REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris...

31
REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT AND DISPOSAL SERVICES RFP NO. 2015-006 DATE ISSUED: AUGUST 10, 2O15 CLOSING DATE: SEPTEMBER 10, 2015 Town of Medley 7777 N.W. 72 AVENUE MEDLEY, FLORIDA 33166

Transcript of REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris...

Page 1: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

REQUEST FOR PROPOSAL

DISASTER DEBRIS MANAGEMENT AND DISPOSAL SERVICES

RFP NO. 2015-006

DATE ISSUED: AUGUST 10, 2O15

CLOSING DATE: SEPTEMBER 10, 2015

Town of Medley 7777 N.W. 72 AVENUE

MEDLEY, FLORIDA 33166

Page 2: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

Request for Proposals No. 2015-006

Table of Contents

Section 1 Notice to Proposers..…………………………………………………………….…………………………… 3

Section 2 Submission of a Response …………………………………………………………….….………………. 5

Section 3 Scope of Services……………………..……….………………………………………………….………….. 8

Section 4 Terms and Conditions ……………………………….…….…………………………………………….… 13

Section 5 Instructions for Preparing a Response.…….………………………………………………….…… 19

Section 6 Evaluation/Selection Process……………….………………………………………………….………..26

Section 7 RFP Response Forms…………………………….………………………………………………..……….. 28

Page 3: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

3

Disaster Debris Management and Disposal Services RFP 2015-006

SECTION 1

NOTICE TO PROPOSERS

Town of Medley

Disaster Debris Management and Disposal Services

The Town of Medley, Florida, (the “Town”) is accepting sealed Responses from qualified firms for disaster Debris Management and Disposal Services in accordance with Federal Emergency Management Agency (“FEMA”) guidelines. Proposals must be submitted in the form of one (1) original and seven (7) copies and one CD-ROM for the Technical Proposal and one CD-ROM or the Price Proposal, and must be received by the Town Clerk at 7777 NW 72nd Avenue, Medley, Florida 33166, by no later than 2:00 P.M. on September 10, 2015 (“Response Submittal Deadline”).

Copies of the RFP and all other solicitation related documents will only be made available on the Town’s website http://www.townofmedley.com, and selecting “Open Bid Invitation”. All related questions regarding the RFP should be addressed to [email protected]. All interested plan holders MUST be registered prior to submittal od any RFIs.

Minimum Qualification Requirements – The Town is seeking to procure a qualified and experienced firm with extensive expertise in Disaster Debris Management and Disposal Services as required by the RFP. The firm must possess a minimum of five (5) years’ experience In Debris Management and Disposal Services or related field as required by the RFP. The Proposer must have a proven record of successfully completing projects with a similar size, scope, and complexity in debris removal or related field.

A MANDATORY PRE-PROPOSAL CONFERENCE AND SITE VISIT WILL BE HELD ON AUGUST 27, 2015 AT 11:00 AM IN THE MEDLEY MUNICIPAL SERVICES FACILITY COUNCIL CHAMBERS, WHICH IS LOCATED AT 7777 NW 72nd Avenue, MEDLEY, FL 33166. FAILURE TO ATTEND WILL RESULT IN DISQUALIFICATION. This information session presents an opportunity for Proposers to clarify any concerns regarding the RFP requirements. Questions regarding the Services, sites and specifications will be answered, and Proposers will be able to familiarize themselves with conditions that may affect the Proposal and pricing. All proposers shall be held responsible to fully investigate the scope of services, and familiarize themselves with the Town and any special needs or requirements, to be undertaken based on the information provided in this RFP.

All questions and inquiries regarding this RFP must be directed to [email protected].

All responses to inquiries will only be responded to via addendum.

Pursuant to subsection (t) “Cone of Silence” of Section 2-11.1 “Conflict of Interest and Code of Ethics Ordinance” of Miami Dade County, public notice is hereby given that a “Cone of Silence” is imposed concerning this solicitation. The “Cone of Silence” prohibits communications concerning RFP’s, RFQ’s or Bids, until such time as a written recommendation is made to the

Page 4: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

4

Disaster Debris Management and Disposal Services RFP 2015-006

Town Council concerning the solicitation. Failure to comply with the “Cone of Silence may result in the rejection of a Response. For additional information concerning the “Cone of Silence please refer to Section 2-11.1 of Miami Dade County Code. The Town of Medley reserves the right to accept or reject all or any proposals or parts of proposals, to workshop or negotiate any and all proposals, to waive irregularities, and to request re-proposals on the required Services, or take any other such actions that may be deemed in the best interests of the Town.

Page 5: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

5

Disaster Debris Management and Disposal Services RFP 2015-006

SECTION 2 – SUBMISSION OF A RESPONSE

2.1 Submittal Requirements

Proposers submitting a response (“Response”) to this Request for Proposals (“RFP”) certify that it meets all of the requirements to perform the services required by this RFP and will enter into a contract in substantially the same form as that included in the RFP.

Sealed written Responses must be received by the Town of Medley; Town Clerk’s Office, no later than the Response Submittal Deadline on the date, time, and at the location indicated in Section 1 of the RFP, in order to be considered responsive. Faxed documents are not acceptable. Responses received at any other location than the aforementioned or after the Response Submittal Date and time shall be deemed non-responsive and shall not be

considered.

Only one (1) Response from an individual, firm, partnership, corporation, business entity, will be considered in response to this RFP. Joint Ventures will not be considered. Subcontractors may be included in more than one Response submitted by more than one Proposer. A firm, partnership, or corporation that submits a Response may not be a subconsultant or subcontractor on another Response submitted under this RFP.

One (1) original and seven (7) copies of your Response, plus one (1) copy each of your Technical and Price Responses in digital form (on CD-ROM in .pdf format), must be timely received by the Town Clerk or your Response may be disqualified. Technical and Price Responses must be submitted on separated CD-ROMs.

2.2 Additional Information or Clarification

Requests for additional information or clarifications must be made in writing. Proposers may e-mail their requests for additional information or clarifications (“RFI”) in accordance with the “Cone of Silence” and contact information provided in Section 1. Any request for additional information or clarification must be received in writing no later than 5:00 P.M. on September 3, 2015. Late or mis-delivered requests may not receive a reply.

The Town will issue responses to inquiries and any other corrections or amendments it deems necessary in the form of a written addendum, issued prior to the Response Submission Date. The Town, in its sole discretion, may not issue a response to a RFI submittal. Proposers should not rely on any oral or written representations, statements, or explanations, other than those made in this RFP or in any written addendum to this RFP. Where there appears to be conflict between the RFP and any issued addenda, the last addendum issued shall prevail.

