations at DMS locations on a twenty-four (24) hour, seven (7) days a week basis.Protection of Public and Private PropertyThe Contractor shall repair any damages caused by the Contractor’s equipment in a timely manner at no expense to the County. All complaints relative to damage shall be investigated by the Contractor and a detailed report submitted to the County within 24 hours from the notice of the complaint. The detailed report shall include at a minimum, the location of the damage, description of the damage, photograph of the damage, property owner information, site contact information, and a timeline for the damage to be resolved by the Contractor. If there is disagreement between a resident and Contractor as to the repair of damages, the County shall decide and make the final determination on the repair. Any damages to private property shall be repaired at the Contractor’s expense. Failure to restore damage to public property or private property to the satisfaction of the County shall result in the County making the necessary repair to the property of which shall be paid for by deducting the total expenses for making the repair from the Contractor’s monthly invoice. To the extent that the County deems the Contractor negligent in management practices as referenced above, the County may withhold from retainage money or invoice the Contractor for time and material costs associated with resolving issues or damages related to the Contractor’s work.Existing UtilitiesSome trees and debris that are to be removed under this scope may be blocked or entangled with overhead power, telephone and television cables. In this case, it shall be Contractor’s responsibility to coordinate directly with the utility owners to arrange for the removal of the debris without damage to the overhead. The Contractor shall pay all such costs to the utility company for any billable work performed by the utility. If the Contractor damages any utility (above or below ground), the County may choose either to have the Contractor make the necessary repairs or have the Contractor pay all costs incurred to repair damaged utilities that are a result of the Contractor, as determined by the affected utility company.Debris Site Tower SpecificationsThe Contractor shall provide as many towers as designated by the County at each DMS for the use of County authorized representatives during their inspection operations. If ingress and egress of a DMS is of significant distance that the County or its authorized representative are unable to verify the entering and exiting trucks, then the Contractor may be required to provide a second tower. The inspection platform of the tower shall be constructed at a minimum height of ten (10) feet from surrounding grade to finish floor level, have a minimum eight (8) feet by eight (8) feet of usable floor area, be covered by a roof with two (2) feet overhangs on all sides and be provided with appropriate railings and a stairway. Platform shall be enclosed, starting from platform floor level and extending up four (4) feet on all four (4) sides. The expense incurred by the Contractor for the construction of towers is an overhead expense contemplated as part of the Contractor’s compensation under the terms and conditions of scope of services for items 6, 7, 8 and 9.Care shall be taken to place tower(s) at a sufficient distance away from any reduction/dumping operations. If necessary, operations may be temporarily suspended by the County Debris Manager due to unsuitable conditions at the tower.Facilities at DMS LocationsThe Contractor shall provide at a minimum 2 sets of portable toilets (set = 1 men’s, 1 women’s, and 1 handicapped, with separate hand washing sink) as designated by the County at each DMS for the use of County authorized representatives during their inspection operations. The toilets shall be provided prior to start of any operations and kept in a sanitary condition by the Contractor throughout the duration of the operations. The expense incurred by the Contractor for the operation of portable toilets is an overhead expense contemplated as part of the Contractor’s compensation under the terms and conditions of scope of services items 6, 7, 8 and 9.Order of ActivationThe County intends to award multiple agreements for Disaster Collection, Processing and Disposal Services. In the event the County deems it necessary to utilize services, the County shall activate one (1) or more Contractors at the County’s discretion, based on type of work to be completed, scope, vendor experience and availability. No Contractor is guaranteed any minimum amount of work and no compensation shall accrue unless and until the agreement is activated in the form of a Task Order by the County. The order of activation of Contractors is at the discretion of the County. The Contractor would be chosen based on the type of work needed to be done, the scope, the vendor’s experience on handling that type of work and their availability.The number of agreements activated shall be based on the magnitude and complexity of the County’s needs. It shall be the County’s sole