Loading...
HomeMy WebLinkAboutContract 48530 1�g'v •r •`p� �o q N cmr sECRETARY� N Q) w CONTRACT NO. / V S DBY AGREEMENT FOR THE COLLECTION OF DISASTER DEBRIS a �t 6�%V STANDBY AGREEMENT for the collection of disaster debris("Agreement")is made and zde€�lea Into by and between the CITY OF FORT WORTH (the "City"), a home rule municipal corporation situated in portions of Tarrant, Denton and Wise Counties, Texas, acting by and through Fernando Costa, its duly authorized Assistant City Manager, and CrowderGulf, LLC ("Contractor"), a limited liability company acting by and through John Ramsay, its duly authorized president, each individually referred to as a"party"and collectively referred to as the "parties." CONTRACT DOCUMENTS: The Contract documents shall include the following: 1)This Agreement plus all attachments listed below,which are attached hereto and incorporated herein for all purposes incident to this Agreement: A Exhibit A—Scope of Services B. Exhibit B—Fee Schedule 2) City of Fort Worth Request for Proposals ("RFP") No. 16-0132, which is incorporated herein by reference for all purposes incident to this Agreement; and 3)Vendor's response to that proposal("Response")dated March 31,2016,which is incorporated herein by reference for all purposes incident to this Agreement. In the event of any conflict between the documents, the terms and conditions of this Agreement plus all attachments shall control.The term"Consultant"or"Contractor"shall include the Consultant or Contractor, and its officers,agents,employees,representatives,servants,contractors or subcontractors.The term"City" shall include its officers, employees,agents, and representatives. 1. GENERAL 1.1 Upon occurrence of an emergency response or disaster,the Contractor hereby agrees to provide the City, in accordance with appropriate professional standards, an evaluation of the scope of the disaster,project cost estimate with a not to exceed dollar amount to provide a full range of Disaster Debris Collection and Processing services, as outlined in Exhibit"A."Upon written notice to proceed,the Contractor agrees to provide such services. 1.2 City and Contractor both recognize and acknowledge the professional nature of this Agreement.Being cognizant that issues of interpretation and performance will inevitably arise, both parties agree to consult with each other and covenant to negotiate in the utmost good faith in order to ensure performance of this Agreement without hindrance. 1.3 In no event shall the Contractor engage in the collection or disposal of the City's residential garbage and recycling services. 2. TERM. 2.1 The term of the Agreement will commence upon the last date that both the City and Contractor have executed this Agreement(the`Effective Date")and shall continue iafull force and effect OFFICIAL RRCoRD Standby Agreement, CrowderGulf LLC CITY BECRRTARY FT•WORTH,TX until September 30, 2021, unless terminated earlier in accordance with the provisions of this Agreement. 2.2 City shall have the sole right to renew this Agreement for one(1)additional five-year term. If City desires to exercise an option to renew, City shall notify Contractor in writing of its intention to renew at least 60 days prior to the end of the then-current term. Compensation to be paid during any option term shall be the same as that provided for in the Initial Term. 3. COMPENSATION. Upon issuing a Notice to Proceed,the City shall pay Contractor in accordance with the provisions of this Agreement and the Fee Schedule attached as Exhibit `B," which is incorporated for all purposes herein. Contractor shall not perform any additional services for the City not specified by this Agreement unless the City requests and approves in writing the additional costs for such services. The City shall not be liable for any additional expenses of Contractor not specified by this Agreement unless the City first approves such expenses in writing. The City shall include the amount on the not to exceed estimate in a formal Purchase Order. 4. TERMINATION. 4.1. Written Notice. The City or Contractor may terminate this Agreement at any time and for any reason by providing the other party with 30 days written notice of termination. 4.2 Non-appropriation of Funds. In the event no funds or insufficient funds are appropriated by the City in any fiscal period for any payments due hereunder, City will notify Contractor of such occurrence and this Agreement shall terminate on the last day of the fiscal period for which appropriations were received without penalty or expense to the City of any kind whatsoever, except as to the portions of the payments herein agreed upon for which funds shall have been appropriated. 4.3 Duties and Obligations of the Parties. In the event that this Agreement is terminated prior to the Expiration Date,the City shall pay Contractor for services actually rendered up to the effective date of termination and Contractor shall continue to provide the City with services requested by the City and in accordance with this Agreement up to the effective date of termination. 5. DISCLOSURE OF CONFLICTS AND CONFIDENTIAL INFORMATION. Contractor hereby warrants to the City that Contractor has made full disclosure in writing of any existing or potential conflicts of interest related to Contractor's services under this Agreement. In the event that any conflicts of interest arise after the Effective Date of this Agreement, Contractor hereby agrees immediately to make full disclosure to the City in writing. Contractor, for itself and its officers, agents and employees, further agrees that it shall treat all information provided to it by the City as confidential and shall not disclose any such information to a third party without the prior written approval of the City. Contractor shall store and maintain City Information in a secure manner and shall not allow unauthorized users to access,modify,delete or otherwise corrupt City Information in any way. Contractor Standby Agreement, CrowderGulf LLC, Page 2 of 33 shall notify the City immediately if the security or integrity of any City information has been compromised or is believed to have been compromised. 6. RIGHT TO AUDIT Contractor agrees that the City shall, until the expiration of three (3) years after final payment under this contract, have access to and the right to examine at reasonable times any directly pertinent books, documents,papers and records of the Contractor involving transactions relating to this Contract at no additional cost to the City. Contractor agrees that the City shall have access during normal working hours to all necessary Contractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this section. The City shall give Contractor reasonable advance notice of intended audits. Contractor further agrees to include in all its subcontractor agreements hereunder a provision to the effect that the subcontractor agrees that the City shall, until expiration of three (3) years after final payment of the subcontract, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records of such subcontractor involving transactions related to the subcontract, and further that City shall have access during normal working hours to all subcontractor facilities and shall be provided adequate and appropriate work space in order to conduct audits in compliance with the provisions of this paragraph. City shall give subcontractor reasonable notice of intended audits. 7. INDEPENDENT CONTRACTOR. It is expressly understood and agreed that Contractor shall operate as an independent contractor as to all rights and privileges granted herein, and not as agent, representative or employee of the City. Subject to and in accordance with the conditions and provisions of this Agreement, Contractor shall have the exclusive right to control the details of its operations and activities and be solely responsible for the acts and omissions of its officers,agents,servants,employees,contractors and subcontractors. Contractor acknowledges that the doctrine of respondeat superior shall not apply as between the City, its officers, agents, servants and employees, and Contractor, its officers, agents, employees, servants, contractors and subcontractors. Contractor further agrees that nothing herein shall be construed as the creation of a partnership or joint enterprise between City and Contractor. 8. LIABILITY AND INDEMNIFICATION. 8.1 LIABILITY-CONTRACTOR SHALL BE LIABLE AND RESPONSIBLE FOR ANY AND ALL PROPERTY LOSS, PROPERTY DAMAGE AND/OR PERSONAL INJURY, INCLUDING DEATH, TO ANY AND ALL PERSONS, OF ANY KIND OR CHARACTER, WHETHER REAL OR ASSERTED, TO THE EXTENT CAUSED BY THE NEGLIGENT ACT(S) OR OMISSION(S),MALFEASANCE OR INTENTIONAL MISCONDUCT OF CONTRACTOR, ITS OFFICERS, AGENTS, SERVANTS OR EMPLOYEES. 8.2. INDEMNIFICATION- CONTRACTOR AGREES TO DEFEND, INDEMNIFY,AND HOLD THE CITY, ITS OFFICERS, AGENTS, SERVANTS, AND EMPLOYEES HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS, AND EXPENSES OF ANY KIND,INCLUDING,BUT NOT LIMITED TO,THOSE FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO OWNER'S BUSINESS AND ANY RESULTING LOST PROFITS) AND/OR PERSONAL INJURY(INCLUDING DEATH), THAT MAY RELATE TO,ARISE OUT Standby Agreement, CrowderGulf LLC, Page 3 of 33 OF, OR BE OCCASIONED BY (I) BREACH OF ANY OF THE TERMS OR PROVISIONS OF THIS AGREEMENT BY CONSULTANT,ITS OFFICERS,AGENTS, ASSOCIATES, SERVANTS, EMPLOYEES, CONTRACTORS (OTHER THAN THE CITY) OR SUBCONTRACTORS; OR (II)ANY NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF CONSULTANT, ITS OFFICERS, AGENTS, ASSOCIATES, SERVANTS, EMPLOYEES, CONTRACTORS (OTHER THAN THE CITY), OR SUBCONTRACTORS RELATED TO THE PERFORMANCE OF THIS AGREEMENT;THE INDEMNITY PROVIDED FOR IN THIS SECTION SHALL NOT APPLY TO ANY LIABILITY RESULTING FROM THE SOLE NEGLIGENCE OF CITY OR ITS OFFICERS,AGENTS,EMPLOYEES,OR SEPARATE CONTRACTORS. IN THE EVENT OF JOINT AND CONCURRENT NEGLIGENCE OF BOTH CONSULTANT AND CITY,RESPONSIBILITY,IF ANY,SHALL BE APPORTIONED COMPARATIVELY IN ACCORDANCE WITH THE LAWS OF THE STATE OF TEXAS. NOTHING HEREIN SHALL BE CONSTRUED AS A WAIVER OF THE CITY'S GOVERNMENTAL IMMUNITYAS FURTHER PROVIDED BY THE LAWS OF TEXAS. 8.3 SUBCONTRACTORS - CONTRACTOR SHALL REQUIRE ALL OF ITS SUBCONTRACTORS AND ASSIGNEES TO INCLUDE IN THEIR SUBCONTRACTS OR ASSIGNMENTS A RELEASE AND INDEMNITY IN FAVOR OF THE CITY IN SUBSTANTIALLY THE SAME FORM AS ABOVE. THIS SECTION SHALL SURVIVE THE EXPIRATION OR TERMINATION OF THIS AGREEMENT. 9. ASSIGNMENT AND SUBCONTRACTING. Contractor shall not assign or subcontract any of its duties, obligations or rights under this Agreement without the prior written consent of the City. If the City grants consent to an assignment, the assignee shall execute a written agreement with the City and the Contractor under which the assignee agrees to be bound by the duties and obligations of Contractor under this Agreement. The Contractor and Assignee shall be jointly liable for all obligations under this Agreement prior to the assignment. If the City grants consent to a subcontract, the subcontractor shall execute a written agreement with the Contractor referencing this Agreement under which the subcontractor shall agree to be bound by the duties and obligations of the Contractor under this Agreement as such duties and obligations may apply. The Contractor shall provide the City with a fully executed copy of any such subcontract. 