Addendum will only be posted and made available on the Town’s website and it is the Proposer's sole responsibility to ensure receipt of all addendum prior to submitting its Response. The Proposer should check the Town’s website for all addendum. The website is www.townofmedley.com.

The Proposer shall complete and sign the Acknowledgment of Addenda and include it or copies of the signed Addendum acknowledging receipt, in its Response in order to have the Proposal considered. In the event a Proposer fails to acknowledge receipt of such addenda, the Town

Page 6: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

6

Disaster Debris Management and Disposal Services RFP 2015-006

may, in its sole discretion, determine that such failure to acknowledge any or all addendum does not materially affect the Response, waive the submittal of said Form(s) or the acknowledgement of one or more addendum on the Form.

2.3 Proposal Security Bond (Bid Bond); Performance Bond

A Response must be accompanied by a surety (bid bond) security in the amount which is the greater of 5% of the proposal amount or $25,000. Bid Security can be in the form of a bid bond, cashier’s check, or an irrevocable letter of credit. RFP (bid) security will be returned to the unsuccessful Proposers after execution of the contract, acceptance of the performance bond and insurance coverage. All Bid Security shall be valid for a period of at least ninety (90) days from the proposal submission date. The purpose of the Bid Security is to ensure that proposals are honored and that they remain valid for the required period.

Within ten (10) days of contract award, the successful proposer shall furnish to the Town an executed Performance Bond in the amount equal to one hundred percent (100%) of the annual contract amount for the period of the contract (to be determined at the time of award), as security for the faithful performance of the contract and for the payment of all persons performing labor and/or furnishing materials in connection therewith. The Performance Bond may be in the form of a bond written by a surety company authorized to do business in the State of Florida and shall comply with Section 287.0935, Florida Statutes, and in form acceptable to the Town; an Irrevocable Letter of Credit acceptable to the Town, written on a bank in Miami-Dade County in the amount of the contract and clearly and expressly stating that it cannot be revoked unless express written approval has been obtained from the Town; or a cashier’s check payable to the Town and deposited into an escrow account for the term of the contract.

2.4 Contract Terms and Conditions

The Proposer selected to provide the service(s) requested herein (the “Successful Proposer”) shall be required to execute a contract (“Contract”) with the Town in substantially the same form as the Contract included as part of the RFP. The final contract shall be approved by the Town Attorney.

2.5 Price Proposal

The Price Proposal component of the Response will be opened at the Evaluation Committee meeting. The price score will be incorporated into the overall rating and ranking of the Responses.

The Town reserves the right to negotiate the Price Proposal should that be deemed in the best interest of the Town.

2.6 Unauthorized Work

The Successful Proposer(s) shall not begin any work until the Town issues a Notice to Proceed. Such Notice to Proceed shall constitute the Town’s authorization to begin Work. Any unauthorized work performed by the Successful Proposer(s) shall be deemed non-compensable

Page 7: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

7

Disaster Debris Management and Disposal Services RFP 2015-006

by the Town and Proposer will not have any recourse against the Town for performing unauthorized work.

2.7 Submittal Instructions

Careful attention must be given to all requested items contained in this RFP. Proposers are invited to submit Responses in accordance with the requirements of this RFP. PLEASE READ THE ENTIRE SOLICITATION BEFORE SUBMITTING A RESPONSE. Proposers shall make the necessary entry in all blanks and forms provided for the Response.

Responses shall be submitted in sealed envelope(s) or package(s) with the RFP number, title, and opening date clearly noted on the outside of the envelope(s) or package(s) in the following manner.

2.8. Execution of Response

The Proposal must be manually and duly signed by an authorized corporate officer, principal, or partner (as applicable) in blue ink with a signature in full. Proposer shall complete the appropriate required Certificate of Authority, which is included as part of the RFP. Corporations must furnish documentation demonstrating the officer’s authority to sigh on behalf of the corporation.

Anyone signing the Response as agent must file with it legal evidence of signature authority. Proposers who are nonresident corporations shall furnish to the Town a duly certified copy of their permit to transact business in the State of Florida with the Response. Failure to promptly submit this evidence or qualification to do business in the State of Florida may be basis for rejection of the Response.

Failure to properly execute the Response may result in the Response being rejected as non-responsive.

Proposer understands that by submitting this RFP such submittal does not constitute an agreement or contract with the Town.

2.9. Certification of Accuracy of Proposal

Proposer by signing and submitting it Response certifies and attest that all Forms, Affidavits and documents related thereto that it has included in its Response, in support if its Response are true and accurate.

Any Proposer who submits in its Response any information that is determined by the Town, in its sole opinion, to be substantially inaccurate, misleading, exaggerated, or incorrect, shall be disqualified from consideration for award of the contract.

END OF SECTION

SECTION 3 – SCOPE OF SERVICES/SPECIFICATIONS

3.1. Background

Page 8: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

8

Disaster Debris Management and Disposal Services RFP 2015-006

FEMA guidelines stipulate that for the Town to be able to receive assistance for disaster debris removal from public access roads, right-of-ways, public property, a n d i n c e r t a i n i n s t a n c e s p r i v a t e p r o p e r t y w i t h i n t h e T o w n , the Town must implement contracts for disaster debris management, removal and disposal services (“Services”) that comply with the FEMA Public Assistance PA requirements. The Services are provided by independent contractors that are selected by the Town to provide these Services.

The response of the selected disposal Proposer(s) to the disaster recovery process must be immediate, rapid, and efficient with acceptable cost controls, accountability procedures, written reports and submittals in accordance with all FEMA and state and federal requirements and guidelines to assure that the Town shall have the means to be reimbursed for all eligible disaster recovery costs from appropriate federal, state and private agencies. Response will typically be activated only in the event of an emergency and in accordance with an awarded contract. Response activation will be through issuance of a Work Order.

