HomeMy WebLinkAboutContract 25877 CITY
NO � 7
AGREEMENT FOR DISASTER RECOVERY SERVICES
THIS AGREEMENT made and entered into this_Lj_day of 0k?r L , 2000, by and
between the CITY OF FORT WIJRTH, Counties of Tarrant and Dento a home-rule
municipality and political subdivision of the State of Texas, hereinafter referred to as
"GOVERNMENT" and DRC, Inc., a for-profit corporation doing business in Texas, hereinafter
referred to as "CONTRACTOR".
WHEREAS,the City of Fort Worth is located in North Texas and, as such, may experience
massive destruction wrought by floods, violent storms spawning tornadoes, extreme winter
storms as well as other natural and/or manmade disasters (Events); and
WHEREAS, it is necessary to provide for disaster recovery technical assistance to
GOVERNMENT,resulting from these Events;
NOW,THEREFORE, CONTRACTOR, for and in consideration of an amount not to exceed
the sum of Sixty-five thousand Dollars ($65,000.00), and for other good and valuable
considerations including designation of CONTRACTOR as GOVERNMENT"S Preferred
Professional Services Provider of Disaster Recovery Services, as hereby acknowledged by the
parties, GOVERNMENT will utilize CONTRACTOR'S professional services as follows:
SCOPE OF SERVICES —TECHNICAL DISASTER RECOVERY ASSISTANCE
This agreement is entered into with specific reference to the tornado damage resulting from the
storms that hit the City of Fort Worth on March 28, 2000. It is the intent of this Agreement for
the CONTRACTOR to provide disaster recovery technical assistance to appointed and elected
officials within the GOVERNMENT. This service shall include Program Management
Assistance. Specifically the Scope of Services will include those items listed in the following
documents, all of which are attached hereto and incorporated for purposes incident to this
agreement:
Exhibit"A,"denominated"Unsolicited Proposal,"being a letter dated April 10, 2000 from
Thomas Rankin of DRC, Inc. to Charles Boswell of the City of Fort Worth; as supplemented
where relevant by Attachment 1 and priced in Attachment 2 of this Agreement under the
corresponding heading.
SERVICES AND FACILITIES
It is understood that, except as otherwise specifically stated in this Agreement and Attachments
to this Agreement, the CONTRACTOR shall provide and pay for all labor, tools, equipment,
transportation, supervision, and all other services and facilities of any nature whatsoever
necessary to execute, complete and deliver the services within the time specified in the Notice-
To-Proceed as agreed upon by both parties. All notices-to-proceed involving a time-and-
materials portion of this Agreement shall have a not-to-exceed amount placed within them as
agreed upon by both parties.
Cif�ECCG,)FAEY
Page 1 R rJUNITHO
PERMITS AND LICENSES
Permits and licenses of a temporary nature necessary for the prosecution of the Services shall be
secured by the CONTRACTOR with the assistance of the GOVERNMENT, unless otherwise
stated in this Agreement.. The Contractor shall not be held responsible to secure permits and/or
licenses, for which the requirements have been, or will be waived due to a declaration of an
emergency or disaster.
SUPERVISION BY CONTRA C'r OR
To the extent necessary for purposes of this agreement, under the general oversight of the
GOVERNMENT, the CONTRACTOR will supervise and direct all work, workers and
equipment. The CONTRACTOR is solely responsible for the means, methods, techniques,
sequences, safety program and procedures utilized. The CONTRACTOR will employ and
maintain on the work site a qualified supervisor(s) who shall have full authority to act on behalf
of the CONTRACTOR and all communications given to the supervisor in writing by the
GOVERNMENT'S Authorized Representative shall be as binding as if given to the
CONTRACTOR.
In those instances where GOVERNMENT has ongoing contractual relationships with local
contracting entities, CONTRACTOR will act as general contractor vis-a-vis the local contracting
entities on behalf of GOVERNMENT for all disaster recovery-related projects. In such capacity,
CONTRACTOR will provide all necessary payment, supervisory and administrative services
necessary to ensure performance under this agreement.
The name(s) of the supervisor(s)will be supplied to the GOVERNMENT for each issuance of a
Notice to Proceed through an attachment to this Agreement in the form of a Memorandum for
the Record.
CHANGES IN SERVICES
The GOVERNMENT may at any time, as the need arises, order changes within the scope of
services without invalidating this Agreement. Any services related to disaster recovery shall be
deemed as germane to the intent of this Agreement. All changes affecting the project's costs or
modifications of the terms or conditions of this Agreement shall be authorized by means of an
official written Contract Change Order that is mutually agreed upon and signed by the
GOVERNMENT and the CONTRACTOR. All changes must be recorded on a written Contract
Change Order before CONTRACTOR may proceed with the changes or additions to the Services
provided.