10. INSURANCE. Contractor shall provide the City with certificate(s) of insurance documenting policies of the following minimum coverage limits that are to be in effect prior to commencement of any work pursuant to this Agreement: 10.1 Coverage and Limits (a) Commercial General Liability $1,000,000 Each Occurrence $2,000,000 Aggregate Standby Agreement, CrowderGulf LLC, Page 4 of 33 (b) Automobile Liability $1,000,000 Each accident on a combined single limit basis or $250,000 Bodily injury per person $500,000 Bodily injury per occurrence $100,000 Property damage Coverage shall be on any vehicle used by the Contractor, its employees, agents, representatives in the course of the providing services under this Agreement. "Any vehicle"shall be any vehicle owned, hired and non-owned (c) Worker's Compensation Statutory limits Employer's liability $100,000 Each accident/occurrence $100,000 Disease-per each employee $500,000 Disease-policy limit This coverage may be written as follows: Workers' Compensation and Employers' Liability coverage with limits consistent with statutory benefits outlined in the Texas workers' Compensation Act(Art. 8308 — 1.01 et seq. Tex. Rev. Civ. Stat.)and minimum policy limits for Employers'Liability of$100,000 each accident/occurrence, $500,000 bodily injury disease policy limit and $100,000 per disease per employee (d) Professional Liability(Errors& Omissions) $1,000,000 Each Claim Limit $1,000,000 Aggregate Limit Professional Liability coverage may be provided through an endorsement to the Commercial General Liability (CGL) policy, or a separate policy specific to Professional E&O. Either is acceptable if coverage meets all other requirements. Coverage shall be claims-made,and maintained for the duration of the contractual agreement and for two (2) years following completion of services provided. An annual certificate of insurance shall be submitted to the City to evidence coverage. 10.2 Certificates. Certificates of Insurance evidencing that the Contractor has obtained all required insurance shall be delivered to the City prior to Contractor proceeding with any work pursuant to this Agreement.All policies except Workers' Compensation shall be endorsed to name the City as an additional insured thereon, as its interests may appear. All policies shall contain a Waiver of Subrogation for the benefit of the City of Fort Worth. The term City shall include its employees, officers, officials, agent, and volunteers in respect to the contracted services. Any failure on the part of the City to request required insurance documentation shall not constitute a waiver of the insurance requirement. A minimum of thirty(3 0)days' notice of cancellation or reduction in limits of coverage shall be provided to the City. Ten (10) days' notice shall be acceptable in the event of non-payment of premium. Such terms shall be endorsed onto Contractor's insurance policies.Notice shall be sent to the Risk Manager, City of Fort Worth, 1000 Throckmorton, Fort Worth, Texas 76102, with copies to the City Attorney at the same address. Standby Agreement, CrowderGulf LLC, Page 5 of 33 12. COMPLIANCE WITH LAWS,ORDINANCES,RULES AND REGULATIONS. Contractor agrees to comply with all applicable federal, state and local laws,ordinances,rules and regulations. If the City notifies Contractor of any violation of such laws, ordinances, rules or regulations, Contractor shall immediately desist from and correct the violation. 13. LICENSES,PERMITS AND FEES Contractor agrees to obtain and pay for all licenses, permits, certificates, inspections and all governmental approvals and other fees required by applicable law or otherwise necessary to perform the services prescribed hereunder. 13. NON-DISCRIMINATION COVENANT. Contractor,for itself,its personal representatives,assigns,subcontractors and successors in interest, as part of the consideration herein, agrees that in the performance of Contractor's duties and obligations hereunder,it shall not discriminate in the treatment or employment of any individual or group of individuals on any basis prohibited by law. If any claim arises from an alleged violation of this non-discrimination covenant by Contractor, its personal representatives, assigns, subcontractors or successors in interest, Contractor agrees to assume such liability and to indemnify and defend the City and hold the City harmless from such claim. 14. NOTICES. Notices required pursuant to the provisions of this Agreement shall be conclusively determined to have been delivered when (1) hand-delivered to the other party, its agents, employees, servants or representatives,(2)delivered by facsimile with electronic confirmation of the transmission,or(3)received by the other party by United States Mail,registered,return receipt requested, addressed as follows: To The CITY: To CONTRACTOR: City of Fort Worth Attn: Fernando Costa CrowderGulf LLC 1000 Throckmorton Street 5435 Business Parkway Fort Worth TX 76102-6311 Theodore,AL 36582 Facsimile: (817)392-8654 Facsimile: (251)459-7433 15. GOVERNMENTAL POWERS. It is understood and agreed that by execution of this Agreement, the City does not waive or surrender any of its governmental powers. 16. NO WAIVER. The failure of the City or Contractor to insist upon the performance of any term or provision of this Agreement or to exercise any right granted herein shall not constitute a waiver of the City's or Contractor's respective right to insist upon appropriate performance or to assert any such right on any future occasion. Standby Agreement, CrowderGulf LLC,Page 6 of 33 17. GOVERNING LAW/VENUE. This Agreement shall be construed in accordance with the internal laws of the State of Texas. If any action, whether real or asserted, at law or in equity, is brought on the basis of this Agreement, venue for such action shall lie in state courts located in Tarrant County, Texas or the United States District Court for the Northern District of Texas, Fort Worth Division. 18. SEVERABILITY. If any provision of this Agreement is held to be invalid, illegal or unenforceable, the validity, legality and enforceability of the remaining provisions shall not in any way be affected or impaired. 19. FORCE MAJEURE. The City and Contractor shall exercise their best efforts to meet their respective duties and obligations as set forth in this Agreement, but shall not be held liable for any delay or omission in performance due to force majeure or other causes beyond their reasonable control (force majeure), including, but not limited to, compliance with any government law, ordinance or regulation, acts of God, acts of the public enemy,fires,strikes, lockouts,natural disasters,wars,riots,material or labor restrictions by any governmental authority,transportation problems and/or any other similar causes. 20. HEADINGS NOT CONTROLLING. Headings and titles used in this Agreement are for reference purposes only and shall not be deemed a part of this Agreement. 21. REVIEW OF COUNSEL. The parties acknowledge that each party and its counsel have reviewed and revised this Agreement and that the normal rules of construction to the effect that any ambiguities are to be resolved against the drafting party shall not be employed in the interpretation of this Agreement or exhibits hereto. 22. AMENDMENTS/MODIFICATIONS/EXTENSIONS. No extension, modification or amendment of this Agreement shall be binding upon a party hereto unless such extension, modification, or amendment is set forth in a written instrument, which is executed by an authorized representative and delivered on behalf of such party. 23. ENTIRETY OF AGREEMENT. This Agreement, including the schedule of exhibits attached hereto and any documents incorporated herein by reference, contains the entire understanding and agreement between the City and Contractor, their assigns and successors in interest, as to the matters contained herein. Any prior or contemporaneous oral or written agreement is hereby declared null and void to the extent in conflict with any provision of this Agreement. Standby Agreement, CrowderGulf LLC,Page 7 of 33 24. SIGNATURE AUTHORITY. The person signing this agreement hereby warrants that he/she has the legal authority to execute this agreement on behalf of the respective party,and that such binding authority has been granted by proper order, resolution, ordinance or other authorization of the entity. The other party is fully entitled to rely on this warranty and representation in entering into this Agreement. [SIGNATURE PAGE FOLLOWS] Standby Agreement, CrowderGulf LLC, Page 8 of 33 IN WITNESS WHEREOF, the parties hereto have executed this Agreement in multiples this,' ' day of/v 2016. CITY OF FORT WORTH: CROWDERGULF LLC By: By�I�ohn Fernando Costa Ramsay Assistant Ci Manager City g President � Date: IZZ3AG Date: 11 - V- 16 ,` ATTEST: ATTE By: ;t3 A/ Ci re iy APPROVED AS TO FORM AND LEGALITY: By rjJAM PW� X --VUM-� Se. A istant City orney C01z'sm Z• Cu CONTRACT AUTHORIZATION: M&C: a /05 7 Date Approved: OFFICIAL RECORD CITY SECRETARY FT.WORTH,TX Standby Agreement, CrowderGulf LLC, Page 9 of 33 EXHIBIT A SCOPE OF SERVICES Contractor will provide services for disaster debris removal, reduction, disposal and other emergency cleanup services following a disaster event. Contractors shall have sufficient experience in the specialized management of disaster response and recovery operations for the purposes of debris removal services, and the preparation, response and recovery phases of any emergency situation or disaster. Contractors shall have the capacity and ability to rapidly mobilize and respond to potential wide-scale debris volumes as generated by a hurricane, as well as localized small-scale volumes typical of a tornado or ice storm. These services will not be authorized until such time as a Notice to Proceed has been issued;typically in response to a natural or manmade disaster. Services may include, but are not limited to: • Annual Coordination Meeting • General Operations • Daily Reporting and Coordination • Equipment Forms • Emergency Road Clearance • Right of Way(ROW)/Public Property Debris Removal • Hazardous Stump, Tree and Hanging Limb Removal • Right-of-Entry Debris Removal • Temporary Debris Management Site Operations • Debris Reduction/Grinding Processing • Debris Disposal/Recycling • Hazardous or Toxic Waste Removal and Disposal • Material Burning/Incineration The City, at its sole discretion,may elect to perform work with force account or additional contract forces. 