At a minimum, the Proposer must be familiar with FEMA’s Public Assistance Program and all applicable state and federal requirements and regulations, and the latest editions of the following:

a. Public Assistance Guide (FEMA 322) b. Applicant Handbook (FEMA 323) c. Public Assistance Debris Management Guide (FEMA 325) d. Debris Monitoring Guide (FEMA 327) e. Debris Estimating Field Guide (FEMA 329) f. FEMA’s Recovery 9500 Series g. Hazardous Stump Extraction & Removal Eligibility (FEMA DAP 9523.11) h. FEMA Disaster Assistance Policies i. FEMA PA Program Guidelines j. FEMA Recovery Fact Sheet RP9580.201 k. Memorandum of Understanding for Contaminated Debris Management between FEMA,

EPA, and USACE

3.2. Purpose

The Town of Medley (the “Town”) is seeking proposals to establish contract(s) with a qualified and experienced debris management and recovery firm, hereinafter referred to as the “Contractor”, for Services required under the RFP, which include the clearing, removal, management, and disposal of disaster generated debris from public property and public rights-of-way within the Town boundaries. While intended to cover debris management needs in any disaster/emergency scenario, the primary focus is on the threat of hurricane and tropical storm damage. Disaster/Emergency scenarios include, but are not limited to; natural disasters such as hurricanes, tropical storms, tornadoes, windstorms, floods, and fires, as well as man-made events such as civil unrest and terrorist attacks. The Contractor also may be called upon throughout the year to render services to assist the Town with special needs and events other than full-scale disasters. Other services may include, but not limited to, facilitating communication with Miami-Dade County, FEMA, FHWA, the State of Florida and other state and federal agencies, coordination with state insurance representatives, pre-event planning,

Page 9: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

9

Disaster Debris Management and Disposal Services RFP 2015-006

and post-event reconstruction, grant funding, and reimbursement services. The Town retains the right to obtain similar services from other contractors.

3.3. Scope of Work-Basic Services

The selected firm will be expected to provide disaster debris recovery, management, and disposal services to include debris generated from the public right-of-way, private property (if a FEMA Right-Of-Entry program (ROE) is established), public drainage areas/canals, waterways, and other public, eligible, or designated property. Specific services may include, but not be limited to:

Large-scale debris removal, separation, storage, processing and disposal;

Demolition and demolition debris removal;

Hazardous waste handling;

Tree trimming, stump grinding and removal;

Waterway debris cleaning;

Sand removal from roads, streets and right-of-way;

Provide any necessary security for TDSR Sites

Project manager assistance; and

Assistance with federal and state reporting and reimbursement efforts.

The intent of the Town is to complete the removal of debris within no more than 14 calendar days for a Category I or II hurricane or similar Emergency Event and within no more than 30 days for a Category 3, 4, or 5 hurricane or similar Emergency Event and to complete all disposal and recycling operations within 30 calendar days after final debris pick-up.

The debris, management, and removal services identified above included, but not limited to, the following types of tasks and activities:

a. Debris Removal 1. Emergency Road Clearance – This task will typically be used for the first 70-72

hours following an Emergency Event. 2. Debris Removal from Public Rights-of-Way – Includes the removal and

transportation to debris to TDRSs 3. Demolition of Structures, Debris Removal from Private and Publicly Owned

Property – Used to address an imminent threat to life, safety and health to the general public that is present on private property (ROE program) or publicly owned property (other than Rights-Of-Way).

4. Stump Removal, Backfill Hauling, and Disposal – 5. Trimming, Cutting, or Removal of Leaning Trees and Hanging Limbs 6. Multiple Scheduled Pick-up Passes 7. Drainage Systems Cleaning 8. Debris Hauling 9. Marine Debris Removal 10. Hazardous and Bio hazardous Waste Abatement 11. Dead Animal Carcasses 12. Sand Screening for Lakefront Parks

Page 10: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

10

Disaster Debris Management and Disposal Services RFP 2015-006

13. White Goods Removal and Disposal 14. Technical Assistance 15. Other Services as Requested 16. Repair of Damage Caused by Contractor

b. Temporary Debris Storage and Reduction Sites (TDRS)

TDSR Site locations identified by the Town will be used for the management of debris prior to disposal. Contractor must be prepared to assist the Town in establishing additional TDRS Sites as deemed necessary.

c. Residential Drop-Off Sites

The Town may elect to open a number of Drop-off Sites to allow Medley residents and business owners to drop off debris at temporary staging sites. Contractor will be responsible for hauling, managing and disposing of such debris.

3.4 Additional Services

The Contractor may be requested to perform additional services, which shall be issued and authorized by the Town through the issuance of Work Orders.

3.5. Operational Requirements and Responsibilities

Contractor shall contact the Town within two (2) hours after a disaster event. Upon notification by the Town, the Contractor shall within 24 hours of issuance of the Work Order be prepared to provide qualified debris disposal services throughout the Town. The Contractor must be prepared to provide a minimum of twelve to fourteen (12-14) hour shifts, seven (7) days per week. Contractor must provide all personnel, equipment, tools, supplies and training to all personnel that are necessary for the performance of the Services.

3.6 Documentation and Inspections. Storm debris shall be subject to inspection by the Town. Inspections will be to insure compliance with the contract and applicable local, State and Federal laws. The Contractor will, at all times, provide the Town access to all work sites and disposal areas. The Contractor will assist the Town in preparation of Federal (FEMA and FHWA) and State reports for any potential reimbursement through the training of Town employees and the review of documentation prior to submittal. The Contractor will work closely with the Florida Division of Emergency Management, FEMA, FHWA and other applicable State and Federal Agencies to ensure that eligible debris clearing and data documenting appropriately address concerns of the likely reimbursement agencies.

3.7 Location of Work. By submitting a proposal in response to this RFP, the Proposer certifies that he/she is familiar with the property and roadways and the proposed scope of work, prior to submitting the proposal. The Town reserves the right to remove specific locations as deemed appropriate. The Town also reserves the right to award the locations to multiple proposers to attain the best possible service and price. 3.8 Equipment. All equipment necessary to provide the Services shall be provided by Contractor and maintained in an efficient and safe operating condition while performing the

Page 11: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

11

Disaster Debris Management and Disposal Services RFP 2015-006

Services under the contract. Equipment shall have all proper safety devices required by law, properly maintained and in use at all times. If equipment does not contain proper safety devices and/or is being operated in an unsafe manner, the Town may direct the contractor to remove such equipment and/or the operator until the deficiency is corrected to the satisfaction of the Town. The Contractor shall be solely responsible and liable for injury to persons, and/or property damage caused by operation of the equipment.

3.9 Safety. The Contractor will be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Services. They will take all necessary precautions for the safety of and will provide the necessary protection to prevent damage, injury or loss to:

All employees and other persons who may be affected thereby. The Contractor shall

ensure that all employees use proper safety equipment such as but not limited to, hard hat, safety glasses, ear plugs, work boots (with safety toe,) gloves, and rain gear.

All the work and all materials or equipment to be incorporated therein, whether in storage or outside of the Town

The Contractor will designate a responsible member of their organization within the Town whose duty shall be the prevention of accidents. This person shall be the Contractor’s Supervisor unless otherwise designated in writing by the Contractor to the Town.