determination whether more than one Contractor shall be used at any given time. If two Contractors are utilized, the County may assign each Contractor a specific area in which to operate. In the event two Contractors are utilized, each Contractor shall fully cooperate with the other Contractors, subcontractors, the County’s Debris Monitor and County personnel in the performance of their assignments.Ownership of DebrisAll debris residing in the County ROW and County provided DMS(s) shall be the property of the County until final disposal at a properly permitted disposal site.County’s ResponsibilitiesServices of Contractor shall be under the general direction of County’s Debris Manager, who shall act as the County’s representative for this services specified:The County may employ the services of a Debris Monitor (DM) to provide oversight of the Contractor’s operations. In this capacity, the DM acts as the County’s agent and shall have the authority to act on its behalf, including direction to the Contractor on all operational, reporting and administrative matters.The County shall be responsible for providing access to all Debris Management Sites that have been acquired through County resources, and providing information required by Contractor that is available in the files of the County.The responsibility of the County’s Debris Manager shall include:Issuance of Task OrdersExamination of all reports, sketches, drawings, estimates, proposals and other documents presented by the Contractor, and rendered in writing, decisions pertaining thereto within a reasonable time.Transmission of instructions, receipt of information, interpretation and definition of County policies and decisions with respect to design, materials and other matters pertinent to the work covered in this scope.Review for approval or rejection of all of the Contractor’s documents and payment requests.Determine when and if it may be in the best interests of the County to shift funding among Task Orders, providing the not-to-exceed amount of the outstanding Task orders is not exceeded.The County shall, upon request, furnish the Contractor with all existing data, plans, studies and other information in the County’s possession which may be useful in connection with the work of a Task Order, all of which shall be and remain the property of the County and shall be returned to the County’s Debris Manager upon completion of the services to be performed by the Contractor.The County’s Debris Manager shall conduct periodic reviews of the work of the Contractor necessary for the completion of the Contractor’s services during the period of this Agreement and may make other County personnel available, where required and necessary to assist the Contractor. The availability and necessity of said personnel to assist the Contractor shall be determined solely within the discretion of the County.The County shall not provide any services to the Contractor in connection with any claim brought on behalf of or against the Contractor.Ownership of DocumentsIt is understood and agreed that the documents, or reproducible copies, including reports, designs, specifications, other documents and data developed by the Contractor in connection with its services shall be delivered to, and shall become the property of the County as they arereceived by the County. The Contractor assigns all its copyright and other proprietary interests in the products of this Agreement to the County Specific written authority is required from the County’s Debris Manager for the Contractor to use any of the work products of this Agreement on any non-County puter systems and databases used for providing necessary documents shall be compatible with existing County systems. In general, the County is standardized on Microsoft Operating systems on Dell compatible personal computers and HP compatible servers running Windows and Linux software. Current County standards for PC software are available from Information Technology Resources.Gadsden County Government requires GIS deliverables to be in the ESRI Geodatabase format, version 10.1 or higher. All GIS or Computer Aided Drafting (CAD) formatted data created or modified in support of the Project shall be provided to the County as a Project deliverable for inclusion into the County’s GIS, at no additional cost. GIS data files submitted in support of the Project must adhere to Gadsden County GIS Standards, and CAD drawings submitted must adhere to Gadsden County CAD pensationThis procurement is for a contingency service that shall be activated only in the face of an emergency. As such, no compensation shall accrue to the Contractor unless and until activated either in anticipation of a natural disaster or immediately after a disaster.The County, or its authorized representative, shall monitor, verify and document with load tickets or unit rate tickets the completion of all work, as defined in the scope of work. The Contractor shall be provided with copies of this documentation. These documents shall be used by the Contractor as backup data for invoice submittals. Work not ticketed or not