Page 2 RUMMY
PT Ffff_
TERM OF AGREEMENT y
The term of this Agreement shall be for one year with four automatic renewal options beginning
on the date of acceptance by and signatures of the GOVERNMENT and CONTRACTOR,
whichever comes later. This Agreement may be amended at any time with concurrence of the
parties on any negotiated changes to the terms and specifications contained in this Agreement.
Attachment 2 of this Agreement may be reviewed on an annual basis at which time amended unit
costs may be submitted by CONTRACTOR to GOVERNMENT to reflect the current disaster
recovery market value of Services listed in Attachment 1 and priced in Attachment 2, 3 and 4 of
this Agreement. Such amendments shall be attached to, and become part of this Agreement after
concurrence and signature of both parties.
TERMINATION
Either party upon 180 days written notice to the other party may terminate this Agreement.
Should either party have reasonable grounds to believe that the other party has materially
breached the terms of this Agreement, the non-breaching party may deliver written notice to the
other party itemizing, with specificity, each alleged breach. Should the said party fail to begin to
substantially repair said breach within ten (10) days of said written notice, the non-breaching
party may declare the contract terminated.
INSURANCE AND BONDS
CONTRACTOR shall name the GOVERNMENT as additional insured on CONTRACTOR's
insurance policies. CONTRACTOR shall maintain the following insurance limits:
Worker's Compensation—Statutory Limits of the State of Texas;
General Liability—One Million Dollars ($1,000,000.00) any single occurrence;
Additional Liability Umbrella—Five Million Dollars ($5,000,000.00)
CONTRACTOR shall provide the GOVERNMENT a Certificate of Insurance evidencing such
coverage.
At the GOVERNMENT'S option the CONTRACTOR will furnish a performance and payment
bond for any and/or all Notices to Proceed. The cost of said bond premium will be an additional
cost to the GOVERNMENT.
CERTIFICATES OF INSURANCE
Required insurance shall be documented in certificates of insurance, which provide that the
GOVERNMENT shall be notified at least thirty (30) days in advance of cancellation, non-
renewal, or adverse change. New certificates of insurance are to be provided to the
U�� �GkL Gr'�G/,�unG��D
Page 3
FF WiN7
GOVERNMENT at least fifteen (15) days prior to coverage renewals. Receipt of Certificates or
other documentation of insurance or policies or copies of policies by the GOVERNMENT or by
any of its representatives, which indicate less coverage than is required, does not constitute a
waiver of CONTRACTOR'S obligation to fulfill the insurance requirements herein.
WARRANTY OF TITLE AND WAIVER OF LIEN
The CONTRACTOR shall not at any time suffer or permit any lien, attachment, or any other
encumbrance under the laws of the State of Texas, or otherwise by any person or persons
whomsoever to remain on file with the GOVERNMENT against any money due or to become
due for any work done or materials furnished under this Agreement or by any reason or claim or
demand against CONTRACTOR. Such lien, attachment, or encumbrance, until it is removed,
shall preclude any and all claims or demands for any payment by virtue of this Agreement.
SUBCONTRACTING
The CONTRACTOR shall be fully responsible to GOVERNMENT for the acts and omissions
for its subcontractors and of persons directly or indirectly employed by them, as the
CONTRACTOR is for the acts and omissions of persons employed by it.
The CONTRACTOR shall cause appropriate provisions to be inserted in all subcontracts relative
to the services to be provided and give the CONTRACTOR the same powers regarding
terminating any subcontract that the GOVERNMENT may exercise over the CONTRACTOR
under any provisions of this Agreement. In entering into this agreement CONTRACTOR
represents that it is aware of and will comply with any applicable provisions of
GOVERNMENT'S MWBE ordinance.
Nothing contained in this Agreement shall create any contractual relationship between any
subcontractor and the GOVERNMENT. The CONTRACTOR shall supply the names and
addresses of subcontractors and materials suppliers when requested to do so by the
GOVERNMENT upon activation of this Agreement and updated by the CONTRACTOR to the
GOVERNMENT on a biweekly basis during said activation.
The CONTRACTOR shall not use a subcontractor or material supplier whom the
GOVERNMENT has a reasonable objection to, and shall make all reasonable attempts to
subcontract with local firms currently doing business within the GOVERNMENT.