1. Annual Coordination Meeting The successful Contractor(s) shall be required to attend a one day annual disaster coordination and planning meeting at no cost to the City. 2. General Operations The Contractor shall be responsible for performing the debris removal and debris management services as requested by the City. The designated area for debris removal is bounded by the City limits and includes public property and ROW, City parks and City debris management areas within the incorporated areas of the City and may include private segments within the jurisdictional boundaries of the City. The Contractor may be tasked with debris clearance and removal from Federal Highway Administration (FHWA) federal aid eligible roads. In this event, the Contractor shall be required to provide crews separate from those providing City ROW debris clearance and removal services. Contractor shall be required to follow all eligibility requirements and guidance as established by the FHWA Emergency Relief program for federal aid eligible roads. Completion of FHWA Form 1273, Required Contract Provisions Federal-Aid Construction Contracts, shall be required of the Contractor. Professional Services Agreement, CrowderGulf LLC, Page 10 of 33 The Contractor shall provide project management and coordination recovery activities necessary to assist the City in fulfilling the requirements of federal reimbursement agencies. The Contractor shall conduct work so as not to interfere with the disaster response and recovery activities of federal, state, county and City governments or agencies or of any public utilities. The Contractor shall implement a "clean as you go" policy to ensure all debris is cleared from the loading site before moving to the next loading site. The Contractor shall report and provide documentation to the City or authorized representative for all incidents such as, but not limited to, oil spills, fuel leaks, hydraulic fluid leaks, chemical spills and similar environmental quality issues. The Contractor shall cleanup or remediate the incident, as necessary,properly disposing of the materials in compliance with the applicable federal,state,and local regulations. • Private Work: The Contractor and subcontractors shall be prohibited from performing private work in the City of Fort Worth while actively engaged in delivering services under this Contract. • Property Damages: The Contractor shall repair any damages caused by Contractor's or subcontractor's equipment in a timely manner at no expense to the City. If there is disagreement between a resident and Contractor as to the repair of damages,the City shall decide and make the final determination on the repair.Failure to restore the damaged public or private property to the satisfaction of the City will result in the City withholding retainage money or invoicing the Contractor for time and material costs associated with resolving issues or damages related to the Contractor's work. 3. Daily Reporting and Coordination Meetings The Contractor shall submit a daily report providing the number of crews operating, the number and types of equipment operating, the total cubic yards (or tons) collected by debris type, the total cubic yards reduced, and the total cubic yards transported to final disposal. This report shall include the number of crews operating for the current day. This report shall be submitted to the Contract Administrator each day for the previous day. The Contractor shall also provide an updated map of the locations where debris collection crews operated to relate the progress of operations. The Contractor shall work with the City's GIS department to input data that is compatible with the City's GIS system. The Contractor shall participate in daily coordination meetings with the City departments involved in the response and recovery operations. 4. Equipment The Contractor shall provide sufficient and qualified staff and the necessary equipment to rapidly remove and lawfully dispose of all disaster-related debris. The Contractor shall ensure that all equipment and vehicles utilized in the City's debris operations remain in good working condition. Professional Services Agreement, CrowderGulf LLC,Page 11 of 33 The Contractor and its subcontractors shall operate all equipment and vehicles in compliance with all applicable federal, state, and local rules and regulations. The Contractor shall present all vehicles utilized to haul debris to the City,or authorized representative, for measurement (inside bed measurements) to calculate and certify the volumetric capacity of said vehicle. All certified Contractor or subcontractor vehicles shall display a placard, displayed on the driver's side of the vehicle, which states the City of Fort Worth,the vehicle's assigned and unique number and the certified cubic yard capacity of said vehicle. Any truck used to haul debris shall be capable of rapidly unloading its load without the assistance of other equipment, be equipped with a tailgate that will 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 shall be constructed of two (2) inch by six (6) inch boards or greater and shall not extend more than two (2) feet above the metal bedsides. Trucks or equipment certified with sideboards shall maintain such sideboards and keep them in good repair.In order to ensure compliance, equipment will be inspected by the City's authorized representatives prior to its use by the Contractor and subcontractors. 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. Measures shall be taken to avoid the debris from blowing out of the hauling vehicle during transport to a City-approved TDSRS or final disposal site. Equipment used shall be rubber tired and sized properly to fit loading conditions. Excessive sized equipment(100 cubic yards and up)and non-rubber tired equipment must be approved prior to use on the road by the City's Contract Administrator. All loading equipment shall be operated from the road, street or rights-of-way using mechanized loading devices such as,buckets and/or boom and grapple devices,to collect and load debris. No equipment shall be operated outside the public rights-of-way, unless directed by the City. Should operation of equipment be required outside of the public rights-of-way the City will provide a Right of Entry agreement. Hand-loaded vehicles are prohibited unless pre-authorized, in writing, by the City's Contract Administrator following the event. All hand-loaded vehicles will receive an automatic fifty percent (50%)deduction for lack of compaction. 5. Forms Truck Certification Forms, as approved by the City, shall be provided by the Contractor for documenting and recording the actual physical, inside measurement and volume capacity, including Professional Services Agreement, CrowderGulf LLC,Page 12 of 33 any volume adjustments, deductions or comments of each truck, trailer, or other hauling equipment used to conduct the City's debris removal and hauling operations. In the event that the unit price is by weight,the tare weight shall be recorded on the Truck Certification Form. The Truck Certification Form shall also document the date, license plate, driver information, insurance information,a brief description and photograph of the vehicle. Truck certifications shall be performed by the City or authorized representative in the presence of the Contractor or their designated representative. The forms shall be signed and dated by both parties. Truck Placards,as approved by the City,shall be provided by the Contractor and attached to the driver's side of each vehicle transporting debris and shall display the following information. • City of Fort Worth • Contractor Name • Unique identification number assigned to the vehicle 6. Certified cubic yard capacity of the vehicle(or tare weight) Information displayed on the Truck Placard shall be written in permanent maker. The Contractor shall submit to the City, within thirty(30)days upon Notice to Proceed, a Vehicle and Equipment List, which contains the following information. • Contractor Name • Certified cubic yard capacity of the vehicle(or tare weight). • Unique identification number assigned to the vehicle. • Make/Model of the vehicle. • License plate number. • Other information as required by the City for the purpose of monitoring and inspecting performance. Load tickets,as approved by the City, shall be provided by the Contractor for recording the volumes of debris removed and hauled to a TDSRS or final disposal site. Each load ticket shall consist of a five part carbon paper ticket (one original and four copies). Each load ticket shall be pre-printed and sequentially numbered and capable of documenting the following data: • Contract Owner Name • Prime and Subcontractor Name • Date • Truck Number • Certified Capacity(Cubic Yards or Tons) • Driver's Name • Type of Debris Collected: Vegetative, Construction and Demolition (C&D), White Goods, Other, etc. • Load Location(Address of pick-up) Professional Services Agreement, CrowderGulf LLC,Page 13 of 33 • Work Zone • Loading Date and Time • Loading Site Monitor Name and Signature • Load Size (Estimated Percentage of Cubic Yards or Tons) • Unloading Site Location • Unloading Date and Time 7. Unloading Site Monitor Name and Signature The City's authorized representative shall complete the applicable portion of a load ticket at the load site and provide four (4) copies to the vehicle driver. Upon arrival at the TDSRS or authorized final disposal site,the vehicle driver shall present the five(5)copies of the load ticket to the City's authorized representative at the tower. A visual inspection will occur to determine the estimated debris quantity (or tons, if scales are available) contained in the vehicle for documentation. The City's authorized representative shall sign the load ticket. The City's authorized representative shall provide a completed copy to the driver, the Contractor representative, and the City for project files. Mulch or processed/ground debris shall be documented following the same load ticket procedures. Construction and Demolition debris transported to disposal shall be documented following the same load ticket procedures. 6. Hot Spot Crews The Contractor shall be required to provide the City with "hot spot" crews, which will respond immediately, as directed by the City or authorized representative, to collect and haul priority debris piles which impact the public's health, safety or welfare. 7. Work Hours The Contractor shall conduct debris removal operations generating noise levels above that normally associated with routine traffic flow, during daylight hours only. Work shall be performed seven (7) days per week. Adjustments to work hours, as local conditions may dictate, shall be coordinated between the City and Contractor. Unless otherwise directed, the Contractor shall be capable of conducting debris reduction operations at the TDSRS locations on a twenty-four (24) hour, seven (7) days a week basis. 8. Ownership of Debris&Material Management Planning All debris located in the City ROW and City provided TDSRS locations shall be the property of the City until final disposal at an authorized and permitted disposal site or transported to either a recycling facility for processing or an approved brush management operation for either mulching or composting. The Contractor shall work with the City to develop a specific material management plan depending on the nature of the event. The material management plan shall identify: which TDSRS will be opened, what materials are to be sent to a TDSRS,what materials will be recovered for recycling,what materials will be directed to either a construction/demolition landfill or a municipal solid waste landfill. Professional Services Agreement, CrowderGulf LLC, Page 14 of 33 9. Emergency Debris Road Clearance Upon receiving the Notice to Proceed for this Contract element,the Contractor shall provide all labor, equipment, fuel and associated costs necessary to clear and remove debris by cutting, tossing and/or pushing of debris from the priority roadways, as identified by and directed by the City. As per FEMA rules and regulations, this phase of operations, conducted under a time and materials rate, shall be capped at no more than seventy (70) working hours following the Notice to Proceed. The Contractor exceeds the seventy(70)hour cap at its own risk. 9.1 The Contractor shall assist the City and its representatives in ensuring proper documentation of emergency road clearance activities.City personnel or authorized representative shall verify the equipment used, operators, hours of operation (start and end times), and shall require the locations of work performed. Services performed under this Contract element will be compensated using the Contractor's Price Proposal (Exhibit B). 