In emergencies affecting the safety of persons or the work or property within the Town or adjacent thereto, the Contractor, without special instruction or authorization from the Town, is obligated to act, at his discretion, to prevent threatened damage, injury or loss. He will give the Town prompt written notice of any significant changes in the work or problems caused thereby.

The Contractor, shall at all times, conduct the work in such a manner as to insure the

least practicable obstruction to public travel. The convenience of the general public and of the residents along and adjacent to the area of work shall be provided for in a satisfactory manner, consistent with the operation and local conditions. “Street Closed” signs shall be placed immediately adjacent to the work, in a conspicuous position, at such locations as traffic demands. At any time that streets are required to be closed, the Contractor shall notify law enforcement agencies and in Particular, the Town of Medley Police Department, before the street is closed and again as soon as it is opened. Access to fire hydrants and other fire equipment shall be provided and maintained at all times.

Any and all damage associated with debris removal operations shall be restored to pre-existing condition at the Contractors expense.

Page 12: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

12

Disaster Debris Management and Disposal Services RFP 2015-006

END OF SECTION

Page 13: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

13

Disaster Debris Management and Disposal Services RFP 2015-006

SECTION 4 – TERMS AND CONDITIONS

4.1. Acceptance/Rejection

All proposals submitted in response to this RFP shall be valid for period of ninety (90) days from the date of proposal opening. The Town reserves the right to accept or reject any or all Responses or to select the Proposer that, in the opinion of the Town, is in its best interest. The Town also reserves the right to reject any Proposer(s) who has previously failed to properly perform under the terms and conditions of a contract with the Town or any other governmental agency, to deliver on time any contracts with the Town or governmental agency, and who is not in a position to perform the requirements defined in this RFP. Further, the Town may waive informalities, technicalities, minor irregularities, and/or request new Responses for the Services specified in this RFP and may, at its discretion, withdraw and/or re-advertise the RFP. All such actions taken shall be in accordance with the applicable sections of the Town Code and this RFP.

4.2 Legal Requirements

This RFP is subject to all applicable federal, State of Florida, Miami-Dade County, FEMA, FHWA, Town and local laws, codes, ordinances, rules and regulations that in any manner affect any and all of the Services covered herein. By submitting a Response, the Proposer certifies that it is has full knowledge of such laws, codes, ordinances, rules, and regulations, and shall comply with all applicable laws and regulations, and any lack of knowledge by the Proposer shall in no way be cause for relief from responsibility for compliance with these requirements.

4.3. Non-Appropriation of Funds

In the event that insufficient funds are appropriated and budgeting or funding is otherwise unavailable in any fiscal period for the Services, then the Town, shall have the unqualified right to terminate the Contract upon written notice to the Contractor, without any penalty or expense to the Town.

4.4 Business Tax Receipt Requirement

Proposer(s) shall meet the Town's Business Tax Receipt requirements in accordance with the Town Code, as amended. Proposer(s) with a business location outside the Town shall meet the applicable local or County Business Tax Receipt or Occupational License requirements.

4.5. Minimum Qualification Requirements

The Town is seeking to procure a qualified and experienced firm with extensive expertise in Debris Management and Disposal Services or related field as required by the RFP. The firm must possess a minimum of five (5) years’ experience In Debris Management and Disposal Services or related field as required by the RFP. The Proposer must have a proven record of successfully completing projects with a similar size, scope, and complexity.

4.6. Minimum Insurance Requirements; Indemnification.

The Contractor shall not commence any Services under the contract awarded pursuant to this RFP until it has obtained all insurance required and such insurance has been approved by the Town. The proposer shall indemnify and hold the Town, their agents and employees,

Page 14: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

14

Disaster Debris Management and Disposal Services RFP 2015-006

harmless on account of claims for damages or losses to persons, property or premises arising out of the operations to perform the Services under the contract and specifically name the Town as an additional insured under its policy.

Contractor shall secure and maintain throughout the duration of this Contract insurance

of such types and in such amounts not less than those specified below as satisfactory to the Town, naming the Town as an Additional Insured, underwritten by a firm rated A-X or better by Bests Rating and qualified to do business in the State of Florida. Certificates of Insurance shall be provided to the Town, reflecting the Town as an Additional Insured, no later than ten (10) days after award of this Contract and prior to the execution of this Contract by the Town and prior to commencing any Services. Each certificate shall include no less than (30) thirty-day advance written notice to the Town prior to cancellation, termination, or material alteration of said policies or insurance. The insurance coverage shall be primary insurance with respect to the Town, its officials, employees, agents and volunteers naming the Town as additional insured. Any insurance maintained by the Town shall be in excess of the Contractor’s insurance and shall not contribute to the Contractor’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this Section.

(a) Commercial General Liability coverage with limits of liability of not less

than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor. The General Aggregate Liability limit (except for Products/Completed Operations) shall be in the amount of $2,000,000.

(b) Professional Liability Errors and Omissions insurance coverage in an amount not less than $1,000,000.

(c) Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Contractor shall be allowed to provide Services pursuant to this Contract who is not covered by Worker’s Compensation insurance.

(d) Business Automobile Liability with minimum limits of $1,000,000 per Occurrence, combined single limit for Bodily Injury and Property Damage. Coverage must be afforded on a form no more restrictive than the latest edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by the Insurance Services Office, and must include Owned, Hired, and Non-Owned Vehicles.

(e) Contractor acknowledges that it shall bear the full risk of loss for any portion of the Services damaged, destroyed, lost or stolen until Final Completion has

Page 15: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

15

Disaster Debris Management and Disposal Services RFP 2015-006

been achieved for the Project, and all such Services shall be fully restored by the Contractor, at its sole cost and expense, in accordance with the Contract Documents.

(f) Certificate of Insurance. On or before the Effective Date of this Contract, the Contractor shall provide the Town with Certificates of Insurance for all required policies. The Contractor shall be responsible for assuring that the insurance certificates required by this Section remain in full force and effect for the duration of this Contract, including any extensions or renewals that may be granted by the Town. The Certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this Contract and shall state that such insurance is as required by this Contract. The Town reserves the right to inspect and return a certified copy of such policies, upon written request by the Town. If a policy is due to expire prior to the completion of the Services, renewal Certificates of Insurance shall be furnished thirty (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days’ written notice shall be provided to the Town before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is subject to approval of the Town.