authorized by the County shall not be approved for payment. Additionally, any ticket submitted for payment must be properly completed. Tickets missing loading address, truck number, certified capacity, collection monitor signature, disposal site, load call or disposal monitor signature shall not be paid, nor shall the County be responsible for unpaid incomplete tickets.Private property and FHWA-ER funded roadway debris removal operations shall be invoiced separately from ROW collection removal operations. The County reserves the right to request additional invoice separation by debris type (C&D, vegetative debris, Household Hazardous Waste (HHW) etc.), and program (ROW collection, private property debris removal, etc.).All work that the Contractor performs for a municipality at a DMS site shall be invoiced separately and submitted directly to the municipality for payment by the municipality. The County shall not be responsible for payment to the Contractor for work that the Contractor performed on behalf of another entity.Invoices shall be submitted to the County’s authorized representative on a weekly basis. All invoices must be submitted with a hard copy of the invoice and an electronic copy (Microsoft Excel format) of the invoice detail. The invoice detail must consist of a tabular report listing all ticket information required by the County. Invoice detail submittals shall be checked against County records. County records are the basis of all payment approvals. Only one hundred percent (100%) accurate and complete invoices shall be forwarded by the County authorized representative to the County for payment.Invoices must reference the Task Order number. Invoices shall include a statement of progress and appropriate audit quality detail to satisfy Federal Emergency Management Agency (FEMA) and other reimbursement agencies requirements.Retainage shall be withheld from each reconciled invoice until the end of the project. In order to recover the retainage, the Contractor must successfully complete, and receive a letter of completion from the County, for all work performed. Retainage shall be held until final reconciliation is complete. Portions of the retainage may be held by the County to repair damages caused by the Contractor to public or private property. The amount of retainage withheld shall be dependent upon the value of the work assigned in a Task Order and in accordance with the Retainage Table Guidelines, Exhibit 1 attached hereto and incorporated herein.Neither the final payment nor any part of the retained percentage shall become due until the Contractor delivers to the County a complete release of all liens arising out of this Agreement, or receipts in full in lieu thereof, and in addition thereto, in either case, an affidavit stating that so far as the Contractor has knowledge or information, the releases and receipts include all the labor and material for which a lien could be filed. The Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactory to the County to indemnify the County against any lien. If any lien remains unsatisfied after all payments are made, the Contractor shall refund to the County all money payments that the latter may be compelled to pay in discharging such a lien, including all costs, interest, and attorney’s reasonable fees.Payment for disposal cost incurred by the Contractor at County Designated Final Disposal Sites shall be made at the cost incurred by the Contractor. The Contractor must submit a copy of all applicable disposal site permits, a copy of the invoice(s) received by the County Designated Final Disposal Site, an electronic copy tabulating all scale or load tickets issued by the County Designated Final Disposal Site, and proof of Contractor payment to the County Designated Final Disposal Site.Contractor must submit a final invoice within thirty (30) days of completion of scope of work. Completion of scope of work shall be acknowledged, in writing, by the County Debris Manager. The final invoice must be marked “FINAL INVOICE” and no additional payments shall be made after the Contractor’s final invoice.Although the County does not foresee mileage in excess of the ranges provided in Schedule 2 – Unit Rate Price Schedule, the County may grant the Contractor a unit rate price adjustment for one way haul distances beyond the maximum mileage category provided in Schedule 2 – Unit Rate Price Schedule. The Contractor shall notify the County as soon as the Contractor has determined a one way haul distance as extraordinary or unusual. As part of the notification to the County, the Contractor must provide substantial proof or justification to support the need for a unit price adjustment for one way haul distances beyond the maximum mileage category.In the event any portion of this scope of work is to be funded by State or Federal funds, the Contractor shall comply with all requirements of the state or federal government applicable to the use of the funds. The County shall only pay for those items deemed “Eligible” by FEMA or FHWA, unless the County otherwise agrees in writing.The Contractor shall