GOVERNMENT OBLIGATIONS
The GOVERNMENT shall furnish all information and documents necessary for the
commencement of services, to include valid written Notices to Proceed. The GOVERNMENT
(I I +^ E 1„Il7�.lr E)CD
�(�:CCC))) /D)
Page 4 I�L6'Ur CrIS��U`'Si�c,pi�U
r� �� 5)G- YA,'
shall also provide field inspectors of a sufficient quantity, to facilitate qualitative and quantitative
documentation of the services.
A representative will be designated by the GOVERNMENT to be the Primary Point of Contact
for any interpretations and/or negotiations related to this Agreement and for answering any on-
site questions after activation/of this Agreement via a Notice to Proceed.
This person shall be
ARBITRATION
The parties hereto agree that all disputes, claims or controversies of any kind or nature arising
between the parties or arising from or relating to this contract or the relationships which result
from this contract, including but not limited to, all controversies relating to the existence,
construction, performance, enforcement or breach of the contract, or tort claims shall be fully
and finally resolved by binding arbitration. Without limitation, the arbitration provision shall
apply to any third party whose liability is contingent on the liability of any party hereto,
including but not limited to, bonding companies. It is the intent of the parties that this provision
shall apply to all controversies to the fullest extent. To the extent allowed by applicable law, the
parties specifically waive any rights to commence any action other than arbitration. Any party
desiring to initiate arbitration shall do so by making written demand on the other. Said demand
shall contain a statement setting forth the nature of the dispute, the remedy sought and shall
designate the name of the arbitrator. The responding party shall file a response within fifteen
(1 S) days setting forth any counterclaim and naming an arbitrator. The two designated
arbitrators shall choose a third arbitrator. In all other respects, the parties and arbitrators shall be
guided by the rules and procedures of the Construction Rules of the American Arbitration
Association. Any reward rendered by the arbitrators may be entered in any court having
jurisdiction thereof. The arbitration shall take place in Tarrant County, Texas and the laws of the
State of Texas shall.apply. Furthermore, in all events, no party shall be liable for indirect,
special, consequential or punitive damages.
ENTIP.E AGREEMENT
This Agreement and Attachments referred to herein, contain the entire Agreement of the parties,
and there are no other binding promises or conditions in any other Agreement whether oral or
written.
JURISDICTION/VENUE
The laws of the State of Texas shall govern this Agreement. Venue of this Agreement shall be in the
County of Tarrant, State of Texas.
Page 5 . ui; o
ON BEHAL
OF:
By:
Title: / si s f�ri 7 �ity��E✓Z.
Date: Y
App ved for and ality:
444 ity#oMey /
ATTEST: ,v� D-
By: Z?ALelt Contract Authorization
Title: . (.i,� l _lJ
THF: COUNTY OF TARRANT
STATE OF TEXAS
The foregoing instrument was acknowledged before me this l 2000, by
�-,'6.B,y (�Za'%5 011 , as ,Q S5;:5-rAAIT C,' Z �}A,'a`—f4of the City of Fort Worth
on behalf of the Government. He/she is personally known to be or ha.s produced C ,T Tb,
as identification.
P
ROSELLA BARNES Notary Public
NOTARY PUBLIC
*�* State df TexBS ON BEHALF OF:
�FS° Comm. Exp, 03-31-2001
DRC,INC.
By:
Title:
ATTEST: Date: 2 /�CtlL 2db�
yv
Title:
THE COUNTY OF TARRANT
STATE OF TEXAS
Pale 6 Irpo W4,f'1'171N� T5X
The foregoing instrument was acknowledged efore me this OIL 2000, by
L[JiGc�091f)S. U&Gej- , as T f DRC, Inc., a State of South
Carolina Corporation, on behalf of the Corporation. He/she is personally known to be or has produced
�IL/TABU 1 as identification.
Notary Pub li
K(013ondedthruPich9rdIn8,Agcy,
RESITA A. APpNTE
m. No• CC 649442
m. ' l
� o)ti
Page 7
?� ��,,571.►iP lrlf. � f�':I: �u M o
D R C, Inc.
Construction&Disaster Services Worldwide
740 Museum Drive•Mobile,Alabama 366o8.1-334-343-3581•FAX 1-334-343-5554
UNSOLICITED PROPOSAL
April 10, 2000
Charles Boswell, Assistant City Manager
City of Fort Worth
1000 Throckmorton Street
Fort Worth, Texas 76102-6311
Subject: Technical Assistance Costs for March, 2000 Tornado Recovery
Dear Sir:
DRC, Inc. will provide Technical Assistance as defined in scope and enumerated
within Attachment 1 of the enclosed contract at the following costs:
Job Title Unit Rate
Vice President / Program Director Hourly $150.00
Senior Program Manager Hourly $120.00
Program Manager Hourly $95.00
Teleconferencing shall be invoiced at a minimum one (1) hour and subsequent
hours.