(g) Additional Insured. Excluding with respect to professional liability

insurance, the Town is to be specifically included as an Additional Insured for the liability of the Town resulting from Work performed by or on behalf of the Contractor in performance of this Contract. The Contractor’s insurance, including that applicable to the Town as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the Town shall be in excess of and shall not contribute to the Contractor’s insurance. The Contractor’s insurance shall contain a severability of interest provision providing that, except with respect to the total limits of liability, the insurance shall apply to each Insured or Additional Insured (for applicable policies) in the same manner as if separate policies had been issued to each.

(h) Deductibles. All deductibles or self-insured retentions must be declared to and be reasonably approved by the Town. The Contractor shall be responsible for the payment of any deductible or self-insured retentions in the event of any claim.

4.7. No Insolvency/Bankruptcy of Proposer. By submitting a proposal in response to this RFP, each Proposer warrants and represents to the Town that it is not insolvent, is not in bankruptcy proceedings or receivership, nor is it engaged in or threatened with any litigation, arbitration or other legal or administrative proceedings or investigations of any kind which would have an adverse effect on its ability to perform the Services or its obligations under the contract.

4.8 Disclosure by Proposer. The award of the contract pursuant to this RFP is subject to the provisions of Chapter 112, Florida Statutes. Proposers must disclose with their proposals the name of any officer, director, partner, proprietor, associate or agent who is also a public or employee of the Town or any of its agencies. Further, all Proposers must disclose the name of

Page 16: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

16

Disaster Debris Management and Disposal Services RFP 2015-006

any public officer or employee of the Town who owns, directly or indirectly, an interest of five percent (5%) or more in the officer’s firm or any of its branches or affiliate companies.

4.9 Contract Term. The initial contract term shall be for a period of three (3) years, with an option to renew for up to three (3) additional one (1) year terms upon the same terms and conditions, at the Town’s sole discretion. 4.10 Permits, License and Fees. The Successful Proposer shall at his own expense obtain all necessary permits, pay all licenses, fees and taxes, required to comply with all local ordinances, state and federal laws, rules and regulations applicable to the Services performed under the Contract. All county, state or federal fees and permits shall be applied for and paid by the Proposer as necessary. Proposer must provide Town with copy(s) of valid licensing by state/county agency for the Services to be performed. It is the Proposers responsibility to have and maintain appropriate Certificate(s) of Competency and submit state registration (if required) for the Services to be performed and valid for the jurisdiction in which the Services are be performed for all persons (including subcontractors) working on the project for whom a Certificate of Competency is required. 4.11 Laws and Regulations. The Proposer shall observe and comply with all applicable

federal, state, local and municipal laws, ordinances, rules and regulations for performance of the

Services pursuant to this RFP. Failure to familiarize himself/herself with applicable laws will in

no way relieve him/her from responsibility.

4.12 Errors and Omissions. The Town is not required to accept any request by any Proposer

to correct errors or omissions in any calculations or price, after the proposal is submitted.

Proposals which are incomplete, unbalanced, conditional or obscure or which contain additions

not called for, erasures, alterations, or irregularities of any kind or which do not comply with this

Request for Proposals may be rejected at the option of the Town. The Town does, however,

reserve the right and option to waive technicalities and request further information or

clarification.

4.13 Assignment. The Contractor shall not assign the Contract, the Services to be performed,

or subcontract the Services in whole or in part, without the prior written consent of the Town,

nor shall the Contractor assign any monies due or to become due to him, without the prior

written consent of the Town.

4.14 Collusion. The Proposer certifies that its proposal is made without previous

understanding, agreement, or connection either with any previous firms or corporations offering

a proposal for the same items, or with the Town. The Proposer also certifies that its proposal is

in all respects fair, without outside control, collusion, fraud, or otherwise illegal action. The

Proposer shall complete and submit with its Proposal the Non-Collusive Affidavit form included

with this RFP.

Page 17: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

17

Disaster Debris Management and Disposal Services RFP 2015-006

4.15 Cone of Silence.

Notwithstanding any other provision of these specifications, the provisions of Section 2-11.1 Conflict of Interest and Code of Ethics Ordinance, as set forth in subsection (t) “Cone of Silence,” of the Miami-Dade County Code, are applicable to this transaction. The "Cone of Silence," as used herein, means a prohibition on any communication regarding a particular Request for Proposal ("RFP"), Request for Qualification ("RFQ") or bid, between:

A potential vendor, service provider, proposer, bidder, lobbyist, or consultant; and

The Town Council, Town's professional staff including, Department Heads, but not limited to, the Town Engineer, and his or her staff, any member of the Town's selection or evaluation committee.

The Cone of Silence shall be imposed upon each RFQ, RFP and bid after the advertisement of said RFQ, RFP, or bid. The Cone of Silence shall terminate at the beginning of the Town Council meeting at which time the Town Council will select and award a contractor. However, if the Town Council refers the recommendation back to staff for further review, the Cone of Silence shall be re-imposed until the meeting at which the subsequent recommendation is before the Town Council.

The Cone of Silence shall not apply to:

1) oral communications at pre-bid conferences;

2) oral presentations before selection or evaluation committees;

3) public presentations made to the Town Council during any duly noticed

public meeting;

4) communication in writing at any time with any Town employee, unless

specifically prohibited by the applicable RFQ, RFP or bid documents. The

bidder or proposer shall file a copy of any written communication with

the Town Clerk. The Town Clerk shall make copies available to any

person upon request;

5) communications regarding a particular RFQ, RFP or bid between a

potential vendor, service provider, proposer, bidder, lobbyist or

consultant and the Town’s Purchasing Agent or Town employee

designated responsible for administering the procurement process for

such RFQ, RFP or bid, provided the communication is limited strictly to

matters of process or procedure already contained in the corresponding

solicitation document;

6) communications with the Town Attorney and his or her staff;

Page 18: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

18

Disaster Debris Management and Disposal Services RFP 2015-006

7) duly noticed site visits to determine the competency of proposers

regarding a particular bid during the time period between the opening of

bids and the time the Town makes its written recommendation;

8) any emergency procurement of goods or services pursuant to Town

Code;

9) responses to the Town's request for clarification or additional

information;

10) contract negotiations during any duly noticed public meeting;

11) communications to enable Town staff to seek and obtain industry

comment or perform market research, provided all communications

related thereto between a potential vendor, service provider, proposer,

bidder, lobbyist, or consultant and any member of the Town's

professional staff, are in writing or are made at a duly noticed public

meeting.

Please contact the Town Attorney at (305) 854-0800 for any questions concerning the Cone of Silence compliance. Violation of the Cone of Silence by a particular bidder or proposer shall render any RFQ award, RFP award or bid award to said bidder or proposer voidable by the Town.