retain all records pertaining to the services and the agreement for these services and make them available to the County for a periodof seven (7) years following receipt of final payment for the services referenced herein.Payment of Contractor by the County is not contingent upon the County being reimbursed by the FEMA or government agencies. However, if the Contractor performs work that is not specified in a Task Order that has been issued by the County, then the Contractor shall have done work at own expense and shall not be reimbursed for such work by the County.ReportsThe Contractor shall submit a report to the County Debris Manager by close of business each day of the term of the Task Order. Each report shall contain, at a minimum, the following information:Contractor’s NameAgreement NumberSubcontractor ListingAmount of equipment in operation (by equipment type) within each assigned work areaVolumes of debris collected, reduced, and hauled-out by material type.Problems encountered during the day and recommended solutions.Failure to provide audit quality documentation shall subject Contractor to liquidated damages.Other ConsiderationsThe Contractor shall be required to accept debris at the DMS(s) from the following municipalities and process the debris in the same manner under the same terms as it does for the County:City of QuincyCity of GretnaCity of MidwayCity of ChattahoocheeTown of HavanaTown of GreensboroDebris that is accepted from each municipality and the County must be managed, stockpiled, reduced, and hauled out separately. No commingling of debris is allowed. The Contractor shall track the volume and type of debris that is delivered to a DMS by each entity and submit invoices directly to those agencies for payment of the processing/reduction of debris at the same rate it charges the County. The Contractor shall not hold the County responsible for any compensation for processing municipal generated debris. The Contractor shall also invoice the municipality for the loading, unloading, transportation and disposal of debris in the same manner and at the same rate that it charges the County.Liquidated DamagesShould the Contractor fail to complete requirements set forth in this scope of work, the County shall suffer damage. The amount of damage suffered by the County is difficult, if not impossible to determine at this time. Therefore the Contractor shall pay the County, as liquidated damages, the following:The Contractor shall pay the County, as liquidated damages, $5,000.00 per calendar day of delay to mobilize in the County with the resources required to begin debris removal operations, within seventy-two (72) hours of being issued Task Orders.The Contractor shall pay the County, as liquidated damages, $1,000.00 per load of disaster debris collected in the County that is not disposed of at a County approved DMS or County Designated Final Disposal Site. Application of liquidated damaged does not release the Contractor of all liability associated with hauling and depositing material to an unauthorized location.The Contractor shall pay the County, as liquidated damages, $100.00 per incident where the Contractor fails to sufficiently clean collection site(s) so that no loose leaves and small debris in excess of one bushel basket remain, no debris is left on the road surface and no single piece of debris larger than six (6) inches remains on site. Application of liquidated damages does not release the Contractor from the responsibility of sufficiently cleaning collection site(s).The Contractor shall pay the County, as liquidated damages, $500.00 per incident where the Contractor fails to repair damages that are caused by the Contractor. Application of liquidated damages does not release the Contractor from the responsibility of resolving, repairing or paying for damages. Refer to Section 5.17.If Contractor personnel, including their subcontractors, are documented collecting debris from areas that are not listed in a Task Order (ie., private property, vacant lots, land clearing debris), then liquidated damages shall be assessed at $1000.00 per incident. An incident shall entail each individual property as identified by a property identification number.If Contractor personnel, including their subcontractors, leave their assigned area prior to completion of the work specified in the Task Order, “cherry pick” debris within their assigned area or collect debris from outside of their assigned area, then liquidated damages shall be assessed at $1000.00 per occurrence. In the event of leaving an assigned area prior to completion of work specified in the Task Order, the liquidated damage shall be assessed at $5000.00 per day until work has resumed in the assigned area.At each vegetative debris management site, if grinding is selected as a volume reduction alternative, the Contractor shall be required to grind a minimum of 200- 300 cubic yards per hour per grinder during operating hours. The Contractor and County may agree to a different rate if needed. The new established rate shall then be the performance standard for a specific Task