9.2 Should the City authorize emergency debris clearance on FHWA federal aid eligible roadways, the Contractor shall invoice these costs separately from FEMA eligible roadways. 10. Right-of-Way(ROW)Vegetative Debris Removal The Contractor shall provide all labor,materials,equipment,tools,traffic control,signage and any other incidental items; to collect and remove eligible disaster debris from the City's ROW and transport eligible disaster related vegetative debris to a City-approved debris management site (TDSRS)or to a City-designated final disposal site in accordance with all federal, state, and local rules and regulation. 10.1 The Contractor shall only remove eligible vegetative debris which is placed within the City's ROW. 10.2 All eligible debris will be removed from each loading site before proceeding to the next loading site. 10.3 The City or its authorized representative shall document the load by means of the load ticket. 10.4 All eligible vegetative debris loads shall be transported to the City's TDSRS or approved final disposal facility. 10.5 Entry onto private property for the removal of eligible disaster related debris will be permitted only by written authorization of the City. The City will provide the right-of-entry(ROE)legal and operational procedures. 11. ROW Construction and Demolition(C&D) The Contractor shall provide all labor,materials,equipment,tools,traffic control,signage and any other incidental items to collect and remove eligible disaster debris from the City's ROW and transport eligible disaster related C&D debris to a City approved debris management site(TDSRS) or to a City designated final disposal site, in accordance with all federal, state, and local rules and regulations. 11.1 The Contractor shall only remove eligible C&D debris which is placed within the City's ROW. Professional Services Agreement, CrowderGulf LLC,Page 15 of 33 11.2 All eligible C&D debris shall be removed from each loading site before proceeding to the next loading site. 11.3 The Contractor shall,to the extent possible,keep C&D materials separate fi•om other debris, so that loads are primarily of similar materials. 11.4 The City or its authorized representative shall document the load by means of the load ticket. 11.5 All eligible C&D debris loads shall be transported to the City's TDSRS or approved final disposal facility. 11.6 Entry onto private property for the removal of eligible disaster related debris will be permitted only by written authorization of the City. The City will provide the right-of-entry(ROE) legal and operational procedures. 12. Multiple Passes The City may require multiple passes to remove the disaster debris from the public rights-of-way (ROW) and public facilities, private property or ROW — as authorized by the City. The number of passes conducted will be authorized in writing by the City based upon debris assessments. 13. Removal of Eligible Hazardous Stumps The Contractor shall provide all labor,materials,equipment,tools,traffic control,signage and any other incidental items to collect and remove eligible hazardous stumps from the City's ROW as follows: 13.1 The Contractor shall extract or remove only stumps which meet the following eligibility criteria and are authorized by the City or its designated representative. • The stump shall be greater than twenty-four(24)inches in diameter,measured twenty four (24)inches from the base. • The stump root ball is exposed by 50 percent or greater. • The stump is located in the ROW or on improved public property and poses a danger to the public's health and safety. 13.2 The City or authorized representative shall measure and document the stump prior to removal, through photographs, GPS coordinates, physical address/location and other relevant information which verifies the hazard posed by the stump. • Hazardous stumps which meet the eligibility criteria and have been documented following the described procedures, shall be eligible for unit pricing. • Costs for the removal of hazardous stumps shall be invoiced separately. • The Contractor shall be required to fill the cavity left by the excavation process with clean fill dirt in the quantity documented by the City or the City's authorized representative. Professional Services Agreement, CrowderGulf LLC,Page 16 of 33 • The eligible hazardous stump shall be transported to the City's TDSRS or to the City's designated final disposal site. • Stumps measuring less than twenty-four(24) inches in diameter,which require extraction, shall be converted to a cubic yard measurement by the conversion table included in the FEMA DAP 9523.11 Hazardous Stump Extraction and Removal Eligibility policy. • Stumps,which are placed on the ROW by others,shall not be eligible for hazardous stump unit pricing. Stumps placed on the ROW by others shall be treated as vegetative debris and reimbursable at the vegetative debris unit pricing. • Stumps that have less than 50 percent of the root ball exposed shall be flush cut at the ground and the cut portion included with regular vegetative debris. 14. Removal of Eligible Hazardous Trees(Leaners) The Contractor shall provide all labor,materials, equipment,tools,traffic control, signage and any other incidental items; to collect and remove hazardous trees (leaners) from the City's ROW and improved public property which pose a threat to life,public health and safety as follows: 14.1 The Contractor shall remove only Hazardous Trees(Leaners)which measure six(6)inches or greater measured at diameter breast height(DBH)of 4.5 feet from the ground and meet one (1) or more of the following criteria and are authorized by the City or its designated representative: • The hazardous tree has more than fifty(50)percent of its crown damaged or destroyed. • The trunk is split or has broken branches which expose the heartwood. • The hazardous tree is leaning at an angle greater than thirty (30) degrees and the direction of the leaning tree threatens public or improved property. 14.2 The City or authorized representative shall measure and document the hazardous tree prior to removal, through photographs, GPS coordinates, physical address/location and other relevant information which verifies the hazard posed by the hazardous tree. • The hazardous tree shall be flush cut at the ground and transported to the City's TDSRS or to the final disposal site. • Hazardous trees which meet the eligibility criteria and have been documented following the described procedures shall be eligible for unit pricing. • Costs for the removal of the hazardous trees shall be invoiced separately. Professional Services Agreement, CrowderGulf LLC,Page 17 of 33 15. Removal of Eligible Hazardous Limbs(Hangers) 15.1 The Contractor shall provide all labor, materials, equipment, tools,traffic control, signage and any other incidental items; to remove and collect eligible hazardous limbs (hangers) from the City's ROW and improved public property which pose a threat to life, public health and safety. 15.2 The Contractor shall remove only hazardous limbs (hangers) which meet the following eligibility criteria and are authorized by the City or its designated representative: • The hazardous limb shall measure two (2) inches in diameter or greater at the break point. • The hazardous limb must pose an immediate threat to life, public health or safety or poses an immediate threat of significant damage to improved property. • The hazardous limb is still hanging in the tree above public property (ROW) or improved public property. • The City or authorized representative shall measure and document the hazardous limb prior to removal,through photographs,GPS coordinates,physical address/location and other relevant information which verifies the hazard posed by the hazardous limb. • The eligible hazardous limb shall be cut at the closest main branch junction. • The eligible hazardous limb shall be placed in the ROW, collected and hauled to the City's TDSRS or to the final disposal site. • If the hazardous limb does not extend over public property,that limb is not eligible. • Costs for the removal of hazardous limbs shall be invoiced separately. 16. Household Hazardous Waste(HMW)Removal The Contractor shall provide 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 an authorized household hazardous waste or hazardous waste facility. The removal,transportation,and disposal of eligible HMW 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 hazardous waste facility. Eligible HHW shall be documented by means of a load ticket by the City or its authorized representative. Professional Services Agreement, CrowderGulf LLC,Page 18 of 33 17. ROW White Goods Removal The Contractor shall provide all labor, equipment, fuel,traffic control costs and other associated costs necessary for the removal, transportation, and disposal/recycling of eligible white goods from the ROW. White goods containing refrigerants, oils,and similar substances, shall be removed from the ROW and loaded onto a vehicle, so as to prevent such materials from escaping from the unit. All refrigerants, oils, and similar materials shall be removed by the Contractor's qualified technicians or transported to a facility for the removal of said materials, and disposed of or recycled according to all federal, state, and local rules and regulations. White goods containing food items shall be decontaminated in accordance with federal, state,and local law prior to disposal/recycling. Eligible white goods removed from the ROW shall be documented by means of a load ticket by the City or its authorized representative. All documentation with regard to the removal and disposal of refrigerants, oils, and similar substances shall be submitted to the City before payment is made. White goods shall be transported to a designated City approved recycling facility. 