As-Needed-On-Sight-Consultation shall be billed at a minimum 4 hours for a
single twenty-four (24) hour trip to Fort Worth.
Temporary-Full-Time-On-Sight-Consultation requiring an overnight stay, where
DRC personnel are unavailable for deployment to other DRC clients, will be billed
at a rate of a minimum of eight (8) hours per day. Should the City determine that
Saturday's or Sunday's be considered a "day-off' and the following Monday is a
"work-day", DRC personnel will not be billed at the hourly rate for that day, but
will bill for out-of-pocket costs (see below). Should the City determine that
Saturday and Sunday are both a "day-off' and the following Monday is a "work-
day", then DRC shall invoice for personnel at four (4) hours total for both days,
per person, as stand-by time over these days.
Out-of-pocket costs shall be invoiced to the City at actual cost. Out-of-pocket
costs include, but are not limited to: lodging, rental vehicle, airfare, per-diem
and/or actual subsistence dependant upon person, normal office supplies as
required, etc.
,C0E)D
Exibit A
6"lig tq°I'��N:�Wp u�o
Charles Boswell, City of Fort Worth, Texas, Proposal of Technical Assistance Costs for March, 2000 Tornado Recovery
This proposal shall be for a Thirty (30) day service period, with a not-to-exceed
dollar amount during this period of Sixty-five Thousand Dollars ($65,000.00).
Respectfully Submitted,
s
Thomas F. Rankin, Jr.
Vice President
Accepted: Date:
PRINTED NAME
Witness: Date:
HILL
Page 2
AGREEMENT FOR DISASTER RECOVERY SERVICES
Attachment 1
The following is a listing of services and/or tasks to be provided by CONTRACTOR to
GOVERNMENT upon receipt by CONTRACTOR of a Notice to Proceed:
SCOPE OF SERVICES ONE —
DEBRIS REMOVAL
Emergency Road Clearance
The CONTRACTOR shall accomplish the cutting, tossing and/or pushing of debris from
the primary transportation routes as identified by and directed by the GOVERNMENT.
This operational aspect of the scope of services shall be for the first 100 (plus or minus)
hours after an Event. Once this task is accomplished, the following tasks will begin as
required.
Debris Removal from Public Rights-of-Way
As identified by and directed by the GOVERNMENT, the CONTRACTOR shall
accomplish the, pick-up and hauling of all eligible debris to the designated Temporary
Debris Staging and Reduction Sites (TDSRS's) from public rights-of-way, and shall
maintain debris work sites to appropriate use standards, safety standards, and regulatory
requirements.
Demolition of Structures, Debris Removal from Private Property
(Right-of Entry Program) and Publicly Owned Property (other than
Rights-of-Way)
Should an imminent threat to life, safety and health to the general public be present on
private property or publicly owned property as referenced above, the CONTRACTOR as
identified by and directed by the GOVERNMENT, will accomplish the demolition of
structures and the removal and relocation of the debris to the public rights-of-way. This
service shall commence upon receipt by CONTRACTOR from the GOVERNMENT the
completed right of entry forms, hold harmless agreements, and the non-duplication of
benefits agreements. The CONTRACTOR will place all debris collected through this
process in the public rights-of-way, where the above scope of services (Debris Removal
from Public Rights-of Way) shall commence. The GOVERNMENT feels that it is
potentially in the best interest of the health and safety of its citizens to provide this
service. The CONTRACTOR shall maintain debris work sites to appropriate use
standards, safety standards, and regulatory requirements.
V_, ii,
airr.L
I�l V+U `L�I�:�,lS UU11Urs U
Page 1 of 6 ti
Hazardous Stumps (Removal, Back-fill, Haul)
As identified and directed by the GOVERNMENT, the CONTRACTOR shall remove all
hazardous stumps, as identified by the GOVERNMENT, and haul each stump to a
TDSRS. Each stump shall be inspected by the GOVERNMENT and CONTRACTOR
inspector and documented as to the appropriate category of size for invoicing (see
Attachment 2 for size categories and prices). The CONTRACTOR shall back-fill each
stump hole with compatible material as determined by the GOVERNMENT and
CONTRACTOR.