Order. The minimum rate shall be achieved no later than the third calendar day after receipt of the mobilization Task Order. Liquidated damages shall be assessed at $10,000.00 per calendar day for any day in which the minimum processing rate is not met, unless non-compliance is due to insufficient debris amounts being delivered to the site.All work, including site restoration of debris management sites, prior to close-out shall be completed within 30 calendar days after receiving notice from the County that the last load of debris has been delivered, unless the County initiates additions or deletions to the agreement by written Task Orders. Subsequent changes in completion times shall be equitably negotiated by both parties pursuant to applicable state and federal laws. Liquidated damages shall be assessed at $2,000.00 per calendar day for any time over the maximum allowable time established.All work for the collection of debris from public roads, right-of-ways and other areas as directed by the County in Task Orders shall be completed on or before the recorded completion date. Liquidated damages shall be assessed at $5000.00 per calendar day for any day in which the recorded completion date has not been achieved to the satisfaction of the County.Failure of the Contractor to meet the required specifications listed in a Task Order or meet any deadline specified herein or listed in a Task Order shall result in liquidated damages as specified in each Task Order.The amounts specified above are mutually agreed upon as reasonable and proper amount of damage the County should suffer by failure of the Contractor to complete requirements set forth in the scope of pliance With LawsIn performance of the services, Contractor shall comply with applicable regulatory requirements including federal, state, special district, and local laws, rules, regulations, orders, codes, criteria and standards and including any that may not be specifically listed below:Davis-Bacon Act - Davis-Bacon wage rates on Federal-aid construction contracts apply for all Emergency Relief contracts. This provision cannot be waived by the FHWA. Davis-Bacon Act requirements may be waived only by executive order of the President, ref. 40 U.S.C. 276a-5 which states, “In the event of national emergency the president is authorized to suspend the provisions of 276a to 276a- 5 of this title.” Davis-Bacon labor standards do not apply to debris removal work unless done in conjunction with a construction project. Refer to Construction Contracts - Where applicable Debris removal services must meet “required Contract Provisions for Federal-Aid Construction Contracts” by use of Form FHWA-1273 attached herewith, see Attachment B-1.Buy America - The FHWA’s “Buy America” regulations (23 CFR Part 635.410) apply for all Federal-aid highway construction projects that permanently incorporate either iron or steel. A State may request that these provisions be waived if “the application of those provisions would be inconsistent with the public interest” (23 CFR 635.4109(c)(1)(i)).Nation Environment Policy Act (NEPA) of 1969.CFR Part 13.36 Procurement - Debris removal services must meet rules for Federal grants, as provided for in the Code of Federal Regulations 44 CFR Part13.36 Procurement.Disadvantaged Business Enterprise Program (DBE) - The normal DBE requirements may be applicable to the Emergency Relief funded projects.American with Disabilities Act of 1990 (ADA) - The FHWA operates under the ADA regulations issued by the Department of Justice (DOJ). According to DOF, no waivers from these regulations are possible. The governing statute and DOF regulations make no provision or exception for emergency relief situations. The ADA accessibility guidelines issued by DOJ, however, do provide guidance concerning temporary structures.Equal Employment Opportunity (EEO) as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630 and 41 CFR 60) and orders of the Secretary of Labor and imposed pursuant to 23 U.S.C. 140, and assurance by the Local Government pursuant thereto.Convict Labor - The convict labor prohibition in 23 U.S.C. 114 applies to Emergency Relief projects. Convict labor cannot be used in Emergency Relief construction projects.Use of Suspended or Debarred Contractors - Recipients of Federal funds are prohibited from doing business with Contractors who have been suspended or debarred. In addition to certifications provided in FHWA Form 1273, the Excluded Parties List System at shall also be verified.Bond RequirementsTo ensure faithful performance, the Contractor(s) shall provide to the County and maintain a Proposal Bond in the sum of $500,000 for the duration of the Agreement. The Contractor’s Proposal Bond shall be due upon signing of the Contract by the Contractor.In the event the Contractor is notified by the County to commence disaster services in the form of a Task Order, the Contractor shall provide a Performance and Payment Bond to the County within seven days. The cost of the Bond shall be paid for by the Contractor and shall be a pass-through cost to the County with no additional fees or