18. ROW Electronic Waste Removal The Contractor shall provide all labor, equipment, fuel,traffic control costs and other associated costs necessary for the removal, transportation, and disposal/recycling of eligible electronic waste fi•om the ROW. Eligible electronic waste removed from the ROW shall be documented by means of a load ticket by the City or its authorized representative. The Contractor shall dispose of the waste at a facility approved by the City. 19. Temporary Debris Storage and Reduction Sites(TDSRS)and Operations Contractor(s) shall deliver all disaster related debris to the City's authorized TDSRS locations, unless otherwise instructed by the City. The City may authorize multiple sites in order to efficiently store and process the volumes of disaster related debris materials.As a part of the DDMP,the City has identified a number of possible locations for TDSRS sites. A map illustrating these sites is shown in the Exhibit A to this RFP. The City may require additional TDSRS locations and require Contractor assistance to select suitable sites, perform baseline soil and groundwater testing, and site preparation/operations. The Contractor shall provide all management and operational services at the City's authorized TDSRS locations. Professional Services Agreement, CrowderGulf LLC,Page 19 of 33 The Contractor shall submit a site management and operations plan to the City for review. At a minimum the plan shall address the following: • Site management, including a point-of-contact and organizational chart. • Traffic control procedures and on-site traffic patterns. • Throughput plans to ensure constant flow of inbound and outbound materials and to prevent a significant accumulation of materials on-site. • Site safety plan. • Hazardous and toxic waste materials plan. • Environmental mitigation plan, including considerations for smoke, dust, noise,traffic routes, buffer zones, storm water runoff, archeology, historic preservation, wetlands, endangered species, as relevant and appropriate. 20. Remediation and Site Restoration Plan. The Contractor shall document, by photographs and video recordings, each City TDSRS prior to operations to establish baseline conditions of the site. The Contractor shall be responsible for constructing and/or erecting an inspection tower at each temporary TDSRS for the purposes of inspecting and documenting each load of debris entering the site. The tower shall be large enough to accommodate a minimum of four (4) persons. The tower shall be constructed of materials approved by the City and include a roof which allows for some protection fi•om weather conditions. The tower(s)provided by the Contractor shall, at a minimum, meet the following specifications. If ingress and egress of a TDSRS is of significant distance that City or its authorized representative are unable to verify the entering and exiting of trucks,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 the Scope of Services. The Contractor shall manage and supervise the TDSRS to accept eligible debris collected under this Contract and other contracts or agreements approved by the City. The Contractor shall be responsible for traffic control,dust control,erosion control,fire protection,on- site roadway maintenance,portable sanitation facilities, security, and safety measures. The Contractor shall be responsible for the sorting, separating, and stockpiling of eligible debris at the temporary TDSRS and shall ensure that the eligible debris remains segregated at the facility. Professional Services Agreement, CrowderGulf LLC, Page 20 of 33 The Contractor shall utilize tub grinders, chippers, shredders, air curtain incinerators and any other equipment necessary to effectively and efficiently reduce the volume of the eligible debris prior to final disposal. The Contractor shall provide mechanized equipment to facilitate the loading and removal of mulch materials from the TDSRS locations. The Contractor shall be responsible for the removal and lawful disposal of all debris from the TDSRS. Within thirty (30) days of the completion of the debris operations, the Contractor shall restore the site to its pre-disaster condition to the satisfaction of the City. The Contractor is responsible for operating the TDSRS locations in accordance with Occupational Safety and Health Administration, Environmental Protection Agency (EPA) and Texas Commission on Environmental Quality (TCEQ) guidelines. Disposal costs should be excluded from your price proposal. The City owns the SE Landfill and has negotiated rates for disposal of these materials. Debris at all TDSRS locations shall be clearly segregated and managed depending on the debris type (C&D,vegetative, household hazardous waste(HHW), etc. All un-reduced storm debris must be staged separately from reduced debris at the TDSRS locations. The Contractor shall be responsible for all associated costs necessary to provide TDSRS locations with utilities, which include,but are not limited to water, lighting and portable toilets. The Contractor shall be responsible for maintaining ingress and egress to the TDSRS for all weather conditions. The Contractor shall be responsible for all associated costs necessary to provide TDSRS locations dust control,erosion control,which includes but is not limited to an operational water truck,silt fencing and other best management practices(BMP). The Contractor shall be responsible for all associated costs necessary to provide TDSRS locations with fire protection which includes but is not limited to an operational water truck(sufficient and equipped for fire protection,fire breaks and a site foreman. The Contractor shall be 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 shall be also responsible for all associated costs necessary for HHW/contaminant disposal at a permitted hazardous waste facility or municipal solid waste(MSW)Type I Landfill as required by the City. The Contractor shall be responsible for providing twenty-four (24) hour security for the TDSRS locations. The Contractor shall only permit Contractor vehicles and other specifically authorized representatives of the City or its authorized representatives on site(s). The Contractor shall provide a tower(s)from which the City or its authorized representatives can make volumetric determinations. Professional Services Agreement, CrowderGulf LLC,Page 21 of 33 Upon completion of haul-out activities,the Contractor shall be responsible for reasonably restoring the physical features of the site to its original condition prior to the site use. Site remediation will include, but is not limited to,returning the original site grade, sod and other physical features. Site remediation does not include restoring fencing,concessions stands, lighting and other permanent structure that may have been demolished at the City's direction for the TDSRS 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; and new sod or seeding must meet standards for intended use. Site remediation shall also include returning all sites used 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 City and TCEQ. Haul out of reduced debris to a city-designated final disposal site. 21. Reduction through Air Curtain Trench Burning Work shall consist of all labor, equipment,fuel,traffic control, and other associated costs necessary to manage and operate TDSRS locations for the acceptance, management, segregation, staging and reduction through air curtain trench burning of eligible related debris. Air curtain trench burning must be approved by the City, TCEQ and any other applicable regulatory agencies as required prior to commencement of reduction activities. TDSRS layout and ingress and egress plan must be approved by the City. Preliminary designs have been developed for these sites and the Contractor shall review these plans and provide comments.Work shall consist of all labor,equipment,fuel,traffic control costs and associated costs necessary to load and transport reduced eligible materials such as ash, reduced C&D, or mulch. 22. Additional Services Additional services may be requested by the City not specifically covered under the Scope of Work. As directed by the City and upon written authorization, the Contractor shall provide all labor, equipment,materials,fuel,traffic control and signage to perform the additional services, including but not limited to,the following: • Demolition of Structures and Debris Removal: The Contractor shall provide services for the demolition of structures which pose a significant threat to the public health, safety and economic recovery of the community. The City shall provide the ROE/Hold Harmless Agreements and provide the legal and operational procedures, which comply with all federal, state, and local rules,regulations, and policies. • Storm Drain and Catch Basin Debris Removal: The Contractor shall remove all eligible debris from the City's maintained storm drains and catch basins and transport the debris to the City's designated disposal facility. • Dead Animal Carcass Removal: The Contractor shall collect, haul and dispose of dead animal carcasses including but not limited to large animals, livestock and poultry.The City shall designate the final disposal site. Professional Services Agreement, CrowderGulf LLC,Page 22 of 33 • Abandoned Vehicle or Derelict Vessels: The Contractor shall remove eligible abandoned vehicles or derelict vessels in areas identified and approved by the City and subsequently transported to a City approved staging area. • Waterborne Debris: The Contractor shall remove eligible waterborne debris as identified and approved by the City and subsequently transported to a City approved staging area or the City's designated disposal facility. 23. Additional Services Provided at No Cost Training and Assistance—Sessions for all key personnel and assistance in all disaster debris recovery planning efforts as requested. Limited to attendance at an annual disaster debris planning session. Preliminary Damage Assessment—Determine the impact and magnitude of the disaster event to help expedite any applications for federal assistance. Contractor shall work with the City in its efforts to quantify generation of materials. Mobile Command Unit—The Contractor shall provide use of the mobile command unit for City debris recovery management personnel to serve as a field operations command center. Space for a minimum of one City staff or authorized personnel shall be provided. Temporary Storage of Documents—The Contractor shall provide storage of daily disaster debris related documents and reports for protection during the disaster event. Reporting and Documentation—The Contractor shall provide and submit to the Monitor and the City, all reports and documents as may be necessary to adequately document its performance of this Contract, to include all requirements for documentation requested by FEMA, other federal agencies and/or state government for reimbursement of costs. In providing the above data,Contractor has taken into account all contingencies foreseeable by one with the expertise and knowledge in disaster debris removal, including, but not limited to,the Right-of-Entry process for debris removal from private property and the related regulatory agencies' requirements. Professional Services Agreement, CrowderGulf LLC,Page 23 of 33 EXHIBIT B FEESCHEDULE The amount due to Contractor shall be based on the actual cubic yards of debris and established units of other material removed,multiplied by the Contractor's unit price per each unit. The actual amount may be more or less than the total project cost estimated, based on the actual quantity of debris removed. All payments to the Contractor shall be subject to a 5 percent retainage and will be retained for a minimum of sixty(60)days after completion of the project and/or undiscovered damage to public or private property. The foregoing prices shall include all labor, materials, equipment, removal, overhead, profit, freight, insurance, etc.to cover the finished work specified in this proposal All items proposed and installed under this procurement shall be new, unused and in undamaged condition. Professional Services Agreement, CrowderGulf LLC,Page 24 of 33 EXHIBIT A-Proposed Fee Schedule Item Description Cost Unit No. A Annual coordination Meeting $0 No cost to City B Annual Retainer Fee $0 00 Annual I Mobilization and Demolition(lump sum) $0.00 Lump Sum 2 C&D Debris Removal from Public Property(right-of-way)and hauling to either TDSRS,based on one-way haul distance 0 - 15.9 miles $7.50 Cubic Yard 16-30.9 miles $8.40 Cubic Yard 31 -60 miles $9.00 Cubic Yard 3 Vegetative Debris Removal from Public Property(Right-of- Way)and Hauling to TDSRS,based on one-way haul distance. 