Temporary Debris Staging and Reduction Sites (TDSRS)
The CONTRACTOR will operate and manage the TDSRS's to accept and process all
event debris. Any site preparation, to include but not limited to any site work and
materials necessary to build and maintain roads for ingress or egress, or any roads
throughout the site; the construction of a roofed inspection tower sufficient for a
minimum of three (3) inspectors; any environmental requirements to include but not
limited to wind-born debris control fencing, silt fencing, or water retention berms; the
construction of an area for an office trailer and parking; and any other items necessary for
site operations and management shall be negotiated upon issuance of a notice-to-proceed
by the GOVERNMENT.
The inspection of every load, in and out, is further defined in the documentation section
below. All debris will be processed in accordance with all local, state and federal rules,
standards, and regulations. Processing may include, but is not be limited to, reduction by
tub grinding, incineration when approved, or other alternate methods of reduction such as
compaction. Prior to reduction, all debris will be segregated between vegetative debris,
construction and demolition debris (C&D), recyclable debris, white goods and hazardous
wastes. All reduced debris as well as non-reducible debris will be disposed of at a
location(s) agreed to by both parties. The GOVERNMENT shall maintain ownership as
the responsible party for all debris under this Agreement.
TDSRS Site Reclamation
Site reclamation shall be accomplished in accordance with all Federal, State and Local
laws, standards and regulations; Site reclamation shall be accomplished in accordance
with the CONTRACTOR's Debris Management Guide and Environmental Protection
Plan. The TDSRS will be restored to its Pre-Use Condition. Associated costs for site
reclamation shall be negotiated and agreed upon by both parties.
0lfGGQD
Page 2 of 6 �ju U N�15��55����epp12M�
FYI
iI��Clf�p �15G�10
Disaster Event Generated Hazardous Wastes Abatement
CONTRACTOR shall abate all hazardous waste identified by the GOVERNMENT in
accordance with all applicable Federal, State and Local laws, standards and regulations to
include but not limited to 29 CFR 1910.120, 40 CFR 311 and 49 CFR 100-199;
Hazardous waste abatement shall be accomplished in accordance with the
CONTRACTOR's Debris Management Guide and Environmental Protection Plan.
Prices for this Service included in this agreement as Attachment 4.
Documentation and Inspections
All storm debris shall be subject to inspection by the GOVERNMENT or any Public
Authority in accordance with generally accepted standards to insure compliance with the
contract and applicable local, state and Federal laws. The CONTRACTOR will, at all
times,provide the GOVERNMENT access to all work sites and disposal areas. In
addition, authorized representatives and agents of any participating Federal or state
agency shall be permitted to inspect all work and materials. The CONTRACTOR and
the GOVERNMENT will have in place at the TDSRS's, personnel to verify the contents
and cubic yards of the vehicles entering the TDSRS's. Records will be maintained of
every vehicle entering the TDSRS, its cubic yardage and verification the vehicle leaving
the TDSRS to ensure that it is in fact empty. The CONTRACTOR and the
GOVERNMENT will monitor the material to determine that it in fact consists of eligible
debris. The CONTRACTOR and the GOVERNMENT will have in place at the pick up
site,personnel to verify the contents, location, date and time of the vehicles departing for
the TDSRS. Prior to use the CONTRACTOR and the GOVERNMENT will establish and
record the certified cubic yard capacity and will inspect each haul truck. The
CONTRACTOR will include and provide disposal tickets, field inspection reports, and
other data sufficient to provide substantiation for Federal (FEMA, etc.) and State
reimbursement, if applicable. The CONTRACTOR will assist the GOVERNMENT in
preparation of Federal (FEMA) and State reports for any potential reimbursement
through the training of GOVERNMENT employees and the review of documentation
prior to submittal. The CONTRACTOR will work closely with the Texas Department of
Public Safety, FEMA and other applicable State and Federal Agencies to insure that
eligible debris collection and data documenting same appropriately addresses concerns of
the likely reimbursement agencies.
Priority of Work Areas
The GOVERNMENT will establish the priority of and shall approve the work area in
advance, which the CONTRACTOR will be allowed to work. Daily and/or weekly
scheduled meetings will be held to determine approved work areas. The
CONTRACTOR shall remove all eligible debris and leave the site from which the
eligible debris was removed in a clean and neat condition with the understanding that
there will be certain debris that is not picked up by equipment, machinery and general
laborers used by the CONTRACTOR. Determination of when a site is in a clean and
neat condition will be at the reasonable judgment of the GOVERNMENT.
E00
Page 3 of 6
i �T C ii aj
Working Hours
All activity associated with gathering and loading of eligible debris shall be performed
during visible daylight hours only. Hauling of eligible debris to the TDSRS's will be
allowed during visible daylight hours only between dawn and dusk. The CONTRACTOR
may work during these hours seven (7) days per week including holidays. It is understood
between the parties that at the TDSRS's, debris reduction may take place twenty-four
(24) hours, seven(7) days per week if the CONTRACTOR deems it necessary and safe.
CONTRACTOR shall be responsible for obtaining sites to stage equipment, such as
trucks, while not in use.
Debris Disposal
The CONTRACTOR shall dispose of all debris, reduced debris, ash residue and other
products of the debris management process in accordance with all-applicable Federal,
State and local laws, standards and regulations. Final disposal locations shall be at the
discretion of the CONTRACTOR with prior acceptance of the GOVERNMENT.
Information regarding the location of final disposal shall be attached to this Agreement in
the form of a Memorandum for the Record. The CONTRACTOR and GOVERNMENT
inspector assigned to the disposal process shall maintain disposal records and
documentation. Documentation shall be quantified in Cubic Yards.
White Goods
The CONTRACTOR may expect to encounter white goods available for disposal. White
goods will constitute household appliances as defined in the GOVERNMENT
Administrative Code. The CONTRACTOR shall dispose of all white goods encountered
in accordance with applicable Federal, State and local laws.
Any white goods that may contain Freon, such as refrigerators, freezers, or air
conditioners, shall have the Freon removed by the CONTRACTOR in accordance to
applicable regulatory requirements. There is no additional payment made for handling of
white goods as this cost of work is included in the cubic yard unit price for debris
removal.
Page 4 of 6 1P ti� 7
SCOPE OF SERVICES TWO -
TECHNICAL DISASTER RECOVERY ASSISTANCE
ITEM I: PROGRAM MANAGEMENT ASSISTANCE
SEE NOTE(1)
1. PUBLIC ASSISTANCE PROGRAM
a) Damage Survey Report(DSR)or Project Worksheet(PW)
i) Official DSR/PW requests—Assist GOVERNMENT personnel in the
following:
a) Identification of expenditures eligible for reimbursement
b) Submission of official "request for DSR inspection"
ii) Local government representation on DSR/PW team—Train and assist
GOVERNMENT personnel to accomplish the following:
a) Identification of eligible items for reimbursement
b) Review of DSR/PW for accurate scope of work
C) Review of DSR/PW for accurate unit costs
iii) Recovery process documentation—Assist GOVERNMENT personnel in
the following:
a) Creation of recovery process documentation plan
b) Maintenance of documentation of recovery process
iv) Force account labor vs. contract labor
a) Recommendations to government officials on need to contract or
utilize force account labor
V) Recovery process oversight
a) Recommendation to government officials on need to contract for
project management for projects requiring intense oversight
b) DSR/PW tracking through State and Federal process
C) Written and oral status reports to government officials
b) Documentation Support
i) Review of records system for applicability to Federal and State
requirements
ii) Orientation and training of Department/Division Heads on requirements
for quality and quantity of required documentation
iii) Assist in selection of"Clerk of Records" and provide detailed training
for documentation
iv) Review documentation for accuracy and quantity
V) Assist in preparation of claim documentation
C) Consultation and negotiation services
i) Recommendations to government officials on plans of action
ii) Provide guidance to government officials on issues involving Federal
and State reimbursement
iii) Assist GOVERNMENT officials in negotiations with Federal and State
officials
d) Other representations as may be requested/required
NOTE(1): This is the concept of complete recovery management support where CONTRACTOR
would assist an applicant on all aspects of the recovery process. CONTRACTOR personnel
cannot assume the Sovereign Duties of the GOVERNMENT officials; therefore these services
shall be in the form of guidance and consultation.
Page 5 of 6
ITEM II: PROJECT MANAGEMENT
SEE NOTE(2)
1. Define and/or review project scope of work
2. Assist government body in writing "request for proposals"
3. Review proposals/bids
4. Provide recommendations for award of contract
5. Define and/or review contract items
6. Ensure quality work through inspections and management technique
a) Oversee project for compliance with scope of work
b) Design methods to maintain documentation to verify consistency with scope of
work and FEMA eligibility
C) Support the requests for payment to ensure compliance with contract terms
d) Develop progress reports for government officials
e) Verify completion of scope of work task items for contract close-out
f) Produce final inspection report for use in close-out audit for reimbursement by
FEMA
7. Examples of projects
a) Debris removal and disposal
b) Demolition and disposal of public and/or private property
C) Construction of emergency protective measures
i) Berms
ii) Dikes
ill) Levees
iv) Dams
d) Force account labor and/or contract projects
e) Reconstruction and/or repair of
i) Airports and facilities
ii) Water,waste water and industrial waste treatment plants
iii) Hospitals, schools and office buildings
iv) Power Plants
V) Highway and railway tunnels
vi) Pumping stations
vii) Incinerators and/or composters
viii) Waterfront and/or marine terminal facilities
ix) Industrial buildings, warehouses, garages,hangars and comparable
structures
X) Highway and railway bridges
xi) Roads and streets
xii) Conventional levees, flood walls and retaining walls
xiii) Small dams
xiv) Storm sewers and drains
xv) Sanitary sewers
xvi) Water distribution lines
xvii) Irrigation works
NOTE(2): This is the concept of complete project management support where DRC, Inc. would
represent an applicant in all aspects of a particular project, where DRC, Inc. is not the
contractor physically performing the service, to include management of force account labor,
contract and contractor.