mark-up.The Performance and Payment Bond shall be in an amount at least equal to the estimated price of the work in the Task Order as determined by the County and in such form and with such securities are acceptable to the County. The County may require the Contractor to furnish other bonds, in such form and with such sureties as it may require. If the Task Order is increased by a change order, the Contractor shall be responsible to insure that the Performance and Payment Bond has been amended accordingly and of copy of the amendment shall be provided to the County’s Debris Manager. The maximum amount of any Bond shall not exceed 10 million dollars.Performance and Payment Bond shall be issued for each Task Order. Performance and Payment Bonds must be maintained until the Task Order has been completed and approved by the County. Upon the successful completion of Task Order work, the Performance and Payment Bonds shall be released by the County.If the Surety on any bond furnished by the Contractor is declared bankrupt or becomes insolvent or its right to do business is terminated in the State of Florida or it ceases to meet the requirements imposed by the County, the Contractor shall within five (5) calendar days substitute another Bond and Surety, both of which shall be acceptable to the County.If the Contractor cannot obtain another bond and surety within (5) calendar days, the County shall accept and the Contractor shall provide an irrevocable letter of credit drawn on a Gadsden County, Florida bank until the bond and surety can be obtained.Qualification of Surety CompanyThe County shall only accept a Bonds with an A.M. Best rating of ‘A-“’ (Excellent) or better for procurements of $500,000 or greater, or ‘B+’ (Very Good) or better for procurements requiring a bond of less than $500,000 on behalf of the Contractor from a surety company authorized to do business in the State of Florida . Said bond may be subject to the approval of the Board of County Commissioners of Gadsden County, Florida.BID NO. 20-15Gadsden County Emergency Debris RemovalBID PROPOSAL FORMBID NO. 20-15Gadsden CountyEmergency Debris RemovalBIDDERS CERTIFICATIONThe undersigned bidder certifies that this bid proposal package is submitted in accordance with the specifications in its entirety and with full understanding of the conditions governing this bid.Acknowledgement is hereby made of the following Addenda received since issuance of Bid Documents:Addendum No. _______ Dated: ________Addendum No. _______ Dated: _________Addendum No. _______ Dated: ________Addendum No. _______ Dated: _________The undersigned hereby certifies that he/she is an authorized representative of the Company who may legally bind the Company:47339251441450099314014922500*SIGNATURE: DATE: 36937951441450043307014414500Name: Title: Printed103060514160500Company Name: Legal Name 55372013589000Address: 94043514097000County, State, Zip:38544501403350094551514033500Telephone No.: Fax No.: 93726013017500Federal I. D. #: *Failure to affix signature will result in disqualification of proposal.BIDDER CHECKLISTAll bid proposals shall be submitted on the County provided bid package forms. Failure to do so may cause the bid proposal to be rejected. All blanks on the bid proposal forms must be completed. Supplemental information may be attached to the bid package forms. Bidder shall return a complete set of all bid package forms as listed below. Failure to submit the required documents may result in your bid proposal being considered non responsive.Is the Minimum Qualifications of bidder’s information per Special Term and Condition #5 included with the bid proposal? Yes _____ No _____Are addenda (if any issued) acknowledged? Yes _____ No _____Are all Bid Proposal pages completed? Yes _____ No _____ Is the Bidders Qualification form submitted? Yes _____ No _____Is Drug Free Workplace form submitted? Yes _____ No _____Is the vendor service representative identified? Yes _____ No _____Is the information/descriptive literature included? Yes _____ No _____BID NO. 20-15Gadsden County Emergency Debris Removal BIDDER QUALIFICATIONSThe bidder, as a result of this bid, MUST hold a County and/or Municipal Contractor’s Business Tax Receipt in the area of their fixed business location. Each bidder MUST complete the following information and submit with their bid proposal in order for the bid proposal to be considered:1.Legal Name and Address: Name: _________________________________________________________________ Address: _______________________________________________________________ County, State, Zip: ____________________________ Phone: _______________________ Email: _____________________________________ Fax: _______________________The length of time (continuous) in business under the above stated legal name: ___________years.2.Check One: Corporation ( ) Partnership ( ) Individual ( ) 3.If Corporation, complete:Date of Incorporation: _______________ State in which Incorporated: _______________4.If an out-of-state Corporation, currently authorized to do business in Florida, give date of such authorization: ___________________________ 