0 - 15.9 miles $7.50 Cubic Yard 16-30.9 miles $8.40 Cubic Yard 31 -60 miles $9.00 Cubic Yard 4 Clearing debris from ditches and drainage channels. 1 foot to 10 feet(average width) $ 5.00 Linear Foot 10.1 to 20 feet(average width) $ 800 Linear Foot 20.1 to 35 feet(average width) $ 9.o0 Linear Foot Greater than 35 feet(average width) $12.00 Linear Foot 5 C&D Direct Haul to Final Disposal Site from Public Property right of way(non TDSRS option) RFQ 16-0132,Addendum No. 1 Disaster Debris Collection and Processing,Page 5 of 13 Professional Services Agreement, CrowderGulf LLC,Page 25 of 33 0 - 15.9 miles $ 8.00 Cubic Yard 16-30.9 miles $ 9.00 Cubic Yard 31 -60 miles $10.00 Cubic Yard 6 Stumps greater than 24 inch diameter—Direct Haul to final disposal site from public property right-of-way.Stump volume shall be calculated using FEMA approved conversion table. 0 - 15.9 miles $ 8.00 Cubic Yard 16-30.9 miles $ 9.o0 Cubic Yard 31 -60 miles $10.00 Cubic Yard 7 Vegetative Direct Haul to final disposal site from Public property right-of-way(non TDSRS option). 0 - 15.9 miles $ 7.90 Cubic Yard 16-30.9 miles $ 8.90 Cubic Yard 31 -60 miles $ 9.50 Cubic Yard Item Description Cost Unit No. 8 Disaster deposited silt,mud or sand,hauled from the designated site to TDSRS or site approved disposal site 0 - 15.9 miles $7.50 Cubic Yard 16-30.9 miles $8.50 Cubic Yard 31 -60 miles $9.00 Cubic Yard RFQ 16-0132,Addendum No. 1 Disaster Debris Collection and Processing,Page 6 of 13 Professional Services Agreement, CrowderGulf LLC,Page 26 of 33 9 1 Re-Haul of C&D or reduced vegetative material of previously documented debris from the TDSRS to the final disposal or processing site 0 - 15.9 miles $2.50 Cubic Yard 16-30.9 miles $3.50 Cubic Yard 31 -60 miles $4.50 Cubic Yard 61 —119.9 miles $6.00 Cubic Yard 120— 150 miles $7,00 1 Cubic Yard 10 Cutting of standing tree determined by the City to be hazardous (cutting only) 6—11.99 inches in diameter Tree $ 25.00 12—23.99 inches in diameter $ 75.00 Tree 24—35.99 inches in diameter $100.00 Tree 36—47.99 inches in diameter $150.00 Tree 48 inches and greater $200.00 Tree 11 Cutting and/or removal of dangers hazardous limbs from tree (must be greater than 2"to be eligible)(cutting only) 1 to 2 limbs Tree $80.00 3 to 4 limbs Tree $80.00 5 or more limbs $80.00 Tree 12 Cutting fallen trees on public right-of-way(if extending from Tree private property,tree is cut from point of entry to ROW) $150.00 RFQ 16-0132,Addendum No. 1 Disaster Debris Collection and Processing,Page 7 of 13 Professional Services Agreement, CrowderGulf LLC,Page 27 of 33 13 Hazardous Stump Extraction. Each stump to be measured 2 from the mean ground level.This item is for extraction fee only. For hauling purposes,stumps will be converted to cubic yards measurement and hauled under vegetative rate. >24-35.99 inch diameter $130.00 Each 36—48 inch diameter $190.00 Each 48 inch diameter and greater $225.00 Each Item Description Cost Unit No. 14 Backfilling of stump root ball holes with suitable soil $50.00 Each 15 Collection,hauling and final disposition of eligible White $40.00 Per Unit Goods including but not limited to refrigerators,stoves,water heaters,waster,dryer,etc. 16 Household hazardous waste removal. Provide all labor, Ton $600.00 equipment,fuel,etc.for removal of household hazardous waste from the ROW to either TDSRS or acceptable disposal facility. 17 Staging collection and hauling to City designated solid waste Ton $600.00 facility of Refrigerator contents or spoiled food. 18 Comprehensive management of TDSRS and material $ 1.00 Cubic Yard handling. Includes loading of debris,sorting,segregation, preparation for re-haul and special equipment for handling materials. Includes roadway construction at site,construction of towers,traffic control and environmental mitigation measures such as dust control. RFQ 16-0132,Addendum No. 1 Disaster Debris Collection and Processing,Page 8 of 13 Professional Services Agreement, CrowderGulf LLC,Page 28 of 33 19 TDSRS site preparation and reclamation. Includes $1,200.00 Per site,per construction of roadways at site,traffic control and inspection month towers as needed and maintenance throughout life of project. Close-out work includes reclamation and restoration by removal of construction. 20 Reduction of TDSRS materials by incineration. $ 2.00 Cubic Yard 21 Reduction of TDSRS materials by grinding. $ 2.50 Cubic Yard 22 Land and haul of storm deposited soils,including salt and $10.00 Cubic Yard mud. 23 Demolition of Structures and Debris Removal $12.00 Cubic Yard The Contractor shall provide services for the demolition of structures which pose a significant threat to the public health, safety and economic recovery of the community. 24 Disposal of Freon from appliances $6,000.00 Ton 25 Disposal of Household Hazardous Waste $6,000.00 Ton Personnel Hourly Rate Stump Grinder $ 60.00 50'Bucket Truck $120.00 Service Trucks $ 60.00 Tractor with Box Blade $ 50.00 Water Truck(2000 gal.) $ 50.00 Motor Grader $ 90.00 Climber with Gear $ 90.00 Superintendent with Truck $ 54.00 RFQ 16-0132,Addendum No. 1 Disaster Debris Collection and Processing,Page 9 of 13 Professional Services Agreement, CrowderGulf LLC, Page 29 of 33 Operator with Chainsaw $ 36.00 Traffic Control Personnel $ 32.00 Laborer $ 30.00 Field Project Foreman $ 48.00 Administrative Assistant $ 36.00 Clerical $ 30.00 RFQ 16-0132,Addendum No. 1 Disaster Debris Collection and Processing,Page 10 of 13 Professional Services Agreement, CrowderGulf LLC, Page 30 of 33 EXHIBIT B-Pricing Schedule-Emergency Debris Clearance(Push) All equipment rates below include operator,fuel and maintenance costs Equipment Hourly Rate Trackhoe,CAT 330 or Equiv. $120.00 Bulldozer p4 $ 60.00 Aerial Lift,Self-Propelled,Maximum platform height,37 feet,Horsepower to 15, $ 40.00 Articulated,Telescoping,Scissor Aerial Lift,Self-Propelled,Maximum platform height,60 feet,Horsepower to 30, Articulated,Telescoping,Scissor $ 60.00 Aerial Lift,Self-Propelled,Maximum platform height,70 feet,Horsepower to 50, $ 70.00 Articulated Telescoping,Scissor Aerial Lift,Self-Propelled,Maximum platform height, 125 feet,Horsepower to 85, Articulated,Telescoping,Scissor $ 80.00 Aerial Lift,Self-Propelled,Maximum platform height, 150 feet,Horsepower to 130, $100.00 Articulated Telescoping,Scissor Aerial Lift,Truck Mounted,Maximum platform height,25 feet,Articulated, $ 50.00 Telescoping,Scissor Aerial Lift,Truck Mounted,Maximum platform height,50 feet,Articulated, Telescoping,Scissor $ 65.00 Aerial Lift,Truck Mounted,Maximum platform height,75 feet,Articulated, Telescoping,Scissor $ 75.00 Aerial Lift,Truck Mounted,Maximum platform height, 100 feet, Articulated, Telescoping,Scissor $ 90.00 Chipper Brush,Chipping Capacity,6 Inches,To 35 Horsepower,Trailer Mounted $ 40.00 Chipper Brush,Chipping Capacity, 12 Inches,To 65 Horsepower,Trailer Mounted $ 65.00 Chipper Brush,Chipping Capacity, 16 Inches,To 100 Horsepower,Trailer Mounted $ 75.00 Chipper Brush,Chipping Capacity, 18 Inches,To 125 Horsepower,Trailer Mounted $125.00 Chipper Brush,Chipping Capacity, 18 Inches,To 200 Horsepower,Trailer Mounted $140.00 Chipper Brush,Chipping Capacity, 19 Inches,To 300 Horsepower,Trailer Mounted $190.00 Chipper Brush,Chipping Capacity, 19 Inches,To 450 Horsepower,Trailer Mounted $225.00 Chipper Brush,Chipping Capacity,To 650 Horsepower,Trailer Mounted $300.00 Crane,Maximum Lift Cap,8 Metric Tons,To 80 Horsepower $ 75.00 Crane,Maximum Lift Cap,15 Metric Tons,To 150 Horsepower $100.00 Crane,Maximum Lift Cap,27 Metric Tons,To 200 Horsepower $140.00 Crane,Maximum Lift Cap,45 Metric Tons,To 3000 Horsepower $225.00 Crane,Maximum Lift Cap,70 Metric Tons,To 350 Horsepower $300.00 Crane,Maximum Lift Cap,110 Metric Tons,To 450 Horsepower $350.00 Crane Truck Mounted,Maximum Lift Cap,17,600 pounds $ 75.00 RFQ 16-0132,Addendum No. I Disaster Debris Collection and Processing,Page I I of 13 Professional Services Agreement, CrowderGulf LLC,Page 31 of 33 Crane Truck Mounted,Maximum Lift Cap,33,000 pounds Crane Truck Mounted Maximum Lift Cap,60,000 pounds $175.00 Crane Truck Mounted,Maximum Lift Cap, 120,000 pounds $200.00 Fork Lift,Capacity,6,000 pounds,To 60 Horsepower $ 50.00 Fork Lift,Capacity, 12,000 pounds,To 90 Horsepower $ 75.00 Fork Lift,Capacity, 18,000 pounds,To 140 Horsepower $ 90.00 Fork Lift,Capacity 50,000,To 215 Horsepower Loader,Skid Steer,Operating Capacity, 1,000 pounds,To 35 Horsepower 60.00 Loader,Skid Steer,Operating Capacity,2,000 pounds,To 65 Horsepower 75.00 Loader,Skid Steer,Operating Capacity,3,000 pounds,To 85 Horsepower $ 90.00 Loader,Skid Steer,Operating Capacity,4,000 pounds,To 94 Horsepower $100.00 Loader,Wheel,Bucket Capacity,0.5 Cubic Yard,To 38 Horsepower $ 60.00 Loader,Wheel,Bucket Capacity, 1 Cubic Yard,To 60 Horsepower $ 75.00 Loader,Wheel,Bucket Capacity,2 Cubic Yard,To 105 Horsepower $125.00 Loader,Wheel,Bucket Capacity,3 Cubic Yard,To 152 Horsepower $135.00 Loader,Wheel,Bucket Capacity,4 Cubic Yard,To 200 Horsepower $160.00 Loader,Wheel,Bucket Capacity,5 Cubic Yard,To 250 Horsepower $200.00 Loader,Wheel,Bucket Capacity,6 Cubic Yard,To 305 Horsepower $210.00 Loader,Wheel,Bucket Capacity,7 Cubic Yard,To 360 Horsepower $240.00 Loader,Wheel,Bucket Capacity,8 Cubic Yard,To 415 Horsepower $260.00 Loader,Wheel,Bucket Capacity,9 Cubic Yard,To 470 Horsepower $280.00 Loader,Wheel,Bucket Capacity, 10 Cubic Yard,To 530 Horsepower $300.00 Loader-Backhoe,Wheel,Bucket Capacity,0.5 Cubic Yard,To 40 Horsepower $ 50.00 Loader-Backhoe Wheel,Bucket Cat)acity, 1 Cubic Yard.To 70 Horsepower $ 60.00 Loader-Backhoe,Wheel,Bucket Capacity,1.5 Cubic Yard,To 95 Horsepower $ 70.00 Loader-Backhoe,Wheel,Bucket Capacity, 1.75 Cubic Yard,To 115 Horsepower $ 90.00 Saw Concrete,Blade Diameter, 14 inch,To 14 Horsepower 60. Saw Concrete Blade Diameter,26 inch To 35 Horsepower 75.00 Saw Concrete Blade Diameter,48 inch To 65 Horse ower $ 80.00 Sweeper,Pavement To 110 Horsepower $ 50.00 Swee er Pavement To 150 Horsepower $ 7500 Sweeper,Pavement,To 200 Horsepower $ 90.00 Trailer Dump,Capacity,20 Cubic Yard Does not include vrime mover $ 40.00 Trailer,Dump,Capacity,30 Cubic Yard,Does not include prime mover $ 45.00 Trailer,Dumn.Capacity 40 Cubic Yard-Does not include nrime mover $ 50.00 Trailer,Equipment,Ca acit 30 tons $ 60.00 Trailer,Equipment,Capacity 40 tons $ 75.00 Trailer Equipment,Capacity 60 tons $ 90.00 Trailer Equipment,Capacity 120 tons 120.00 RFQ 16-0132,Addendum No. 1 Disaster Debris Collection and Processing,Page 12 of 13 Professional Services Agreement,CrowderGulf LLC, Page 32 of 33 Truck Dump,Truck Capacity 8 Cubic Yard To 210 Horsepower $ 45.00 Truck Dump,Truck Capacity 10 Cubic Yard To 235 Horsepower $ 55.00 Truck Dump,Truck Capacity 12 Cubic Yard To 255 Horsepower $ 65.00 Truck Dump,Truck Capacity 18 Cubic Yard To 330 Horsepower 70.00 Truck Dump,Truck Capacity 28 Cubic Yard To 400 Horsepower $ 80.00 Truck Dump,Truck Capacity 40 Cubic Yard To 460 Horsepower 90.00 Truck,Dump,Truck Capacity 50 Cubic Yard,To 620 Horsepower $100.00 Truck,Flatbed,Maximum Gross Vehicle Weight,25,000 pounds,To 180 Horsepower $ 60.00 Truck,Flatbed,Maximum Gross Vehicle Weight,30,000 pounds,To 215 Horsepower $ 75.00 Truck,Flatbed,Maximum Gross Vehicle Weight,45,000 pounds,To 250 Horsepower $ 85.00 Truck,Flatbed,Maximum Gross Vehicle Weight,50,000 pounds,To 300 Horsepower $100.00 Truck Flatbed Maximum Gross Vehicle Wei ht To 375 Horsepower $110.00 Truck,Flatbed,Maximum Gross Vehicle Weight,To 450 Horsepower $120.00 Truck Knuckle Boom add flatbed truck to truck mounted crane $140.00 Truck Pick-up,To 130 Horsepower $ 10.00 Truck Pick-uTo 180 Horsepower $ 12.00 Truck Pick-up,To 230 Horsepower $ 12.00 Truck Pick-un.To 280 Horsepower $ 12.00 Truck Tractor.To 210 Horsepower $ 50.00 Truck Tractor.To 265 Horsepower $ 60.00 Truck Tractor To 310 Horsepower 65.00 Truck Tractor To 350 Horsepower S 70.00 Tub Grinder,To 400 Horsepower S 75.00 Tub Grinder,To 500 Horsepower $250.00 Tub Grinder To 600 Horse ower $250.00 Tub Grinder To 700 Horsepower $300.00 Tub Grinder To 800 Horsepower $350.00 Tub Grinder To 900 Horsepower $425.00 Tub Grinder, 1,000 Horsepower $500.00 RFQ 16-0132,Addendum No. 1 Disaster Debris Collection and Processing,Page 13 of 13 Professional Services Agreement, CrowderGulf LLC,Page 33 of 33 APPENDIX 1 The following clauses form part of the parties'Agreement. For purposes of the following clauses,the City is referred to as"GOVERNMENT." (A) DAMAGES (2 CFR§200.326 Appendix II to Part 200(A)) (1) All work to be performed under this AGREEMENT shall be timely commenced. As a breach of this AGREEMENT would cause substantial delay in the completion of the required services affecting the safety and welfare of the public,the parties adopt the following liquidated damages clause. (2) Liquidated damages are hereby fixed and agreed upon between the parties, recognizing the impossibility of precisely ascertaining the amount of damages that will be sustained by the GOVERNMENT as a consequence of such delay in performance. CONTRACTOR acknowledges and agrees that damages to GOVERNMENT from untimely performance are extremely difficult to determine, and accordingly, the CONTRACTOR agrees that the amount of liquidated damages provided for herein is the nearest and most exact measure of damages for such delays. (a) Failure of the CONTRACTOR to meet the mobilization requirements under this AGREEMENT: $100.00 per calendar day. (3) The GOVERNMENT is authorized to deduct liquidated damage amounts from the monies due to CONTRACTOR for the work under this AGREEMENT, or as much thereof as the GOVERNMENT may, at its own option, deem just and reasonable. (B)TERMINATION RIGHTS(2 CFR§200.326 Appendix II to Part 200(B)) See parties Agreement at Section 4 of the Standby Agreement for the Collection of Disaster Debris. (C) EQUAL EMPLOYMENT OPPORTUNITY CLAUSE (2 CFR§200.326 Appendix II to Part 200(C)) If applicable to the work and services performed by CONTRACTOR under the AGREEMENT, during the performance of the AGREEMENT, CONTRACTOR shall comply with the Equal Employment Opportunity Clause (41 CFR 60-1.4(b)): (1) CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. CONTRACTOR will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; Appendix I,Standby Agreement for the Collection of Disaster Debris, Page 1 of 8 layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. CONTRACTOR agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) CONTRACTOR will, in all solicitations or advertisements for employees placed by or on behalf of the CONTRACTOR, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) CONTRACTOR will send to each labor union or representative of workers with which it has a collective bargaining agreement or other agreement or understanding, a notice to be provided advising the said labor union or workers' representatives of the CONTRACTOR'S commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) CONTRACTOR will comply with all provisions of Executive Order 11246 of September 24, 1965,and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) CONTRACTOR will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor for purpose of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the CONTRACTOR'S noncompliance with the nondiscrimination clauses of this AGREEMENT or with any of the said rules, regulations or orders, this AGREEMENT may be canceled,terminated, or suspended in whole or in part and the CONTRACTOR may be declared ineligible for further government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) CONTRACTOR will include the portion of the sentence immediately preceding paragraph (1) and the provisions of subparagraphs 1 through 7 in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or contractor. CONTRACTOR will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: provided, however, that in the event CONTRACTOR becomes involved in, or is threatened with, litigation with a subcontractor or contractor as a result of such direction by the administering agency the CONTRACTOR may request the United States to enter into such litigation to protect the interest of the United States. Appendix I,Standby Agreement for the,Collection of Disaster Debris, Page 2 of 8 D. DAVIS-BACON ACT AND COPELAND "ANTI-KICKBACK"ACT(2 CFR §200.326 Appendix II to Part 200 (D)) If applicable to the work and services performed by CONTRACTOR under the parties' AGREEMENT: (1) Bacon-Davis Act:Applicable to construction or repair of public buildings or public works. See FEMA Public Assistance Program and Policy Guide, Ch.2 (V)(G)(2), page 32 and Ch. (FP 104-009- 2/January 2016); (2) Copeland "Anti-Kickback" Act: In contracts subject to the Davis-Bacon Act, CONTRACTOR shall comply with the Copeland "Anti-Kickback" Act (40 U.S.C. §3145), as supplemented by Department of Labor regulations (29 CFR Part 3, "Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by Loans or Grants from the United States"). The Act provides that the contractor and subcontractor must be prohibited from inducing, by any means, any person employed in the construction, completion, or repair of public work, to give up any part of the compensation to which he or she is otherwise entitled. The GOVERNMENT must report all suspected or reported violations to the appropriate Federal agency. If applicable to the work and services under the parties'AGREEMENT: (a) CONTRACTOR shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this AGREEMENT. (b) CONTRACTOR or subcontractor shall insert in any subcontract the clause above and such other clauses as FEMA may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The CONTRACTOR shall be responsible for the compliance by any subcontractor or lower tier subcontract with all of these contract clauses. (c) A breach of the AGREEMENT clause above may be grounds for termination of the AGREEMENT, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. §5.12. E. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT(2 CFR§200.326 Appendix II to Part 200(E)) (40 U.S.C. 3701-3708) Contracts in excess of$100,000 that involve the employment of mechanics or laborers shall comply with 40 U.S.C. 3702 and 3704, as supplemented by Department of Labor regulations (29 CFR Part 5). Under 40 U.S.C. 3702 of the Act, each contractor and its subcontractors shall compute the wages of every mechanic and laborer on the basis of a standard work week of 40 hours. Work in excess of the standard Appendix 1,Standby Agreement for the Collection of Disaster Debris, Page 3 of 8 work week is permissible provided that the worker is compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in excess of 40 hours in the work week. (1) Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-halftimes the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2)Violation: liability for unpaid wages: liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory,to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages.The GOVERNMENT shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld,from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. Appendix I,Standby Agreement for the Collection of Disaster Debris, Page 4 of 8 (4)The contractor and subcontractor shall insert in any subcontract the clauses set forth in paragraphs (1)through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. F. RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AGREEMENT(2 CFR§200.326 Appendix 11 to Part 200(F)) If applicable to the work and services performed by CONTRACTOR under the parties' AGREEMENT and if the Federal award meets the definition of "funding agreement" under 37 CFR §401.2 (a) and the GOVERNMENT wishes to enter into a contract with a small business firm or nonprofit organization regarding the substitution of parties, assignment or performance of experimental, developmental, or research work under that "funding agreement," the GOVERNMENT must comply with the requirements of 37 CFR Part 401, "Rights to Inventions Made by Nonprofit Organizations and Small Business." G. CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT(2 CFR§200.326 Appendix 11 to Part 200(G)) CONTRACTOR shall comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act (42 U.S.C. 7401-7671q.) and the Federal Water Pollution Control Act as amended (33 U.S.C. 1251-1387). Violations must be reported to the Federal awarding agency and the Regional Office of the Environmental Protection Agency(EPA). CONTRACTOR shall include the foregoing requirements in each subcontract exceeding$100,000. H. ENERGY EFFICIENCY AND CONSERVATION (2 CFR §200.326 Appendix 11 to Part 200(H)) If applicable to the work and services performed by CONTRACTOR under the parties' AGREEMENT, CONTRACTOR shall comply with the mandatory standards and policies of the state regulation promulgated in accordance with the Energy Policy and Conservation Act (42 U.S.C. § 6201). I. DEBARMENT AND SUSPENSION (2 CFR§200.326 Appendix 11 to Part 200(1)) (1) This AGREEMENT is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such,the CONTRACTOR is required to verify that none of the contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). Appendix I,Standby Agreement for the Collection of Disaster Debris, Page 5 of 8 (2)The CONTRACTOR must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by GOVERNMENT. If it is later determined that the CONTRACTOR did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to GOVERNMENT, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The CONTRACTOR agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C AGREEMENT is valid and throughout the period of performance. The CONTRACTOR further agrees to include a provision requiring such compliance in its lower tier covered transactions. J. BYRD ANTI-LOBBYING AMENDMENT(2 CFR§200.326 Appendix II to Part 200(J)) CONTRACTOR must file with the GOVERNMENT the required certification. Each tier certifies to the tier above that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress, officer or employee of Congress, or an employee of a member of Congress in connection with obtaining any Federal contract, grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the non-Federal award. If not provided with the bid response, CONTRACTOR must complete and submit the Certification Regarding Lobbying Form. K. PROCUREMENT OF RECOVERED MATERIALS(2 CFR§200.326 Appendix II to Part 200(K)and 2 CFR §200.322) (1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired- (a) Competitively within a timeframe providing for compliance with the contract performance schedule; (b) Meeting contract performance requirements; or (c) At a reasonable price. Appendix I,Standby Agreement for the Collection of Disaster Debris, Page 6 of 8 (2) Information about this requirement is available at EPA's Comprehensive Procurement Guidelines web site, http://www.epa.gov/cpg/. The list of EPA-designate items is available at http://www.epa.gov/cpg/prod ucts/htm. L. AGREEMENTING WITH SMALL AND MINORITY BUSINESSES,WOMEN'S BUSINESS ENTERPRISES,AND LABOR SURPLUS AREA FIRMS (2 CFR §200.321) Should the CONTRACTOR subcontract any of the work under this AGREEMENT, CONTRACTOR shall take the following affirmative steps: place qualified small and minority businesses and women's business enterprises on solicitation lists; assure that small and minority businesses, and women's business enterprises are solicited whenever they are potential sources; divide total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority businesses, and women's business enterprises; establish delivery schedules, where the requirement permits, which encourage participation by small and minority businesses, and women's business enterprises; and use the services and assistance, as appropriate, of such organizations as the Small Business Administration and the Minority Business Development Agency of the Department of Commerce. M.ACCESS TO RECORDS (1) CONTRACTOR agrees to provide GOVERNMENT,the FEMA Administrator,the Comptroller General of the United States, or any of their authorized representative's access to any books, documents, papers, and records of the Contractor which are directly pertinent to this AGREEMENT for the purposes of making audits, examinations, excerpts, and transcriptions. (2) CONTRACTOR agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. (3) CONTRACTOR agrees to provide the FEMA Administrator or his authorized representative's access to construction or other work sites pertaining to the work being completed under the contract. N. SEAL, LOGO AND FLAGS CONTRACTOR shall not use the U.S. Department of Homeland Security's seal(s), logos, crests, or reproductions of flags or likenesses of the U.S. Department of Homeland Security's agency officials without specific FEMA preapproval. Appendix I, Standby Agreement for the Collection of Disaster Debris, Page 7 of 8 O. COMPLIANCE WITH FEDERAL LAW, REGULATIONS AND EXECUTIVE ORDERS This is an acknowledgement that FEMA financial assistance will be used to fund the AGREEMENT only. If applicable to the work and services performed by CONTRACTOR under the AGREEMENT,the CONTRACTOR will comply will all federal law, regulations, executive orders, FEMA policies, procedures, and directives. P. NO OBLIGATION BY FEDERAL GOVERNMENT The Federal Government is not a party to this AGREEMENT and is not subject to any obligations or liabilities to GOVERNMENT, CONTRACTOR, or any other party pertaining to any matter resulting from the contract. Q. PROGRAM FRAUD AND FALSE OR FRAUDULENT STATEMENTS OR RELATED ACTS CONTRACTOR acknowledges that 31 U.S.C. Chap. 38 (Administrative Remedies for False Claims and Statements) applies to the CONTRACTOR'S actions pertaining to this contract. CROWDER GULF ;01 RAMSAY Appendix I, Standby Agreement for the Collection of Disaster Debris, Page 8 of 8 M&C Review Page 1 of 3 Official site of the City of Fort Worth,Texas CITY COUNCIL AGENDA FORT�II COUNCIL ACTION: Approved on 10/18/2016 DATE: 10/18/2016 REFERENCE G-18857 LOG NAME: 23EMERGENCY DISASTER NO.: DEBRIS COLLECTION CODE: G TYPE: NON- PUBLIC CONSENT HEARING: NO SUBJECT: Authorize Contracts with Ceres Environmental Services, Inc., Crowder Gulf, DRC Emergency Services, Inc., Shawnee Mission Tree Service d/b/a Arbor Masters Tree Service, TAG Grinding Services, Inc., and TFR Enterprises, Inc., in an Aggregate Amount Not to Exceed $50,000,000.00 for Emergency Disaster Debris Collection and Processing for the Code Compliance Department (ALL COUNCIL DISTRICTS) RECOMMENDATION: It is recommended that the City Council authorize Standby Contracts with Ceres Environmental Services, Inc., Crowder Gulf, DRC Emergency Services, Inc., Shawnee Mission Tree Service d/b/a Arbor Masters Tree Service, TAG Grinding Services, Inc., and TFR Enterprises, Inc., for emergency disaster debris collection and processing in the event that a natural or manmade disaster should occur. DISCUSSION: The disaster debris removal and disposal contractors shall provide emergency disaster debris removal, recycling and disposal services for the City following a significant debris generating event within the boundaries of the City limits. It is the intent of the City to enter into no fee, standby contracts with disaster debris hauling firms in accordance with the City's Disaster Debris Management Plan as a requirement for Federal Emergency Management Agency (FEMA) reimbursement in advance of any significant disaster debris event. The contracts will establish relationships with vendors that will respond to a declared event and provide their projected cost for clean-up activities based on their field estimation protocols. All contracts combined, will not exceed $50 million threshold for these services. No expenditures shall be authorized without prior approval by the Council or the City Manager, as appropriate. The contracts for disaster debris removal and disposal services will be utilized primarily by the City of Fort Worth's Solid Waste Services Division of the Code Compliance Department. The City's Emergency Management Office, Park and Recreation Department, Transportation and Public Works Department and/or Water Department may also use the services provided by the selected firms to provide emergency disaster debris management services related to either streets, forestry, storm water systems, or water infrastructure emergency projects. The contractors have demonstrated the capacity and ability to rapidly mobilize and respond to potential wide-scale debris volumes as generated by a hurricane, as well as localized small-scale volumes typical of a tornado or ice storm. These are standby contracts and no services will be authorized until a Notice to Proceed has been issued. Should a Notice to Proceed be issued, these contracts will be utilized to mobilize contractors to assess the disaster debris, provide cost estimates for debris collection and processing and provide disaster debris removal services. It is recommended that multiple contracts be awarded to ensure all emergency disaster debris collection and processing services are provided as quickly as possible. The City may request services in order of lowest unit prices, availability and vendor's proximity to the designated work site(s). No guarantee was made that a specific amount of these services will be purchased. PRICE ANALYSIS -The City's consultant (Gershman, Brickner and Bratton, Inc. (GBB) based the pricing model on the 2013 Moore, Oklahoma tornado damage, which was estimated at$50 million. GBB has http://apps.cfwnet.org/council_packet/mc review.asp?ID=22859&councildate=10/18/2016 1/3/2017 M&C Review Page 2 of 3 reviewed the proposals and determined the firms to have the financial and bonding capacity to provide the services and the prices to be fair and reasonable for the industry. PROPOSAL ADVERTISEMENT-A Request for Proposals (RFP) was advertised in the Fort Worth Star- Telegram on Wednesdays between March 2, 2016 and March 31, 2016 with detailed specifications for disaster debris collection and processing services. The evaluation factors included firm's experience in providing similar services for similar projects, key team members' qualifications; relevant experience and availability for a disaster debris project; project understanding, methodology and approach; and financial and bonding capacity. Thirty vendors were solicited from the purchasing vendor database system and six responses were received. The proposals received were reviewed by an evaluation committee consisting of Staff from the Code Compliance, Solid Waste, Emergency Management, Storm Water, Transportation and Public Works and Park and Recreation/Forestry divisions. M/WBE OFFICE -A waiver of the goal for MBE/SBE subcontracting requirements was requested by the Purchasing Division and approved by the Minority/Women Owned Business Enterprise (M/WBE) Office, in accordance with the Business Diversity Enterprise (BIDE) Ordinance, because the purchase of goods or services is from sources where subcontracting or supplier opportunities are negligible. AGREEMENT TERM - Upon City Council approval, the Agreements will begin upon execution of the Agreements and shall expire on September 30, 2021. RENEWAL OPTIONS -These Contracts may be renewed for one additional five-year term at the City's option. FISCAL INFORMATION/CERTIFICATION: The Director of Finance certifies that funds are available in the Solid Waste Fund in the event of an emergency and that prior to an expenditure being made, the Code Compliance Department has the responsibility to validate the availability of funds. Neither a Notice to Proceed nor any expenditures shall be authorized without prior approval of the Mayor/City Council and/or the City Manager. TO Fund Department Account Project Program Activity Budget Reference# Amount ID ID Year (Chartfield 2) FROM Fund Department Account Project Program Activity Budget Reference# Amount ID I I ID I I Year (Chartfield 2) Submitted for City Manager's Office by: Fernando Costa (6122) Originating Department Head: Brandon Bennett (6345) Additional Information Contact: Robert Smouse (5153) Doris Brent (5164) ATTACHMENTS CERES FORM 1295.pdf CROWDER FORM 1295.pdf SHAWNEE-ARBOR MASTER FORM 1295 (2).pdf SHAWNEE-ARBOR MASTER FORM 1295(1).pdf TAG FORM 1295.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=22859&councildate=10/18/2016 1/3/2017 M&C Review Page 3 of 3 TFR FORM 1295.pdf http://apps.cfwnet.org/council_packet/mc review.asp?ID=22859&councildate=10/18/2016 1/3/2017 CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 Complete Nos. 1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos. 1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2016-123921 CrowderGulf, LLC Theodore,AL United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 10/13/2016 being filed. City of Fort Worth,TX Date Acknowledged: /UffyZd)CP 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods,or other property to be provided under the contract. 16-0132 Disaster Debris Collection and Processing Nature of interest 4 Name of Interested Party City,State,Country(place of business) (check applicable) Controlling I Intermediary Ramsay, Lyman M. Theodore,AL United States X Ramsay,Jr„ Lyman Theodore,AL United States X Ramsay-Naile,Ashley Theodore,AL United States X Ramsay, John Theodore,AL United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. Kerrie A Noll Notary Public,Mobile County,AL My Commission Expires Sept 12,2018 Signature of thorized agent of c n acting business entity AFFIX NOTARY STAMP/SEAL ABOVE AV� SworitP�and subscribed before me,by the said rr/ / v"a<�r `e,-this the I day of 20 10 ,to certify which,witness my hand and seal of ice. Le to Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277