4.16 Public Entities Crime Statement. Pursuant to Section 287.133(3)(a), Florida Statutes, all proposers are advised as follows: “A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity and may not transact business with any public entity in excess of the threshold amount provided in section 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.” The Proposer shall complete and submit with its Proposal the Sworn Statement Pursuant to

Section 287.133(3)(a), Florida Statutes, on Public Entity Crime included with this RFP.

END OF SECTION

Page 19: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

19

Disaster Debris Management and Disposal Services RFP 2015-006

SECTION 5 – INSTRUCTIONS FOR PREPARING A RESPONSE

Proposer’s Response to this RFP must contain the following information and documents (and any and all other documentation required in this Section 5), and follow the instructions in its preparation. Failure to do so may deem your Response non-responsive. Non-responsive submittals will receive no further consideration and will not be provided to the Evaluation Committee.

A. RFP Information Form; B. Proposal Letter (Form RFP-PL); C. Narrative (Form RFP-N); D. Questionnaire (Form Q); E. Experience with Similar Projects (Form RFP-PP); F. References (Form RFP-PP-R); G. Table of Organization of Proposer; H. Resume of Principal in Charge; I. Copies of business certifications and licenses; J. Copy of State Corporate Certificates; K. Financial Capacity; L. Letters from Insurance Carrier; M. Letters from Bonding Surety Company; N. Qualifications of Team and Key Personnel (Form RFP-QT); O. Resources and Availability (Form RFP-CC); P. Resumes of Project Manager and Key Personnel (Copies of all relevant professional

licenses and certifications); Q. Price Proposal (Form RFP-PT, Specific Tasks); R. Price Proposal (Form RFP-PH, Hourly Rates/Labor); S. Price Proposal (Form RFP-PE, Hourly Equipment); T. Non-Collusive Affidavit; and U. Sworn Statement Public Entity Crime.

5.1. Preparation Requirements

A. TECHNICAL PROPOSAL:

The content and form of the Technical Proposal should present a clear, comprehensive and well documented representation, understanding and commitment of how the Proposer intends to implement and fulfill the requirements and provisions set forth in this RFP and perform the Services and the Contract; and how it intends to administer, coordinate, and complete all requirements of this RFP and the Services, including compliance with all FEMA, FHWA, and other Miami-Dade County, State of Florida and federal requirements to assure compliance for reimbursement of costs. The technical portion of the Proposal must contain sufficient information to enable the Evaluation Committee to evaluate each of the criteria to be used in scoring the Technical Proposals.

Page 20: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

20

Disaster Debris Management and Disposal Services RFP 2015-006

1. Proposal Letter (Maximum 1 page)

Proposer shall complete and submit Form RFP-PL for this section of the Response identifying that the Response is being submitted for Debris Disposal Services and that the Proposer has read and complied with all of the requirements of the RFP.

2. Narrative (Maximum 1 page)

Narrative is to provide a brief history of the Proposer and explain the specific reasons why the Proposer believes it is the most qualified and best choice to be awarded a contract. Proposer shall use Form RFP-N.

3. Qualifications of the Proposer (limited to 7 pages for 3a)

Proposer shall provide the following information as separate sections under this Category. Each section is to be identified by the corresponding letter for the section and the sections are to be submitted in the same order as that shown below:

a. Provide detailed information and historical background of the firm, focusing on previous governmental experience.

i. Five (5) years’ experience demonstrating capacity and expertise in emergency debris management, recovery and disposal services or related fields, including solid waste and hazardous waste management and disposal. Documented knowledge and experience of Federal, State and Local emergency agencies, state and federal and other funding sources rules, regulations, and programs, including but not limited to, the reimbursement processes/procedures FEMA, FWHA, NRSC, FDEP and Florida Laws and acceptable accounting practices.

ii. Demonstrate knowledge of environmental requirements and expertise in assessing, removing, and disposing of specialty debris, including hazardous materials, dead animals and hazardous stumps.

iii. Detailed description of Proposer’s experience and success in filing and receiving federal (FEMA, FWHA, etc.) and state reimbursements for disaster recovery work. This should include the Proposer’s experience in preparing and submitting federal/state project work sheets, with details of the percentage of cost recovery for debris management, disposal and recovery services.

iv. Ability to establish and operate multiple TDRSs where collected debris may be sorted, recycled, ground, mulched, burned or otherwise segregated for transport or disposal. The Proposer’s knowledge of regulations affecting the removal, processing and disposal of mixed debris should be demonstrated.

v. Expertise and experience in demolition of structures, and debris removal from private property (right-of-entry programs) and publicly owned property (other than Right-Of-Way).

vi. Expertise and experience in assisting in providing community relations, including the company’s ability to create audio/visual presentations and fact sheets.

vii. Where the Services will be managed from an office other than the primary office/headquarters of the Proposer, describe the office that will be responsible

Page 21: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

21

Disaster Debris Management and Disposal Services RFP 2015-006

for the Services and the specific experience and knowledge of said office as it relates to items 3i-3vii above.

viii. Documentation of location and resources available at operating office:

Complete address of office location

Specific information resources regarding the location to include: o Number and disciplines of professional and technical personnel o Equipment: Include any specialized equipment considered necessary for

this service and other routine office equipment. b. Form Q-Questionnaire c. Forms RFP-PP must be completed for each project used to demonstrate

experience with similar projects and RFP-PP-R must be used for the corresponding reference for each RFP-PP Form.

d. Table of Organization of the Proposer reflecting the reporting structure and inclusive of names & titles.

e. Resume of the principal-in-charge for the Proposer. (Maximum 1 page) f. Copies of any federal State of Florida, Miami-Dade County, or local small business

licenses and certifications. (Submit company certifications, not personal certifications)

g. Copy of business licenses, including Occupation, and Florida Registration. (Submit company certification, not personal certifications)

h. Copy of State Corporate certificate or other proof from the State of Florida that the Proposer is authorized to perform work in the State of Florida.

4. Financial Stability of Proposer

Proposer must provide the required documentation required under Financial Capacity and be capable of meeting the Contract bonding and insurance requirements to be considered responsive to the RFP.

a. Proposer’s most recent audited financial statement together with a breakdown indicating the Working Capital Ratio, Profitability, and Return on Asset Ratio or Proposer’s Balance Sheet and Statement of Profit and Loss for the preceding two (2) calendar or fiscal years, certified by either an appropriate Corporate Officer or an independent Certified Public Accountant.

b. Letter(s) from the insurer carrier stating that the Proposer is capable of meeting the insurance requirements contained in this RFP.

c. Letter(s) from the bonding surety stating that the Proposer is capable of meeting the bonding requirements contained in this RFP.