5.The length of time (continuous) in business: _____________years 6.Length of time (continuous) in business in Florida: _____________years Name and Title of Principal Officers: Date Elected: ____________________________________________________________________ ______________________________________ ______________________________ ______________________________________ ______________________________ ____________________________________________________________________ ____________________________________________________________________ Note: Information requested herein and submitted by the bidders will be analyzed by the County of Gadsden and will be a factor considered in awarding any resulting agreement. The purpose is to ensure that the bidder, in the sole opinion of the County of Gadsden, can sufficiently and efficiently perform all the required services in a timely and satisfactory manner as will be required by the subject agreement.BID NO. 20-15Gadsden CountyEmergency Debris RemovalPROFESSIONAL REFERENCESComplete the form below with at least five (5) current and pertinent professional references that the County can contact in relation to bidder’s qualifications and experience in completing similar projects. Failure to furnish this information may be grounds for rejection of the bid proposal. 1. Name and Address of Firm, County, County, or AgencyDate(s):Status:Bid Number:Contact:Telephone No:Email: Scope of work/ Project Description:Average response time for repairs: 2. Name and Address of Firm, County, County, or AgencyDate(s):Status:Bid Number:Contact:Telephone No:Email: Scope of work/ Project Description:Average response time for repairs: 3. Name and Address of Firm, County, County, or AgencyDate(s):Status:Bid Number:Contact:Telephone No:Email: Scope of work/ Project Description:Average response time for repairs: 4. Name and Address of Firm, County, County, or AgencyDate(s):Status:Bid Number:Contact:Telephone No:Email: Scope of work/ Project Description:Average response time for repairs: BID NO. 20-15Gadsden CountyEmergency Debris Removal PROFESSIONAL REFERENCES – CONTINUED 5. Name and Address of Firm, County, County, or AgencyDate(s):Status:Bid Number:Contact:Telephone No:Email: Scope of work/ Project Description:Average response time for repairs: 6. Name and Address of Firm, County, County, or AgencyDate(s):Status:Bid Number:Contact:Telephone No:Email: Scope of work/ Project Description:Average response time for repairs: 7. Name and Address of Firm, County, County, or AgencyDate(s):Status:Bid Number:Contact:Telephone No:Email: Scope of work/ Project Description:Average response time for repairs: 8. Name and Address of Firm, County, County, or AgencyDate(s):Status:Bid Number:Contact:Telephone No:Email: Scope of work/ Project Description:Average response time for repairs: Company Name: ___________________________ Signature: ____________________________ Printed Name & Title: _________________________________ Date: ______________________BID NO. 20-15Gadsden CountyEmergency Debris RemovalDRUG-FREE WORKPLACE CERTIFICATION Whenever two (2) or more bid proposals, which are equal with respect to price, quality, and service, are received by the County of Gadsden for the procurement of commodities or contractual services, a bid proposal received from a business that certifies that it has implemented a drug-free workplace program shall be given preference in the award process. In order to have a drug-free workplace program, a business shall:Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of controlled substances is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such rm employees about the dangers of drug abuse in the workplace, the business’s policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations.Give each employee engaged in providing the commodities or contractual services that are under bid a copy of the statement specified in number (1).In the statement specified in number (1), notify the employees that as a condition for working on the commodities or contractual services that are under bid, the employee will abide by the terms of the statement and will notify the employer of any conviction on or plea of guilty or nolo contendre to any violation of Chapter 893, Florida Statutes or of any controlled substance law of the United States or any singular state, for a violation occurring in the workplace no later than five (5) days after such conviction.Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee’s community by any employee who is so convicted.Make a good faith effort to continue to maintain a drug-free workplace through implementation of Section 287.087, Florida Statutes.This Certification is submitted by ___________________________________ (Individual’s Name)the ___________________________________ of ___________________________________ (Title/Position with Company/Vendor) (Name of Company/Vendor)Who does hereby certify that said Company/Vendor has implemented a drug-free workplace program, which meets the requirements of Section 287.087, Florida Statutes, which are identified in numbers (1) through (6) above. __________________ _________________________________________ Date Signature(Finance Form 93-014)BID NO. 20-15Gadsden CountyEmergency Debris RemovalJOINT BIDDING, COOPERATIVE PURCHASING FORMPURCHASING AGREEMENT WITH OTHER GOVERNMENTAL AGENCIESThis Certification submitted by _____________________________________, (Individual’s Name)The ________________________________ of _______________________________, (Title/Position with Vendor/Contractor) (Name of Company/Vendor)Who does hereby certify that the bid proposal(s) submitted in response to the County of Gadsden Bid Project No. _______ for ______________________________ shall constitute a bid to ANY Political Subdivision of the State of Florida under the same conditions, for the same prices and the same effective period as this bid, unless specifically declined below. This joint bid is submitted with the understanding that it in no way restricts or interferes with the right of ANY Political Subdivision of the State of Florida to re-bid any or all items. Bidder accepts this condition _________ Bidder does not accept this condition _________ ___________________________________ Signature ___________________________________ Address ___________________________________ County/State/Zip ___________________________________ Telephone Number(Finance Form 93-015)BID NO. 20-15Gadsden CountyEmergency Debris Removal LIST OF PROPOSED SUBCONTRACTORSThe undersigned bidder hereby designates, as follows, all major subcontractors whom he/she proposes to utilize for the major areas of work for the project. The bidder is further notified that all subcontractors shall be properly licensed and shall be required to furnish the COUNTY with a Certificate of Insurance in accordance with the agreement general conditions. Failure to furnish this information may be grounds for rejection of the bidder’s bid proposal. (If no subcontractors are proposed, state “None” on first line below.) Name and Address of Subcontractor Scope of Work/Phase(s) License #1.2.3.4.5. Signature and Date _____________________________________ Title/Company _________________________________________(Finance Form 94-017)BID NO. 20-15Gadsden CountyEmergency Debris RemovalNOTICE OF BIDThe County of Gadsden, Florida is accepting sealed bid proposals for Bid No. 20-15; Gadsden County Emergency Debris Removal. Sealed bid proposals must be received on or before Friday, August 14, 2020 at 10:00, AM, EST at the address below. Any bid proposal received after the designated closing time will be returned unopened.Gadsden CountyManagement Services Department5-B E. Jefferson Street, Room 204Quincy, Florida 32351All bid proposals shall be submitted in duplicate (one original and one copy) in sealed envelopes/packages addressed to the Purchasing Director and marked “BID NO. 20-15; Gadsden County Emergency Debris Removal”. Bidders desiring bid requirements for use in preparing a bid proposal may obtain the documents from the Management Services Department, or by printing a PDF file from the County Website at .The County reserves the right to accept or reject any and all bid proposals and to waive any technicalities or irregularities therein. The County further reserves the right to award the agreement to that bidder whose bid proposal best complies with the bid specifications. Bidders may withdraw their bid proposals by notifying the County in writing at any time prior to the deadline for bid proposal submittal. After the deadline, the bid proposal will constitute an irrevocable offer, for a period of sixty (60) days. Once opened, bid proposals become a record of the County and will not be returned to the bidders.STATEMENT OF NON-RESPONSEBID NO. 20-15If you are not submitting a bid proposal on this service/commodity, please complete and return this form to: County of Gadsden Purchasing Division, 5-B E. Jefferson Street, Quincy, Florida 32351 or by FAX (850) 875-7243. Failure to respond or submit a non-response three times may result in deletion of vendor’s name from the County of Gadsden vendor list PANY NAME: _____________________________________________________________ADDRESS: ___________________________________________________________________SIGNATURE: __________________________________________________________________We, the above signed have declined to submit a bid proposal on the above because of the following reasons:_____Insufficient time to respond. _____We do not offer this product/service or equivalent_____Our product schedule would not permit us to perform _____Please remove our name from the County’s Vendor database for the above commodity._____Other (specify below)REMARKS: ________________________________________________________________________________________________________________________________________________________________________________________________________________NON-RESPONSE MAY BE FAXED TO (850) 875-7243 ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download

To fulfill the demand for quickly locating and searching documents.

It is intelligent file search solution for home and business.

Literature Lottery

Related searches