�uf- 'D ai F"S
Q (r ,:.
Page 6 of 6 U L''U� e��L�sU1 fdrilUS�1f
AGREEMENT FOR DISASTER RECOVERY SERVICES
Attachment 2
The following is a listing of costs for technical services and/or tasks to be provided by
CONTRACTOR to GOVERNMENT upon issuance to the CONTRACTOR of a Notice
to Proceed. Costs denoted by an hourly dollar amount represent an hourly rate for
personnel and/or equipment services. Costs denoted by a unit price denote the cost per
Cubic Yard or cost per Ton to provide the appropriate services of debris removal.
CONTRACTOR INVOICING
The CONTRACTOR may invoice the GOVERNMENT not more than once every fifteen
(15) Days. Fifteen(15) days after beginning work and/or providing services described in
a Notice to Proceed, the CONTRACTOR shall submit the first payment request to the
GOVERNMENT. The payment request shall be filled out and signed by the
CONTRACTOR covering the work performed during the period covered by the payment
request and supported by such data as the GOVERNMENT may reasonably require. The
GOVERNMENT shall, within five (5) working days of receiving such payment request,
finalize review of documentation and make payment to CONTRACTOR.
CONTRACTOR will be subject to audit by Federal, state and local agencies pursuant to
this Contract.
The invoice must contain the following items as applicable to individual task orders:
COSTS FOR SCOPE OF SERVICES ONE —
DEBRIS MANAGEMENT
Measurement and Payment for Gathering, Pick-up, and Hauling to TDSRS;
Processing of Debris from Public Rights-of-Way; Hauling of Debris from TDSRS to
Final Disposal Site
The CONTRACTOR will not be compensated for disposing of any material not defined
as eligible debris. The CONTRACTOR and GOVERNMENT will inspect each load to
verify the contents are in accordance with the accepted definition of eligible debris. If any
load is determined to contain material that does not conform to the definition of eligible
debris, the load will be ordered to be deposited at another landfill or receiving facility and
no payment will be allowed for that load, and the CONTRACTOR will not invoice the
GOVERNMENT for such loads. For each suitable load picked up, hauled,processed, a
record of the cubic yards will be recorded by the CONTRACTOR and GOVERNMENT
on numbered tickets supplied by the CONTRACTOR. Copies of each load record will be
available to the CONTRACTOR and the GOVERNMENT'S designee on site. Each
invoice shall contain verification of each cubic yardage load ticket and also contain a
summary sheet indicating, by day, the individual verified load receipt and invoice
amounts. The GOVERNMENT may temporarily remove any disputed amount line items
in the bill from the invoice for review. Disposal tickets disputed will be returned to the
� fl G' C00ED
Page 1 of 3 „ �,� �,,,����
CONTRACTOR, within five (5) working days of invoice date, for additional clarification
prior to payment of those tickets. The CONTRACTOR shall receive Fifteen Dollars and
00/100 ($15.00)per cubic yard, for a fifteen (15) mile one-way haul, for the material
from public rights-of-way that is gathered, picked up, hauled to a TDSRS by the
CONTRACTOR. CONTRACTOR shall receive Six Dollars and 25/100 ($6.25)per
cubic yard for the processing of all debris at a TDSRS. CONTRACTOR shall receive
Eight Dollars and 25/100 ($8.25)per cubic yard, for a fifteen(15) mile one-way haul, for
each load hauled from the TDSRS to the final disposal site as designated by the
GOVERNMENT. Disposal costs (Tipping Fees) shall be the responsibility of the
GOVERNMENT.
Measurement and Payment for Emergency Road Clearance, Demolition of
Structures, Debris Removal from Private Property (Right-of Entry Program) and
Publicly Owned Property (other than Rights-of-Way)
Measurement of these services utilizing other than an hourly rate is difficult at best and
would potentially lend itself to unnecessary disputes. Therefore, the GOVERNMENT
and the CONTRACTOR agree that the CONTRACTOR shall invoice the
GOVERNMENT utilizing the hourly rates listed in Attachment 3 to this Agreement.
Should it become feasible to utilize a unit cost conversion for a time and materials
portion of this Agreement, the GOVERNMENT and CONTRACTOR shall negotiate a
rate to supersede the hourly portion affected in a written Change Order to this Contract.
A not-to-exceed amount shall be placed upon any specific work performed at an hourly
rate at time of issuance of a Notice-to-Proceed by the GOVERNMENT to the
CONTRACTOR as agreed upon by both parties.
The GOVERNMENT and the CONTRACTOR shall have inspectors in the field with
each work crew to monitor, record, and sign time sheets for the actual times worked for
each piece of equipment and crew-member present at a particular work site. These
signed records shall be the basis for the CONTRACTOR's invoice to the
GOVERNMENT.
Hazardous Stumps (Removal, Back-fill, Haul to TDSRS)
The removal and hauling of hazardous stumps is a unique process requiring specialized
equipment. As such, this process requires a unique documentation and costing. Each
stump will be measured by the GOVERNMENT and CONTRACTOR inspectors
assigned, three (3) feet above normal ground level, to determine the diameter of the
trunk. Once the diameter is established, the stump will be physically numbered by the
best means available, photo documented by the GOVERNMENT and recorded by the
inspectors on a specific record provided by the CONTRACTOR.
zi
Page 2 of 3
The CONTRACTOR shall invoice the GOVERNMENT for hazardous stump removal
and hauling to the TDSRS utilizing the following categories:
Up to but less 6 inch diameter- $ 250.00 per stump
6 inch diameter and up, but less than 12 inches - $ 500.00 per stump
12 inch diameter and up, but less than 24 inches - $1,000.00 per stump
24 inch diameter and up, but less than 48 inches - $1,500.00 per stump
Equal to or greater than 48 inch diameter- $2,000.00 per stump
The CONTRACTOR shall invoice the GOVERNMENT Twenty-three Dollars and
00/100 ($23.00)per cubic yard for acquiring, hauling and placing clean back-fill material
in holes left by hazardous stumps.
COSTS FOR SCOPE OF SERVICES TWO -
TECHNICAL DISASTER RECOVERY ASSISTANCE
ITEM I: PROGRAM MANAGEMENT ASSISTANCE
All costs associated with this service will be negotiated at time of service.
Page 3 of 3lvv�
0
City of Fort Worth, Texas
4volffor And Council Communication
DATE REFERENCE NUMBERLOG NAME PAGE
F 4/18/00 C-17983 02DRC 1 of 1
SUBJECT CONTRACT WITH DRC, INC. FOR DISASTER RECOVERY TECHNICAL ASSISTANCE
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a professional services
agreement for technical assistance in the disaster recovery process with DRC, Inc. in an amount not to
exceed $65,000.
F
DISCUSSION:
One of the leading firms in providing recovery services in the United States, DRC, Inc.'s resume
includes experience helping the State of Florida (Hurricane Floyd) and Oklahoma City (the F5 tornado
of 1999). The firm has particular expertise in the cost analysis, accounting and reimbursement area,
and has offered to make it available to the City of Fort Worth. It offers a wide range of technical
assistance expertise in the documentation support area, including process assistance, development,
review and quality assurance of such critical documentation as Damage Survey Reports and Project
Worksheets.
In addition, DRC, Inc. provides consultation services, including guidance on effective strategic
approaches for negotiating recovery and reimbursement issues with state and federal agencies.
Services can be chosen from a menu-type list and will be utilized on an as-needed basis. Consulting
personnel costs are hourly as follows: Vice-president - $150 per hour; Senior Program Manager - $120
per hour, and Program Manager - $90 per hour. Reimbursement for this expenditure will be sought
from Federal sources.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that no funds were included in the budget for this expenditure. This
expenditure will be reflected in Non-Departmental, Consultant Services.
LW:j
Submitted for City Manager's FUND ACCOUNT CENTER AMOUNT CITY SECRETARY
Office by: (to)
Libby Watson 6183 APPROVE)
Originating Department Head: CITY COUNCIL
David Yett 7606 (from) APR 18 �
GG01 531200 0905500 $65,000.00
additional Information Contact:
Hugh Davis 7630 cityo$f Tort o h T°.C"-1