5. Qualifications of Project Team, including Project Manager and other Key Personnel (Maximum 5 pages for 5a and 5b excluding Form RFP- QT, references, resumes & certifications)

a. Firm shall complete and submit Form RFP-QT.

Page 22: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

22

Disaster Debris Management and Disposal Services RFP 2015-006

i. List the names, titles or positions and duties of those individuals who will have a management or senior working position with the Town if awarded a contract.

Proposers shall also provide the following additional information

b. Document the Project Manager’s experience in the following:

i. Experience demonstrating current capacity and current expertise in debris removal, solid waste and hazardous waste management and disposal. Must demonstrate experience as a project manager or equivalent capacity managing hurricane, tropical storms, tornado or other Emergency Event created debris management services for a government entity involving a minimum of 250,000 cubic yards of debris.

ii. Documented and demonstrated knowledge and experience of Federal, State and Local emergency agencies, state and federal programs, funding sources

c. Key Personnel

iii. Identify and provide the qualification of key staff that will provide Services under this Agreement identified in Form RFP-QT

d. Resumes and any relevant certifications for the Project Manager and other key personnel. Resumes should reflect person’s qualification and experience that demonstrate the person’s knowledge and understanding of the Services to be performed and of federal, state, and local laws and regulations governing this type of work, as well as the person’s familiarity with representatives of FEMA or other federal, state or local agencies. (Maximum of 1 page per resume)

e. Job descriptions, which clearly identify roles and responsibilities, should be provided for all key positions any other position included in the Response. In addition, copies of all relevant professional licenses or certifications should to be submitted. (Maximum of 1 page per job description)

f. Provide a listing of where Key Personnel have worked together previously on projects of a similar size, scope, and complexity identify who worked together. Identify the project(s), the names of the personnel, their title, and role in the project, and if the work was performed while working with or for another firm. Provide the project description(s), a brief description of the scope, and the final cost of the Project. (Maximum 1 page)

6. Approach, Understanding & Response (Maximum 3 pages)

Provide a description of the Proposer’s approach/plan to ensure the successful completion of Services required by the RFP, highlighting proven strategies. This should also include data management and reporting procedures to the Town, State of Florida, Miami-Dade County, FEMA, and FWHA. Proposer should demonstrate its ability and willingness to design the best response plan to meet the Town’s needs in the event of a disaster and depending on the level of the disaster.

Page 23: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

23

Disaster Debris Management and Disposal Services RFP 2015-006

7. Operational Understanding and Approach (Maximum 5 pages)

Proposer shall demonstrate the following:

a. Proposer’s understanding of the elements affecting removal and processing of vegetative debris and mixed debris following a disaster event.

b. Mobilization/operation plan that outlines the Proposer’s mobilization/operation procedures following a disaster event. This outline should include a breakdown of the time required to perform each task including guaranteed times to mobilize the Proposer’s forces, to establish an onsite emergency response and communication center, to mobilize recovery equipment, to establish TDRSs, and to mobilize subcontractors. The mobilization/operation plan should include a breakdown of the manpower (position titles and number of support personnel) and equipment that will be assembled during each phase of the Proposer’s response.

c. Description of the Proposer’s “clean as you go” policy.

d. Operation plan for TDSR Sites that describes the operations expected including materials handling, reduction, storage, recycling, equipment maintenance, etc.

e. Subcontractor plan that provides a clear description of the scope and percentage of work the Contractor may subcontract out and limiting use of subcontractors to only those approved by the Town.

f. Proposer’s organizational structure and “chain of command” of the Proposer’s response team. The Proposer’s project management methods should be explained, including protocols for team work assignments, data management, project tracking, and any other appropriate management considerations. Proposer should demonstrate its ability to supervise multiple clean-up crews, to manage multiple tasks simultaneously and expeditiously, and to resolve problems. It should also explain the Proposer’s approach to ensuring the quality of the work being performed by its crews and subcontractors.

g. Description of the onsite emergency response and communication center including the type of communication employed by the Proposer and the Proposer’s ability to interface with the Town’s emergency response equipment.

h. Comprehensive description of the proposed quality control plan. This description should include, at a minimum, the Proposer’s quality control organization, overview of tasks to be inspected, reports, and methods of inspections.

i. Description of the Proposer’s customer service plan to respond to Town complaints.

j. Detailed list of any other or additional services the Proposer is able to provide and how these services will be accomplished.

8. Resources and Availability (Maximum 3 pages excluding Form RFP-CC)

Page 24: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

24

Disaster Debris Management and Disposal Services RFP 2015-006

This section shall clearly define the availability of the Proposer’s Project Manager, other key personnel, subcontractors, and equipment. At a minimum, the Proposer shall provide the following:

a. Estimate of Proposer’s current workload and future commitments to other emergency response contracts both in man hours per year and as a percentage of total workload for all key project personnel.

B. PRICE PROPOSAL

1. Submission of Price Proposal

The Price Proposal shall be submitted in a separate sealed envelope concurrent with the submittal of the Technical Proposal, utilizing the Price Proposal Form RFP-PT, Form RFP-PH, and Form RFP-PE. Form RFP-PT is to be used for pricing for specific tasks, Form RFP-PH is to be used for pricing hourly rates for labor categories, and Form RFP-PE is to be used for hourly rates for equipment.

The hourly rates stated in RFP-PH, and RFP-PE may be used by the Town on an as needed basis for the following:

Non-emergency related task related to special needs or events that may be required by the Town from time to time during the contract period.

FEMA authorized Right-of-Entry Program where task categories under Form RFP-PT do not exist

The Price Proposal Form RFP-PT shall be based upon and include any and all costs or expenses to be incurred by the Proposer in completing all aspects of the Project, including all direct costs and expenses, and shall also include all other costs and expenses including but not limited to such costs as the Proposer's general, administrative and overhead costs; project management and supervisory costs; all fees, charges and taxes; labor, direct and indirect payroll costs; insurance costs; cost of equipment, material, tools and transportation; and operating margin (profit).

Price Proposals are submitted for the purposes of determining the successful proposers. The Town, at its sole discretion, may conduct further negotiation to determine the final rates for the Contract to be awarded.

Failure of the Proposer to provide all of the required pricing detail shall be cause for rejection of the Response as non-responsive.

2. Proposal Errors

Where Price Proposal forms have erasures or corrections, the Proposer must initial each erasure or correction in ink. Errors between any sum, computed by the Proposer and the correct sum will be resolved in favor of the correct sum. Any discrepancy between words and numbers will be resolved in favor of the written word. Use of any other forms will result in the rejection of the Response as non-responsive.

Page 25: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

25

Disaster Debris Management and Disposal Services RFP 2015-006

C. Non-Collussive Affidavit. The Proposer shall complete and submit with its Proposal the Non-Collusion Affidavit form included with this RFP.

D. Sworn Statement Pursuant to Section 287.133(3)(a), Florida Statutes. The Proposer shall complete and submit with its Proposal the Sworn Statement Pursuant to Section 287.133(3)(a), Florida Statutes, on Public Entity Crime included with this RFP.

END OF SECTION

Page 26: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

26

Disaster Debris Management and Disposal Services RFP 2015-006

SECTION 6 – EVALUATION/SELECTION PROCESS

6.1. Preparation Requirements

A. Evaluation Procedures

The procedure for response evaluation and selection is as follows:

1. Request for Proposals issued.

2. Receipt of Responses.

3. Opening of Technical Proposals and listing of all Responses received.

4. Preliminary review of the Technical Proposals by Town staff for compliance with the submission requirements of the RFP, including verification that each Response includes all required documents.

5. Review by Town Staff to confirm that the Proposer is qualified to render the required Services according to all applicable regulations.

6. The Evaluation Committee (“Committee”) shall meet to evaluate each responsive Response Technical Proposal in accordance with the requirements and criteria of this RFP. At the Committee’s option, the Proposers may be required to attend an interview session. The Committee may, at its sole discretion, shortlist the proposers and may invite only the shortlisted firms to an interview session.

7. Subsequent to completing its evaluation of the Technical Proposals, the Price Proposal will be opened by the Committee.

8. The Evaluation Committee will calculate the score for each Price Proposal in accordance with the methodology stated in this RFP.

9. The Evaluation Committee, in accordance wit the requirements and criteria of this RFP, will then total the score of each Proposer and record each Proposer’s combined score.

10. The Evaluation Committee forwards its recommendation of the most qualified Proposers to the Town Council inclusive of the ranking of the Responses.

11. The Town Council shall make the final selection of the Proposer and award of the contract.

12. If the Town is unsuccessful in negotiating a Contract with the selected Proposer,

the Town may terminate negotiations with the selected firm and commence negotiations with the next highest ranked Proposer and so on, or may reject all proposals or re-advertise the Services. No proposer shall have any rights against the Town arising out of such negotiations.

Page 27: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

27

Disaster Debris Management and Disposal Services RFP 2015-006

B. Evaluation Criteria

Responses shall be evaluated according to the following criteria and respective weight:

Qualifications, Experience, & Financial Stability Maximum 20 points of the Proposer Qualifications of Project Team, Project Manager Maximum 20 points

& Other Key Personnel, and Resources and Availability

Approach, Understanding & Response Maximum 10 points Operational Understanding and Approach Maximum 10 points Price Proposal Maximum 40 points

In addition to the above, Proposers may be awarded additional points based on Local Preference.

END OF SECTION

Page 28: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

1

Disaster Debris Management and Disposal Services RFP 2015-006

SECTION 7 – RFP RESPONSE FORMS

7.1. RFP INFORMATION FORM

RFP NO. 2015-006: Disaster Debris Recovery and Management Services I certify that any and all information contained in this RFP is true. I certify that this RFP is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a RFP for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of the RFP, and certify that I am authorized to sign for the Proposer’s firm. Please print the following and sign your name: Firm’s Name

Principal Business Address

Telephone

Fax

E-mail address

Federal I.D. No. or Social Security Number

Municipal Business Tax Receipt or Occupation License No.

Name

Title

Authorized Signature

Page 29: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

1

Disaster Debris Management and Disposal Services RFP 2015-006

7.2.1 CERTIFICATE OF AUTHORITY

(IF CORPORATION/COMPANY)

STATE OF )

) SS:

COUNTY OF )

I HEREBY CERTIFY that a meeting of the Board of Directors of the ________________

______________________________________________________________________

a corporation existing under the laws of the State of ________________, held on

___________ ____, 20______, the following resolution was duly passed and adopted:

"RESOLVED, that, as President of the Corporation/Company, be and is hereby

authorized to execute the Response dated, __________________, 20_____, to the

Town of Medley and this Corporation/Company and that their execution thereof,

attested by the Secretary of the Corporation/Company, and with the Corporate Seal

affixed, shall be the official act and deed of this Corporation/Company.

I further certify that said resolution is now in full force and effect.

IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of

the corporation this _______, day of ______________, 20____.

Secretary: _______________________

(SEAL)

FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE

Page 30: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

Disaster Debris Recovery and Management Services RFP 2015-006 1

7.2.2 CERTIFICATE OF AUTHORITY

(IF PARTNERSHIP)

STATE OF )

) SS:

COUNTY OF )

I HEREBY CERTIFY that a meeting of the Partners of the _____________________

______________________________________________________________________

organized and existing under the laws of the State of

____________________________, held on _______________, 20 _______, the

following resolution was duly passed and adopted:

"RESOLVED, that, ____________________, as________________________ of the

Partnership, be and is hereby authorized to execute the Response

dated,______________ 20_______, to the Town of Medley and this Partnership and

that their execution thereof, attested by the ______________

________________________ shall be the official act and deed of this Partnership."

I further certify that said resolution is now in full force and effect.

IN WITNESS WHEREOF, I have hereunto set my hand this _____ day of

______________, 20___

Secretary: _______________________________

(SEAL)

FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE

Page 31: REQUEST FOR PROPOSAL DISASTER DEBRIS MANAGEMENT …€¦ · request for proposal disaster debris management and disposal services rfp no. 2015-006 date issued: august 10, 2o15 closing

Disaster Debris Recovery and Management Services RFP 2015-006 1

7.2.3 CERTIFICATE OF AUTHORITY

(IF INDIVIDUAL)

STATE OF )

) SS:

COUNTY OF )

I HEREBY CERTIFY that as an individual, I __________________________________

(Name of Individual)

and as a d/b/a (doing business as)____________________________________

(if applicable)

_______________________________ exist under the laws of the State of Florida.

“RESOLVED, that, as an individual and/or d/b/a (if applicable), be and is hereby

authorized to execute the Response dated, __________________, 20_____, to the

Town of Medley as an individual and/or d/b/a (if applicable) and that my execution

thereof, attested by a Notary Public of the State, shall be the official act and deed of this

attestation."

I further certify that said resolution is now in full force and effect.

IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of Notary Public this _______, day of ______________, 20____.

NOTARY PUBLIC: _______________________

Commission No.:________________________

I personally know the individual/do not know the individual (Please Circle)

Driver’s License #_______________________

(SEAL)

FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE