City of Melbourne Procurement Division 900 East Strawbridge Avenue Melbourne, FL 32901 Request for Proposals RFP Number: 05-060-0-2016/LT Issue Date: May 10, 2016 Closing Date: June 7, 2016 – 3:00 P.M. (EST) Title of RFP: DISASTER DEBRIS MANAGEMENT & MONITORING SERVICES City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services TABLE OF CONTENTS 1. Introduction 1.01 Purpose and Goal ............................................................................................... 3 1.02 Qualifications....................................................................................................... 3 1.03 Agreement........................................................................................................... 4 1.04 Authority .............................................................................................................. 4 1.05 Competitive Process ........................................................................................... 4 1.06 Proposal Documents ........................................................................................... 4 1.07 RFP Schedule ..................................................................................................... 4 2. Instruction to Proposers 2.01 RFP Point of Contact .......................................................................................... 5 2.02 Questions ............................................................................................................ 5 2.03 2.04 Verbal Instructions .............................................................................................. 5 Pre-Proposal Conference .................................................................................... 5 2.05 2.06 Insurance ............................................................................................................ 6 Receipt and Opening of Proposals...................................................................... 6 2.07 References .......................................................................................................... 6 3. Scope of Services ................................................................................................... 6-23 4. Proposal Evaluation and Selection ..................................................................... 23-24 5. Proposal Content .................................................................................................. 24-28 6. Proposal Submission Requirements ....................................................................... 28 7. Proposal Validity Period ............................................................................................ 28 8. Economy of Presentation .......................................................................................... 28 9. Disposition of Proposals ........................................................................................... 29 10. Award .......................................................................................................................... 29 11. Confidentiality of Proposals ................................................................................ 29-30 12. City Reservations....................................................................................................... 30 13. Performance and Payment Bond.............................................................................. 30 Attachments Form A: Form B: Form C: Form D: Exhibit A: Exhibit B: Proposer Questionnaire ................................................................... 31 Reference Questionnaire ................................................................. 32 Notice of Parties and Binding Authority ........................................... 34 Pricing Schedule .............................................................................. 35 Standard Terms and Conditions for Services .................................. 36 Federal Requirements .................................................................. 41-61 Page 2 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services SECTION 1. GENERAL INFORMATION FOR OFFERORS 1.01 Purpose and Goal The City of Melbourne (hereinafter referred to as the “CITY”) is seeking proposals from qualified firms for disaster debris monitoring management services in accordance with the terms, conditions, and specifications contained in this Request for Proposal (RFP). The CITY has issued a separate RFP for “Disaster Debris Removal Services”. Proposers for this RFP shall not be employed or affiliated with a firm submitting a proposal for Disaster Debris Removal Services. The CITY will not award a contract in response to this RFP to the same firm that is awarded a contract for the related RFP for Disaster Debris Removal Services. 1.02 Qualifications The proposing firm shall have: • • Ten (10) years of experience in Disaster Debris Monitoring Services Familiar with debris removal eligibility criteria outlined in FEMA 325 and 327. Proposers shall have experience in the Federal Highway Administration Emergency Relief Program (FHWA-ER), the Federal Emergency Management Agency Public Assistance Program (FEMA-PA) and other applicable federal, state, and local programs. Personnel: a) Data Manager and Ticket Manager: A Data Manager must have two years' experience working with a relational database management system. The Ticket Manager must have previous experience supervising electronic load ticket processing. Data and Ticket Managers will work under the supervision of the Project Manager. b) Debris Collection Monitors, Exit Site Monitors, Disposal or Tower Monitors, all must have a high school diploma or GED and be adequately trained on debris management operations. c) Field Supervisor: A Field Supervisor must have a minimum of two years' experience in disaster debris management. d) Project Manager. A Project Manager must have a minimum of five years' experience in disaster debris management and have experience supervising Data and Ticket Managers, Field Supervisors and equivalent positions. The Project Manager must be a permanent staff employee of the DMC. Page 3 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services 1.03 Agreement The successful firm will be required to enter into an agreement which will include the requirements of this RFP as well as the Standard Terms and Conditions – Services (Exhibit A). Any exceptions to the standard terms and conditions must be stated in the proposal. Any submission of a proposal without objection to the standard terms and conditions indicates understanding and intention to comply with the standard terms and conditions. If there is a term or condition that the firm intends to negotiate, it must be stated in the proposal. The successful firm will not be entitled to any changes or modifications unless they were first stated in the proposal. The CITY reserves the right to reject any proposal(s) containing exceptions or modifications to the standard terms and conditions. The CITY may revise the stated standard terms and conditions prior to execution. The term of the agreement, if awarded, shall be for an initial 12-month term with the option to renew for two (2) additional twenty-four (24) month terms. 1.04 Authority This procurement is being conducted in accordance with all applicable provisions of the City of Melbourne Code of Ordinances. The specific method of source selection for the services required in this RFP is Code Section 2-577, Formal Proposals. 1.05 Competitive Process Any individual or firm that meets the requirements specified in this Request for Proposal may participate in the competitive process. 1.06 Proposal Documents This document and subsequent addendums, if any, can be downloaded from the City of Melbourne website, http://www.melbourneflorida.org/departments/financialservices/procurement under current solicitations. 1.07 RFP Schedule The following dates represent a tentative schedule of events. The CITY reserves the right to modify these dates at any time, with appropriate notice to prospective Offerors. Issue/Advertise Request for Proposal (RFP) ............................................ May 10, 2016 Last Day for Questions ............................................................................. May 27, 2016 Proposal Due by............................................................... 3:00 pm EST, June 7, 2016 Anticipated Award ...................................................................................... July 12, 2016 Solicitation responses, tabulation and award will be made public in accordance with Florida Statute 119.071 and Florida Statute 286.0113. Page 4 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services SECTION 2. INSTRUCTIONS TO PROPOSERS 2.01 RFP Point of Contact The following person has been designated the Point of Contact for this RFP: Brigitte Bache, Senior Buyer Procurement Division City of Melbourne 900 East Strawbridge Avenue Melbourne, Florida 32901 Telephone: (321) 608-7063 Fax: (321) 608-7070 Email: [email protected] Respondents to this RFP, or persons acting on their behalf may not contact, between the release of the RFP and the end of the 72-hour period following the agency posting the notice of intended award, excluding Saturdays, Sundays, and State holidays, any employee or officer of the CITY concerning any aspect of this RFP, except in writing to the authorized CITY Point of Contact identified in this section. Violation of this provision may be grounds for rejecting a response. 2.02 Questions Proposer inquiries must be submitted in writing via email (preferred), fax, or delivered to the individual and address specified in Section 2.01 on or before the time specified in Section 1.07. “RFP Schedule”. Inquiries must clearly identify the Proposer who is submitting the inquiry. To the extent the CITY determines, in its sole discretion, to respond to an inquiry, such response will be made in writing by addendum and posted to City of Melbourne website at http://www.melbourneflorida.org/departments/financialservices/procurement under current solicitations and on the Procurement Division’s Public Bulletin located in the Procurement office. Questions submitted after the Last Day for Questions as specified in Section 1.07, “RFP Schedule” will not be answered. 2.03 Verbal Instructions No negotiations, decisions, or actions shall be initiated or executed by the Proposer as a result of any discussions with any CITY employee. Only those written communications that are issued from the CITY’S Procurement office shall be considered as duly authorized expressions on behalf of the CITY. 2.04 Pre-Proposal Conference Not applicable to this proposal. However, inquiries regarding clarification to this RFP should be addressed to the Procurement Contact listed in Section 2.01. Page 5 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services 2.05 Insurance A. Contractor shall submit proof of Commercial General Liability, Commercial Auto Liability, Professional Liability, and Worker’s Compensation insurance coverage. B. Proof of Insurance. Contractor shall submit proof of the required insurance to CITY in the form of a Certificate of Insurance or a copy of their policy Declarations page. 2.06 Receipt and Opening of Proposals Sealed proposals must be received by the CITY’S Procurement contact in the CITY’S Procurement office located at 900 E. Strawbridge Avenue, 2nd Floor, Melbourne, Florida 32901, no later than the due date at time stated Section 1.07 “RFP Schedule”. The date/time stamp machine located in the Procurement Division office shall be the official time of proposal receipt. Proposals will be opened in the CITY’S Procurement Office conference room (unless otherwise specified) located at 900 E. Strawbridge Avenue, 2nd Floor, Melbourne, Florida 32901, on the date and at the time shown in Section 1.07, “RFP Schedule”. All timely proposals will be opened for the sole purpose of recording the names only of the Proposers submitting written proposals. Evaluation of proposals will NOT be completed at opening. 2.07 References Proposers shall send Form B, Reference Questionnaire to a minimum of three (3) business references (local, county, or state agencies) listed on Form A, Proposer Questionnaire. The business reference, in turn, is requested to submit the Reference Form directly to the City of Melbourne Procurement Division by the date indicated on the form for inclusion in the evaluation process. The business reference may be contacted for validation of the response. SECTION 3. SCOPE OF SERVICES 3.01 Background The City of Melbourne is located in southern Brevard County, southeast of Orlando on Florida’s east coast. It sits astride the Indian River Lagoon, with a large portion of the City located on Florida’s mainland, and a small portion located on a barrier island. The Indian River Lagoon separates the mainland from the beach side barrier island. Melbourne is 44.92 square miles or 28,749.21 acres in size (as of December 2014) with about 75% of that land in use. The current population of Melbourne is 77,508 (Source: U.S. Census Bureau). In addition to providing services to residents and businesses, Melbourne provides drinking water to a regional area that includes several other municipalities. To accomplish its mission, the CITY employs approximately 1,000 people. Page 6 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services 3.02 Services Being Sought The City of Melbourne is seeking to establish a pre-event contract with a qualified firm to provide disaster debris monitoring management services to ensure that debris removal operations are efficient, effective, and eligible for FEMA Public Assistance grant funding. The contract will be dependent upon the number of disasters and doesn't guarantee or invoke an annual minimum. The awarded disaster debris monitoring management contractor (hereinafter referred to as DMC) shall advise and support the CITY during a disaster recovery effort and shall be responsible for coordinating with and overall monitoring of the CITY’S debris removal contractor(s) (hereinafter referred to as DRC) and recommending efficiencies to improve and expedite DRC recovery work. 3.03 Outcomes Expected General: Monitoring debris removal operations requires comprehensive observation and documentation of the debris removal work performed from point of collection to final disposal. In the event of a disaster or emergency, the DMC shall service the CITY first and be on-call to provide disaster debris monitoring management services necessary to insure the safety and well-being of all residents and visitors to the CITY. Response will be activated only in the event of an emergency and in accordance with an awarded contract. Response activation will be through a Task Order issued by the CITY. The response of the DMC to the disaster recovery process must be immediate, rapid, and efficient with acceptable cost controls, accountability procedures, written reports and submittals to ensure compliance with Florida Department of Environmental Protection (FDEP) regulations, Florida Department of Transportation (FDOT), Federal Highway Administration (FHWA), Florida Department of Forestry (DOF), FEMA reporting requirements and any other federal, state, or local regulation to ensure that the CITY shall have the means to be reimbursed for all eligible disaster recovery costs from the appropriate federal, state, and private agencies. The DMC shall monitor the DRC’s progress and suggest and assist with implementing recommendations to improve efficiency. Contractor and personnel shall stay current with FEMA and FHWA policies and procedures and promptly notify the CITY’S CM or designee as changes occur. Description of Services: The DMC shall provide disaster debris monitoring management services to support the CITY in the management of disaster debris removal & recovery resulting from but not limited to catastrophic events such as tornadoes and hurricanes. When a major disaster occurs or is imminent, the CITY will contact the DMC to advise them of the intent to activate the contract. Monitoring Services will generally be limited to monitoring of debris in, upon, or brought to public streets and roads, right‐of‐ways, municipal properties and facilities, and other public sites. In preparation for an imminent hurricane strike, and/or other natural disaster, monitoring crews may be asked to stage outside the strike area. In this case, the DMC should be prepared to respond immediately after tropical sustained winds have receded to below 40 mph in Brevard County. Page 7 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services Contractor shall be capable of assembling, directing, and managing a work force that can complete the debris monitoring operations in a maximum of 120 calendar days. Contractor shall meet the accelerated debris removal timeframes outlined by FEMA in the Sandy Recovery Improvement Act whenever possible. The DMC shall monitor DRC activities to ensure satisfactory performance. Monitoring includes: verification that all debris picked up is from public property or right-of-way and is a direct result of the disaster; measurement and inspection of trucks to ensure they are fully loaded; on-site inspection of pick-up areas, debris traffic routes, temporary storage sites, and disposal areas; verification that the contractor is working efficiently and in its assigned contract areas; verification that all debris management sites have access control and security. These services will include the following activities but are not limited to: 1. Project Manager Responsibilities: • Ensure a sufficient number of trained debris monitors are available to monitor the "first push", cut and toss debris clearance operations; • Ensure a sufficient number of trained debris monitors are available to monitor all "first pass" and subsequent passes of debris removal and hauling activities; • Provide tower/disposal site monitors to observe and record all debris loads entering the debris management sites; • Provide tower/disposal site monitors to observe and record all debris loads exiting the debris management sites for final disposal; • Provide data entry and document processing personnel if applicable; • Conduct safety meetings with field staff as necessary; • Respond to and document issues regarding complaints, damages, accidents and incidents involving the DMC or DRC personnel and ensure that they are fully documented and reported to the City’s CM or designee. • Coordinate daily briefings with the City and the DRC, daily status reports of work progress and staffing; • Ensure the timely acquisition and retention of documentation of environmental authorizations and or permits for debris management sites and final disposal; • Review and reconcile debris removal contractor invoices submitted to the City, and, • Ensure preparation and submission of interim operations and status reports and a final report, as directed by the City. 2. Field Monitoring Staff Responsibilities: DMC shall provide sufficient trained staff in sufficient numbers to adequately monitor all operations supervised by the Field Managers. Duties of monitors shall include, but are not limited to, the following: • • • Accurately measure and certify truck capacities (recertify on a regular basis). Quality assurance/control of truck certification measurements throughout the life of the project. Provide documentation for all eligible debris removal activities from Federal Aid eligible roadways – first push (cut & toss) and first pass and for second and subsequent passes on all roadways, as directed by the CITY. Page 8 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services • • • • • • • • • • • • • • • • • • • • • • • • 3. Properly and accurately complete and physically control load tickets (in tower and field). Ensure that trucks are accurately credited for their load. Ensure that trucks are not artificially loaded (ex: debris is wetted, debris is fluffed— not compacted). Validate hazardous trees, including hangers, leaners, and stumps. Ensure that hazardous wastes are not mixed in loads. Ensure that all debris is removed from trucks at Debris Management Sites (DMS). Report if improper equipment is mobilized and used. Report if contractor personnel safety standards are not followed. Report if general public safety standards are not followed. Report if completion schedules are not on target. Ensure that only debris specified in the contract is collected (and is identified as eligible or ineligible). Assure that force account labor and/or DRC work is within the assigned scope of work. Monitor site development and restoration of DMS. Report to supervisor if debris removal work does not comply with all local ordinances as well as State and Federal regulations (i.e., proper disposal of hazardous wastes). Record the types of equipment used (Time & Materials contract). Record the hours equipment was used, including downtime of each piece of equipment by day (Time & Materials contract). Disposal Site / Tower Monitors shall observe and record truck quantity estimates of inbound and outbound debris. Exit Site Monitors shall observe that all outbound trucks are fully discharged of their loads prior to exit from DMS. Ensure that accurate, legible and complete documentation is provided through load tickets, truck certifications and/or other logs and reports, as required. Maintain photographic documentation of debris removal trucks and activities, specifically hazardous stump removal process, hangers, leaners or tree removal and/or other special or unusual occurrences in the field. Document and report activities to the CITY which may require remediation such as fuel spills, hazardous materials collection locations, and other similar environmental concerns. Document and report to the CITY damages which occur on public or private property as a result of DRC operations. Document and report to the CITY any violations of FDEP debris site conditions. If FDEP debris site conditions are violated the DMC shall oversee tasks, sufficiently to satisfy the FDEP, performed by the DRC. Site selection for debris processing including: (a) Sand screening (b) Debris sorting (c) Grinding and mulching operations (d) Burning (e) Citizen drop-offs Page 9 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services 4. Environmental studies, collection, and mapping. 5. Data collection/documentation. 6. Management of designated debris staging and processing sites. 7. Review and validate DRC invoices prior to submission to City for processing and payment. 8. Provide other project management services, including emergency communications. 9. FEMA compliance monitoring/audit oversight, and reimbursement support, including but not limited to: (a) Field monitoring (b) Truck and trailer certification (c) Load ticket process development, validation and all accounting services (d) Filing/reporting of documents for FEMA reimbursement process 10. Infrastructure damage and repair assessments. Data Management and Documentation: The DMC shall ensure all necessary documentation is provided to the CITY as follows: 1. Ensure all eligible debris removal operations activities are documented and tracked specific to the FHWA-ER program; the FEMA Public Assistance program or other applicable federal, state or local agencies. 2. Documentation of the number of crews and types of equipment utilized, actual hours of operation and locations of work performed during the time and materials phase of operations. 3. Completion of truck certifications, equipment certifications and establishment of a Quality Assurance and Quality Control (QA/QC) program throughout the life of the project. 4. Load tickets documenting the eligible debris removal and/or disposal activities by the applicable program e.g. FHWA-ER, FEMA PA, other federal, state or local programs, etc. 5. Documentation of eligible hazardous stump removal, hangers, leaners or tree removal which includes photographic records, GPS coordinates street or milepost identifier and/or other information as available and applicable. 6. Environmental authorizations and/or permits as applicable. 7. Daily electronic spreadsheet summaries of cubic yards/tons collected, specified by governing federal public assistance program. The daily summary shall be communicated to the CITY CM or designee. Page 10 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services 8. Production in electronic format (scanned) and paper copies of all documentation for submittal to federal and/or state agencies. 9. Provide certified weigh master if requested. 10. Assist the CITY in creating field maps using GIS or equivalent, as well as track and present contractor progress in GIS, or equivalent. 11. Organize, maintain and provide to the CITY electronic copies of cost justification documentation in a satisfactory manner. All documentation and information related to the project shall be surrendered to the CITY upon completion of the project. Reporting: 1. The DMC shall provide daily status reports, unless otherwise specified, of the debris removal operations, preparation of interim reports (as directed by the CITY), as well as a final report of the debris removal operations. 2. The daily status report shall include at a minimum: the daily cubic yards/tons collected by material and by program (FHWA-ER first pass, first pass on non-federal aid roadways, second and subsequent passes on all roadways), cumulative totals in cubic years/tons by debris type, number of debris removal crews and equipment operating, number of debris monitors in the field, cubic yards/tons by debris type hauled to final disposition and location of final disposal, and total cubic yards/tons hauled to recycling or salvage facilities. 3. An interim status report may be required at the discretion of the CITY. A final report covering the history of the operations; the locations of debris management sites; remediation and debris management site closure activities, including any environmental reports or authorizations generated; and the locations of final disposal sites and permits, recycling facilities and salvage facilities used during operations. The report may include identification of weakness in the operations and recommendations for future debris activities. Electronic Debris Monitoring If DMC utilizes electronic debris monitoring they shall comply with requirements set forth below: 1. Equipment Requirements (a) Data Storage Media – Debris management data will be stored and transferred on encryption protected removable data storage media. All data media will be provided by the DMC. Data must include a unique user ID which identifies the user’s role, limits the user’s ability to collect or validate information, etc. and employs an antitampering mechanism. DMC shall provide media to each person performing a debris mission role that results in data collection, i.e., drivers, ticket managers, etc. Page 11 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services (b) Handheld Units (HHU) - DMC will provide weather proof and shock resistant handheld units (HHU) for recording debris management data in the field. These HHU devices will be capable of writing data to, and reading data from, the removable data storage media. HHUs shall have the capability to determine locations by GPS and the capability to write GPS coordinates to the removable media. The HHUs will perform two functions: (1) Recording of initial load data information, and (2) verification of vehicle certification, and recording of debris type and quantity and (3) All field unites will be operated by stand-alone power sources which will allow the units to perform uninterrupted for a shift. • HHUs capable of recording truck certification data onto driver removable media are used at the truck certification area. Truck certification records will include truck measurements, Truck ID, Driver ID and a digital photograph of the truck and trailers. • HHUs capable of recording user ID information, including a unique user ID, digital photograph and any additional user information required for system operation. • GPS- HHU units shall have integrated GPS capability. GPS readings (accuracy within 3 meters of the HHU) shall automatically be recorded without any additional manual effort each time the HHU unit records and retrieves information related to the debris mission. External GPS units shall have reliable connectivity to the HHU and be rugged and durable. (c) Durable Printer – DMC shall provide a durable printer to print load tickets at the request of the CITY. Once the tower monitor completes the load data entries the information shall be transmitted to the printer. The printer will print a minimum 2 copies of the ticket. Two copies shall be given to the driver (one copy for the driver and the other for the DRC). The HHU should have program flexibility to alter the number of printed tickets. The printed ticket paper and print shall be of a quality that the print is not affected by harsh weather conditions and does not fade over time, nor smear or deteriorate due to moisture or UV rays. All field units will be operated by stand-alone power sources which will allow the units to perform uninterrupted for a minimum of a shift. (d) Server(s) – DMC shall provide computer servers for the storage and maintenance of records. The data contained in the DMC’s database shall be placed on the Internet for controlled use, and be password protected by the DMC. Upon completion of the work, the DMC shall surrender the records to the CITY who shall maintain the official database and records on its government furnished secure server. Access to the CITY server is limited to “Official Use Only”. The CITY server is provided and maintained by the CITY. (e) Back-up equipment – In the event of equipment malfunction, loss or damage, the DMC shall assure a sufficient supply of replacement equipment and personnel are available such that production is not affected. The back-up equipment shall be readily available on-site for rapid distribution. Page 12 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services (f) GIS – GIS mapping shall be provided by the DMC from the most current source(s) available. This information shall be used as a base map to visually illustrate work zones, ticket and tower personnel locations and activities, work progress, historically and/or environmentally sensitive areas, geospatial data and other mission informational needs from the data gathered by the HHUs. (g) Internet Accessible database – DMC will establish a web based database which is updated daily if not real-time. The data shall be accessible, by permission only, to subcontractors, local and state officials and others on a “need to know” basis. Database access will be role-based and no direct access to the data tables shall be allowed, unless approved by the CITY. 2. General Statement of Electronic Debris Monitoring system Parameters (a) The system must utilize an encryption protected removable data storage device. The data storage device will store data collected in the field, such as fields from traditional debris paper load tickets as well as truck certification information. The device must be capable of depicting images and other identifying data. (b) The system must have a database capable of storing all data collected in the field. The DMC shall provide the CITY a copy of the database with a matching structure at the completion of the work unless otherwise specified. (c) The system must include the capability to share database records with contractors, sub-contractors, the CITY, and others via the internet. Data contained in the system must be password protected, implement role-based access controls and must have viewing, printing and editing capabilities. Each contractor, subcontractor and customer must have permissions that allow only them to review and print information specific to their need. The system shall also have the capability to generate reports on all aspects of the debris mission. (d) DMC shall use the HHU to initiate the load data by entering the debris type into the HHU. The driver’s media card will either be swiped or inserted into the HHU and the HHU will write the debris type, pick-up GPS location, address of pick-up if applicable, time, date, truck certification and driver information, and the ticket manager’s unique ID Code onto the removable media. Once the data is written to the media, the Ticket Manager will return the media to the driver. By this action, the DMC verifies the debris meets FEMA and FHWA eligibility requirements, (e) HHUs are used at the debris verification area of disposal site(s) by DMS/Tower Monitor(s). The vehicle driver presents the removable media, which was previously initiated by the field monitor, to the DMS/Tower Monitor(s) located in the disposal site tower(s). DMS/Tower Monitor(s) verify the debris classification is appropriate (vegetative, C&D, mixed, etc., and manually revises, if needed), verifies vehicle(s) and driver information is correct, estimates and enters the load quantity into the HHU. The HHU will automatically extract the information recorded earlier on the smart card and add the information to the tower manager’s HHU including the date, time debris arrives, site ID, GPS readings, load quantity and DMS/Tower Monitor(s) unique ID Code. Page 13 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services (f) All information regarding each debris load will be stored in the HHUs internal memory or on a separate, encryption protected removable media device. The debris load information will be uploaded to the system CITY and DMC databases. Once this information is recorded, the DMS/Tower Monitor(s) HHU will clear the removable media’s debris data for the driver to re-use. (g) The media will retain a running total of the quantity and type of debris hauled by a particular vehicle. All debris load information within the DMS/Tower Monitor(s) HHU will be retained until upload to the database has been accomplished and confirmed by authorized personnel. Direct access to data on the HHU will be restricted to personnel specifically authorized to do so by the CITY. 3. Functional Specifications and System Architecture (a) Ticket/Tower Monitors – Personnel Registration, Administration and Management: The system shall have the capability to manage user roles. The majority of the system users will be either Ticket or DMS/Tower Monitor(s). At a minimum, the system must have the following capabilities: • • • • • • • • • A means to create encryption protected electronic media with unique User ID, digital photograph, user roles and other identifying data Electronic registration of ticket/tower monitor Link designated ticket/tower personnel roles to a specific mission The ability to edit ticket/tower personnel roles i.e., create, update and delete Store ticket/tower personnel contact information relative to the mission Track and Manage ticket/tower personnel role and status Assign and track equipment assigned to the user Reject invalid ticket/tower personnel credentials Reject invalid certification credentials (b) Truck Certification: The system shall have the capability to record truck and trailer certification data. Truck certification is used to register authorized debris hauling vehicles and equipment. At a minimum, the following must be included: • • • • • • • • • • • • • • • A means of electronically registering authorized vehicles and equipment Link electronic registration to digital images Generate unique ID’s for authorized vehicles and equipment Utilize uniform measurements e.g. feet and inches Capture vehicle volume Utilize industry standard equations for all volume calculations Capture drivers and certification team member unique identification number A means to create encryption protected electronic driver removable media with unique truck ID, digital photograph, truck and /or trailer measurements, vehicle volume, and other identifying data Ability to depict image and other identifying data Ability to contain counter area for total cubic yards hauled Provide anti-tampering mechanism Capability to recertify vehicles Recertified vehicles must be recorded in an audit table Certification data must be associated to authorized system user Reject media which are not associated with current event and applicant Page 14 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services • Capture vehicle audit records • Create a printed certification record • Administrative reporting capabilities (c) Right-of-Way (ROW) Debris Management: ROW transactional data must be captured, stored, validated, audited, reported and transmitted to mission managers, haulers and applicants. At a minimum, the application must exhibit the following characteristics: • • • • • • • • • • • • Allow creation of point of origin load data on encryption protected driver media when position is known and credentials have been authenticated Capture date and time and other relevant point of origin data Validate media is present in system and configured to receive data Designate debris type Designate debris location as Federal Aid or Non-Federal Aid Designate first pass and subsequent passes Write point of origin load data using encrypted storage algorithms Associate ticket/tower personnel credentials with point of origin load data Acknowledge successful card write via display status message Provide user configurable time option for GPS audit Detect current location using GPS and store data to secure memory location Provide capability to add digital image if debris is other than vegetative or C&D (d) DMS Management: Completed ROW, and per-unit point of origin transactions must be received at the approved disposal site. Transactions are not considered complete until they are processed thru the receiving applications. At a minimum, the system must provide the capability to: • Accept site configuration data at the beginning of each work day • Dynamically configure receiving application based on site configuration data • Display certification data and photo from driver smart card so that ticket/tower personnel can perform a field audit of truck/trailer to assure data matches certification and placard number • Accept loads where: - Mission and applicant are valid - Media authentication data is valid and unaltered - Media contains valid load data • Designate debris type • Record debris volume (based on unit of measure) • Receive volume or per unit loads • Identify original load data • Identify duplicate load data • Configure number of hard copies • Create load data record in internal storage • Create backup copy of internal storage • Prepare driver media for next load • Increment driver smart card based on total CY counter value • Continuously calculate and present real-time disposal site statistics • Re-print load ticket data • Interface with durable outdoor printer Page 15 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services • • Preserve in its original state, and then transmit daily transaction data Associate ticket/tower personnel credentials with each received load (e) Field Administrative Functions: The system must have the capability to perform administrative duties in the field. Requirements include the capability to edit user roles, verify vehicle audit information, display real-time collection volumes, and review ticket/tower personnel GPS audit logs. At a minimum, the system must provide the capability to: • • • • • • Change ticket/tower personnel identification badge roles and responsibilities Review media total CY counter value Audit vehicle certification data Validate/Invalidate smart cards Reinitiate security sequence for ticket/tower personnel or media In tabular format, display the results of ticket/tower GPS audit files by limiting access to the internet data or by the CITY secure server (f) Data Consolidation and Analysis/Reports Generation: Transactional data must be summarized, validated, presented and audited to provide an overall status of mission performance. The system must facilitate billing, error reporting, performance tracking and graphical data preparation. At a minimum the Data Consolidation/Data Storage and Data Analysis/Reports tools must provide the capability to: • • • • • Accept transactional data sets from multiple debris location systems Recognize multiple mission/applicant configurations Grant access to authorized authenticated users or processes Contain a master record of: - Roles and responsibilities - Ticket/tower personnel credentials and other data - Certification credentials and other data - Mission data - Applicant data - Geospatial data o Street centerlines o CITY outlines o Population and demographic o Elevation o Wetlands delineation o Historic and Environmentally Sensitive areas o Debris work zones o Parcel data o Land use o FEMA flood zones Graphically depict: - Load locations by contractor - Load locations by subcontractor - Load locations by driver - Load locations by ticket/tower personnel - Load locations by date range - Load locations by zone Page 16 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services • • • • • • • • • • • • • • • • • - Load locations by municipality - Load locations by applicant - Load locations by mission - Load locations by debris type - Load locations by disposal site - Load locations by Federal, state and private roads - Load locations by land use - Load locations by disposal site Thematic mapping techniques to distinguish different data by color and/or symbol Identify data attributes for a single point of data Select one or many points of data Calculate operational efficiency statistics such as: - Trip turnaround time - Trip distance to disposal site (straight line projection sorted by 0 -15 miles, 16 – 30 miles, 31 – 60 miles and greater than 61 miles) - Average container fill percentage - Average DMS/Tower monitor load call - Load call trend data e.g., by tower managers, contractor, sub-contractor, driver, etc. Dynamically configure user interface in response to point data selection to limit user authorities Multiple data selections generate tabular data reports Filter mechanisms to highlight geospatial data Control data access using role based security User interface and access to underlying system data must dynamically configured at run time through the presentation of appropriate user credentials Manage data ownership Provide access based on security role model Identify and distribute “owned” transactional datasets to limit internet access to the website data to view only “viewers” data Prevent distributed data from being reprocessed for billing purposes Identify billing data sets based on parameters such as: - Time/Date - Contractor/Subcontractor - Debris type - Debris disposal method (haul-in, reduction, open burn, incineration, haul-out, leave in place, etc.) - Haul distance Route billing data sets via defined and customizable workflow rules Approved billing data sets Communicate general event status e.g.: - Total CY hauled (by debris type) - Total CY by disposal site - Total CY by contractor/subcontractor - Total CY by work zone/sector - Total CY by municipality - Total CY by Federal, state and private roads - Total CY by certified vehicle Page 17 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services • • • - Number of vehicles utilized - Number of ticket/tower personnel resources assigned Manage user roles, responsibilities and passwords Prevent modification to original data by unauthorized or unauthenticated users Insert audit records into audit tables for all insertions, modifications, and deletions to original data (g) Field Architecture – The field based system must be characterized by the following general statements of direction with respect to construction, operability, supportability and security. At a minimum, the system must: • • • • • • • • • • Require user authentication credentials Display current version at application start-up Synchronize with Greenwich Mean Time (GMT) for all date/time fields System must utilize location specific configuration data to initiate a warm start sequence for global positioning system System must remain in a ready state by default Acknowledge successful card write via display status message Create identification structures which utilize encryption technologies Employ anti-tamper and anti-tearing methods and technologies Where applicable, utilize 3 DES data encryption technologies to protect data Perform validation and checksum (a running production total of cubic yards or appropriate payment capacity) stored on each debris vehicle’s removable media) (h) Back-office Architecture – At a minimum, the back-office applications must be characterized by the following general statements of direction with respect to construction, operability, supportability and security: • • • • • • • • Utilize relational database technology Employ geospatial analysis tools for data visualization Enable audit ability for: - Data insertion - Data modification - Data deletion Prevent field and row level data deletion All access to data must be controlled Store certification and other identification data using encrypted relational technology Reside in a secure internet environment Preserve base transactional data in its original state prior to processing or consolidation with other data (i) Initial Startup Procedure For Debris Removal – Debris missions are critical to emergency response and the DMC should be adequately prepared to respond. Page 18 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services Meetings/Communications: 1. Conduct daily meetings with the CITY and the DRC. 2. Conduct field meetings as needed. 3. Provide phone consultations and reference information to CITY staff upon request Permits: DMC shall: 1. Assist the CITY with any permit applications and coordination with environmental agencies, clarifying and resolving any compliance issues; 2. Assist the CITY with any pre or post-sampling of soil and groundwater, and, 3. Monitor compliance by the DRCs to any permit requirements. Community Relations Support Services: In addition, the DMC will be required to provide comprehensive community relations support during all phases of the disaster debris recovery including but not limited to: 1. 2. 3. 4. 5. 6. Providing the CITY with comprehensive progress reports Damage complaint investigations and resulting resolution reports Media relations Preparing any necessary audio/visual products, including fact sheets Establishing telephone call centers Participating in public meetings Other Related Services: 1. Perform damage assessments to determine areas impacted, and quantities and types of debris. 2. Training of selected CITY staff in essential debris management, monitoring, and collection functions to ensure appropriate interface with contractors, county, state, and federal agencies as directed by the CITY’s CM or designee. Additional Services - Services not specifically identified in any written agreement derived from this request may be added to the agreement upon mutual written consent of the contracting parties without further competition. 3. Page 19 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services Annual Services: DMC shall provide the following annual services at no additional cost to the CITY: 1. Attend one (1) meeting annually for pre-event planning. 2. Prepare and present at the annual meeting, a written plan of operations to the CITY, including a clear description of the percentage of work DMC may subcontract out and a list of subcontractors. 3. Review and visit with CITY staff, the DMS location(s) to be used (as applicable). Monitoring Locations: Anticipated locations to be monitored: 1. 2. Public rights-of-way within the City of Melbourne Debris Management Site(s) Potential DMS sites: a) Doug Connor, Inc. Washington Drive, Melbourne, FL GPS coordinates: Lat 28:10:16/73 / Long 80:42:30.18 b) Carlyle Platt Partnership, LLP GPS coordinates: Lat 28:4:25.05 / Long 80:43:54.7 c) Melbourne International Airport GPS coordinates: Lat 28:7:1.96 / Long 80:38:13.51 Invoicing/Payment: 1. DMC shall submit invoices on a monthly basis to the CITY. 2. DMC shall ensure all contract quantities for both DRC and DMC are documented and recorded according to current federal requirements, including but not limited to FHWAER actual costs incurred (cradle to grave) for work conducted on First Push and First Pass Federal Aid roadways, including time at disposal sites estimating loads on incoming and outgoing debris loads. 3. For Non-Federal Aid eligible roadways FEMA PA program actual costs incurred (cradle to grave) for work conducted on non-Federal Aid eligible roadways First Push, First Pass, and second and subsequent passes. DMC invoices shall delineate between hours spent on FHWA vs. FEMA reimbursed tasks. 4. Maintain a database of all contract quantities and perform DRC invoice verification for the CITY and resolving any discrepancies that may exist. . 5. All invoices shall be submitted in an acceptable format to the CITY in an electronic and hard copy format with daily reports as supporting documentation. The invoices shall be submitted in accordance with federal, state, and local rules, regulations, and laws. Page 20 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services 6. Payment Schedule - Invoices will be processed for payment only after approval by the CITY’s CM or designee. Approval for payment shall not be granted until appropriate deliverables are received and determined to be correct, accurate and consistent by the CITY’s CM or designee 7. All labor rates are to be fully burdened to include all taxes, benefits, handling charges, equipment, mileage, rentals, per diem, housing, reproduction, clerical/administrative tasks, record keeping tasks, reporting tasks, quality control, overhead, profits and any other expenses necessary to the execution of a contract to be developed as a result of this RFP. 8. No administrative, reporting and/or clerical expenses will be paid. Administrative, reporting and/or clerical expenses are to be burdened to labor rates for the Project Manager, Supervising Monitors, Loading Site Monitors, Debris Management Site Monitors, Roving Debris Monitors. Billable time shall be limited to hours when debrishauling trucks are in operation. The CITY’s CM or designee shall determine the hours of truck operation and shall specify a starting time for truck operation. The ending time of truck operation shall be determined by the truck load tickets. 9. All load tickets, forms, reports and other deliverables shall be accurately and correctly submitted in the initial instance of submittal. The DMC shall not bill and shall not be paid for time spent by any personnel to correct a load ticket, form, report, or other deliverable. 10. No overtime rates will be paid. 11. Final invoice shall be submitted to the CITY no later than thirty (30) calendar days following final acceptance of the individual task requested by the CITY. 12. Payment of expenses considered incidental to the execution of the contract are at the sole discretion of the CITY. Examples of such expenses include but are not limited to the following: radio and/or television advertising, mass mailings, hanging of doorknockers, and roadside signs. Typically, those expenses related to public information on a citywide basis would be considered incidental. Furthermore, a test the CITY will use in determining if an expense is considered incidental is how easily the expenses could have been foreseen by the CITY or DMC. The more difficult to predict the expense(s), the more likely the expense will be considered incidental to the contract and paid separately from the contract. The CITY reserves the right to be the sole judge in determining if an expense is considered incidental to the execution of this contract. FEMA SUPERCIRCULAR 2CRF Chapter II, Part 200 et al: Compliance with FEMA SuperCircular “2CFR Chapter 2, Part 200 et al.” is required. Links to the FEMA Super Circular are listed below: http://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/Title02/2cfr200_main_02.tpl https://www.gpo.gov/fdsys/pkg/FR-2013-12-26/pdf/2013-30465.pdf Page 21 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services Definitions: 1. City Contract Manager (CM): The City’s Debris Contract Manager is the Director of Public Works & Utilities Administration. 2. Data Manager: Manager of data collected from monitoring operations and employed by the DMC. 3. Debris Removal Contractor (DRC): Contractor(s) under contract with the City to remove storm deposited debris according to state and federal guidelines. 4. Debris Management Site (DMS): A Florida Department of Environmental Protection authorized site where debris is stored, reduced, burned, grinded, or sorted. Debris resides at the site for a relatively short period prior to final disposal. 5. Disposal Site/Tower Monitor: Employee of DMC assigned to the debris management site to monitor DRC performance. Duties include, but are not limited to, ensuring the debris is eligible, to quantify and accurately document debris loads consistent with FEMA and FHWA guidelines. 6. Debris Monitoring Contractor (DMC): Debris monitoring contractor, including employees, partners, principals, agents and assignees who are a party to the agreement for the purposes of providing services. 7. Eligible Debris: As determined by FEMA Section #325 Debris Management Guide means debris resulting from a Presidentially declared disaster whose removal, as determined by the City Manager or his designee, is in the public interest because it is necessary to (1) eliminate immediate threats to life, public health and safety; (2) eliminate immediate threats of significant damage to improved public or private property; or (3) ensure economic recovery of the affected community to the benefit of the community at large. 8. FDEP: Florida Department of Environmental Protection. 9. FDOT: Florida Department of Transportation. 10. FEMA (Federal Emergency Management Agency): A funding source to the City through the State of Florida, for activities during an event declared a disaster by the President of The United States. 11. Field Supervisor: Employee of the DMC who oversees field monitor crews. 12. Field Monitor: Employee of the DMC who oversees the DRC’s debris removal activities and issues load tickets. Page 22 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services 13. FHWA (Federal Highway Administration): The FHWA, through the Emergency Relief Program administered by the Florida Department of Transportation, is a federal funding source for work on Federal-Aid (“on-system”) roadways and facilities. 14. Project Manager (PM): Employee of the DMC who functions as the primary point of contact for the City and is responsible for the overall project management and coordination of the debris monitoring services. SECTION 4. PROPOSAL EVALUATION AND SELECTION CRITERIA 4.01 Proposal Evaluation The City of Melbourne will review all qualified responses to this RFP and select the proposal that is determined to be in the best public interest in accordance with the intent of this RFP. All proposals will first be screened for adherence to the requirements of this RFP. The CITY will not consider non-responsive proposals. A non-responsive proposal is a proposal that was not timely submitted or fails to meet the material terms and conditions of this RFP as determined by the CITY. The CITY reserves the right to waive any informality in any proposal and to accept any proposal which it considers to be in the best public interest, and to reject any or all proposals. The decision of the CITY shall be final. 4.02 Selection Criteria The Proposals received in response to this RFP will be evaluated and ranked, by the Proposal Evaluation Committee in accordance with the process and evaluation criteria contained below. Responses will be evaluated in light of the material and substantiating evidence presented in the response, and not on the basis of what is inferred. After thoroughly reading and reviewing this RFP, each Evaluation committee member shall conduct his or her independent evaluation of the proposals received and grade the responses on their merit in accordance with the evaluation criteria set forth in the following table. Point assignments for each evaluation criterion will be at the discretion of each Evaluation Committee member. Tota l Point assignments from each Committee member will be added together for a total overall score. This total score for each Proposer will determine the order of the Proposer’s ranking. Max Points SELECTION CRITERIA A B C D E Qualifications/Experience Resources and Availability Project Approach & Management FEMA Reporting & Reimbursement Compensation Total 20 20 15 20 25 100 Page 23 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services If presentations are requested, for evaluation purposes, presentation points assigned will stand alone. The maximum presentation points a Proposer can receive is 5 points. The Proposers selected for interviews under this section will be notified in writing of the date and time for presentation, The Proposers’ presentations shall be based solely upon information provided in each Proposer’s original proposal. No new information may be presented. SECTION 5. PROPOSAL CONTENT Proposals submitted in response to this RFP should follow the format described below. You are asked to respond fully and accurately to all questions/requests. Proposals should be organized, tabbed by letters below and shall respond to each of the Criterion listed below in the same order listed. ORIGINAL PROPOSAL SHALL BE EASILY REPRODUCIBLE. DO NOT BIND OR STAPLE ORIGINAL. ALL PROPOSAL COPIES SHALL BE SUBMITTED IN BINDERS. The failure of any Proposer to provide detailed information regarding proposal content may result in the reduction of points in the evaluation process. Provide clear, detailed responses to each criterion below: A. Qualifications/Experience Describe your firm’s qualifications and experience for providing the City of Melbourne the requested services. Include in your response: 1. General information about your firm including the location of the principal office and/or significant branch offices, which office would be directly responsible for the contract, if awarded, number of years providing these services, and number of staff your firm employs. 2. Identify the Project Manager and list of other key personnel to be used in a resulting agreement, which shall include names and resumes. All such positions and their purpose or role in the monitoring operations shall be identified. 3. Organizational Structure and Chain of Command Chart 4. Provide demonstrated knowledge, experience, and expertise in all requirements and regulations established by the Federal Emergency Management Agency (FEMA) and reimbursement rules and procedures, Federal Highway Administration (FHWA), Florida Department of Transportation (FDOT), Natural Resources Conservation Service (NRCS), U.S. Army Corp of Engineers (USACE), Federal Aid Construction requirements, and any other governmental agency with jurisdiction over the scope of services described in this RFP. Page 24 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services 5. Past Performance – Provide list of firm’s disaster debris monitoring projects completed within the past 10 years (include all projects within the State of Florida) that are the same or larger to the magnitude for this RFP, including the public agency, their contact information, FEMA contacts, name of the project, and dollar value. 6. Documentation of past safety performance. Include company’s safety log summaries to the OSHA and those of proposed subcontractors for 2013, 2014, and 2015 calendar years. 7. Describe the types of problems your firm has encountered on similar projects, and explain what your firm did to resolve the problems and what steps were taken to avoid such problems on future projects. 8. State your firm’s bonding capacity. Attach letter from your firm’s bonding company stating its rating and the maximum amount in which your firm can be bonded. 9. List of all closed, active, and pending FEMA disputes, audits, or lawsuits, and the judgment or outcome of each, involving the corporation, partnership or individuals with more than ten percent (10%) interest that are related to the services to be provided under this RFP. 10. List and provide an explanation of all unrecovered FEMA reimbursements that occurred on Disaster Debris Monitoring projects for which the Proposer served as the primary contractor during the last five (5) years. 11. Provide a list of any contracts that have been terminated unfavorably or that have been unsuccessful within the past five (5) years. Explain the reason for termination and include contact names, titles and phone numbers/email addresses. 12. Provide a statement of any litigation or regulatory action that has been filed against your firm(s) in the last three (3) years. If an action has been filed, state and describe the litigation or regulatory action filed, and identify the court or agency before which the action was instituted, the applicable case or file number, and the status or disposition for such reported action. If no litigation or regulatory action has been filed against your firm(s), provide a statement to that effect. B. Resources & Availability This section shall clearly define the availability of the Proposer’s managers and key personnel, as well as demonstrate the Proposer’s financial capability. At a minimum, the Proposer shall provide the following: 1. Provide all proposed staffing (administrative and field). Include personnel by title and quantities generally provided per each DMS, in the field, etc. The Proposer must provide reasonable assurance that the identified personnel will be available to work on future projects. Page 25 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services 2. Subcontractors – provide list of subcontractors and the percentage of work to be performed by each one. Indicate participation by local subcontractors. 3. Equipment – provide details of firm’s fleet, inventory of equipment and supplies that will be available following a disaster event. Include location of warehouse(s) used to store firm’s equipment and supplies. The CITY expects that the supporting equipment will be sufficiently maintained so as to be available to operate in a safe and reliable manner. 4. Provide an estimate of the current workload and future commitments to other emergency response contracts both in man-hours per years and a percentage of total workload for all key project personnel. 5. Current Contracts – Provide list of all of the firm’s contractual obligations within Florida for similar disaster debris monitoring services. Include name of public agency, their contact information, FEMA contacts (if available). Describe firm’s ability to manage activation of multiple contracts. Provide reasonable assurance that such contracts will not interfere with or preclude the awarded firm from responding to the CITY with firm’s full force of manpower and equipment. 6. Provide 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 and the latest D & B report. C. Project Approach & Management The information presented shall be in enough detail to enable the CITY to ascertain the Proposer understands the effort to be accomplished and should essentially outline the steps in the total services proposed. 1. Provide your firm’s procedures for disaster debris monitoring including but not limited to: • • • • • • • • • Mobilizing procedures (including subcontractors). Provide breakdown of time required to perform each associated task. DMS monitoring procedures, including, truck capacity monitoring, truck load verification, ineligible debris, C & D debris, hazardous waste, HHW, ewaste, white goods, wet debris, soil/mud/sand, vehicles/vessels, putrescent debris, infectious waste, chemical/biological/radiological/nuclear contaminated debris, site safety plan Tracking source location, debris type, and documentation to CITY and FEMA. Managing subcontractors and field staff Specialized debris removal services Employee Training Program Health and Safety program Data management Incident Reporting Page 26 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services • • • • • • • • • • • • Quality Control program Vehicle certification procedures Complying with requirements of FEMA, FHWA, FDOT, NRCS, USACE, Federal Aid Construction and any other governmental agency with jurisdiction Load tickets and associated reporting processes Documenting, tracking, and resolving issues or damages Documenting, tracking and resolving complaints Reporting (daily progress reports, etc.) DRC invoice reconciliation and data management Communications during a disaster event recovery Demobilization Audit support Electronic debris monitoring system details (if proposed) 2. Provide additional pertinent information as needed. 3. Describe materials and assistance needed from the CITY. D. FEMA / Other Government Agencies with Jurisdiction - Reporting and Reimbursement Describe firm’s reporting and reimbursement management program. E. Compensation Provide compensation schedule on Attachment D. The hourly rates shall be fully burdened to include all costs, all applicable overhead and profit (including lodging, meals, and transportation). D. Insurance Provide a copy of current insurance certificates or policy declarations’ page. The CITY will require the firm with which a contract is established, prior to commencement of work, to provide evidence of appropriate general liability, auto liability, professional liability (errors and omissions), and workers compensation insurance coverage via a certificate of insurance or copy of policy declaration pages. Describe how you would provide same and in what coverage amounts. E. Conflict of Interest Please list any political contributions of money, in-kind services, or loans made to any member of a city council within the last three years by the firm and any of its agents or employees assigned to this project. F. References Provide three professional references from projects as similar as possible to the proposed project. Include with each, the name, address, email address and work telephone number of the reference as well as a brief description of the nature of the professional association. Page 27 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services G. Exceptions Provide all exceptions to RFP terms and condition (cite specific RFP sections applicable to each exception). These exceptions shall be considered to be negotiable items and any final agreements will be in addition to the CITY’S Standard Terms and Conditions included in this RFP as EXHIBIT A, as well as any future terms and conditions incorporated via Addendum to this RFP. SECTION 6. PROPOSAL SUBMISSION REQUIREMENTS Please submit one sealed original and four (4) sealed copies of your proposal accompanied by a transmittal letter signed by an authorized principal of the firm. Only the original submittal needs to contain original signatures. The copies should be on 8 1/2“x 11”, with a font size no smaller than 10. Sealed Proposals should be marked “RFP 05-060-0-2016/BB – “Disaster Debris Management and Monitoring Services” and should plainly identify the Proposing Company’s Name. Proposals must be received no later than the Proposal Due Date and Time specified in Section 1.06 of this RFP and may be delivered by U.S. Mail, parcel delivery, or by hand to the address below. City of Melbourne Procurement Division 2nd Floor, City Hall 900 East Strawbridge Avenue Melbourne, FL 32901 Proposals or amendments to proposals that arrive after the due date and time will not be accepted or considered for any reason whatsoever. Telephone, including facsimile and electronic mail proposals shall not be accepted at any time. If the Proposer elects to mail in its proposal package, the Proposer must allow sufficient time to ensure the CITY’S proper receipt of the Proposal package by the time specified above. Regardless of the delivery method, it is the responsibility of the Proposer to ensure that the Proposal package arrives at the CITY’S Procurement Office by the proposal due date and time. Proposals will be accepted up to, and no proposals may be withdrawn after, the deadline for proposal due date and time. SECTION 7. PROPOSAL VALIDITY PERIOD Any submitted proposal, shall in its entirety, remain a valid proposal for one hundred twenty (120) days after the proposal submission date. Any proposal on which the Proposer shortens the time for acceptance may be rejected. SECTION 8. ECONOMY OF PRESENTATION The CITY is not liable for any costs incurred by responding to this RFP Page 28 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services SECTION 9. DISPOSITION OF PROPOSALS All proposals become the property of the CITY, and the CITY shall have the right to use all ideas, and/or adaptations of those ideas, contained in any proposal received in response to this RFP. Any parts of the proposal or any other material(s) submitted to the CITY with the proposal that are copyrighted or expressly marked as “confidential”, “proprietary”, or “trade secret”, will be exempted from the “open records disclosure requirements” of Chapter 119, Florida Statutes, but only to the extent expressly authorized by Florida law. The CITY’S selection or rejection of a proposal will not affect this exemption. SECTION 10. AWARD It is the intention of the CITY to select the best-submitted proposal without further submittals or presentations. If this cannot be done, the CITY will select those proposals that appear most suitable under the selection criteria, and from that group will request additional information or presentations so that the best proposal can be selected. The CITY will negotiate the terms of the final agreement with the Offeror determined to have submitted the best proposal under the selection criteria. Award of an agreement to that Offeror is dependent on successful negotiations of the final terms of the agreement If negotiations fail, the CITY may negotiate with other Offerors for award of the agreement or terminate this solicitation without liability to any person. SECTION 11. CONFIDENTIALITY OF PROPOSALS All proposals submitted to the CITY are subject to public disclosure pursuant to Chapter 119, Florida Statutes, except as described in Section 119.071. All Proposers should be aware that the RFP and the proposal responses thereto are in the public domain will be available for public inspection and copying thirty (30) days after opening of the proposals or until a recommendation of award is made, whichever comes first. All proposals received in response to this RFP become the property of the City of Melbourne and will not be returned. In the event of an award, all documentation produced as part of the contract will become the exclusive property of the CITY. If you believe that your proposal contains trade secrets or confidential commercial and financial information that you do not want to be made public, please include the following sentence on the cover page of each copy of the proposal: “This proposal contains trade secrets and/or confidential commercial or financial information that the Offeror believes to be exempt from disclosure under Florida’s Public Records Law. The Offeror requests that this information not be disclosed to the public, except as may be required by law.” In addition, you must specifically identify what you consider to be trade secret information or confidential commercial and financial information on each page of the proposal on which it appears and you must provide the specific statutory citations for such exemptions. In addition, you must include the following sentence on each page which you are requesting exemption: Page 29 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services “This page contains trade secrets and/or confidential commercial or financial information that the Offeror believes to be exempt from disclosure under Florida’s Public Records Law, and which is subject to the non-disclosure requested on the cover page of this proposal.” Note: An entire proposal cannot be identified as “PROTECTED”, “CONFIDENTIAL” or “PROPRIETARY” and may be considered non-responsive if marked as such. SECTION 12. CITY RESERVATIONS The CITY reserves the right to: 1. Modify, waive, or otherwise vary the terms and conditions of this RFP at any time, including but not limited to, deadlines for submission and proposal requirements. 2. Waive irregularities and informalities in the proposals. 3. Reject or refuse any or all proposals. 4. Cancel and withdraw this RFP at any time. 5. Negotiate with any or all Offerors in order to obtain terms most beneficial to the CITY. 6. Accept the proposal which, in its sole and absolute discretion, best serves the interest of the CITY. The decision of the City shall be final. SECTION 13. PERFORMANCE AND PAYMENT BOND The CONTRACTOR shall furnish to the City, prior to the commencement of operations, a Performance and Payment Bond in an amount equal to the value established within an issued Purchase Order and/or Task Authorization, which bond shall be conditioned upon the successful completion of all work, labor, services, materials to be provided and furnished, and the payment of all subcontractors, materials and laborers. If the value of the contracted work increases, the CONTRACTOR shall be required to provide an updated Performance and Payment Bond in an amount equal to the new value. Page 30 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services FORM A: PROPOSER QUESTIONNAIRE Company Name: Street / PO Box: City: State: Phone: Fax: Zip: E-Mail: Website (if applicable): Contact for this Lease: Phone: Title: Fax: Please select your organization type: E-Mail: Sole Proprietor Partnership Corporation Joint Venture Other Number of years in business under company’s present name: Federal Tax ID # Are you certified with the Florida Secretary of State to conduct business? (Check One) YES: NO: If operating under a fictitious name, submit evidence of compliance with the Florida Fictitious Name Statute. Are you properly licensed/certified by the State of Florida to perform the specified work? YES: NO: Not Applicable: ATTACH COPY OF ALL APPLICABLE LICENSING/CERTIFICATION DOCUMENTS Are/will you be properly insured to perform the work? YES: NO: Have you ever defaulted or failed on a contract? (If yes, attach details) YES: NO: List at least three (3) references. (Include those whom you have provided services to in the past five years.) 1. Company: Contact Person: Phone: Title: Fax: E-Mail: Describe Nature of Reference: 2. Company: Contact Person: Phone: Title: Fax: E-Mail: Describe Nature of Reference: 3. Company: Contact Person: Phone: Title: Fax: E-Mail: Describe Nature of Reference: The undersigned swears to the truth and accuracy of all statements and answers contained herein: Authorized Signature: Date: Page 31 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services FORM B REFERENCE QUESTIONNAIRE _______________________________________________________________ (Name of Business Requesting Reference) This form is being submitted to your Company for completion as a business reference for the company listed above. This form is to be returned to the City of Melbourne, Florida Procurement Division, via facsimile at (321) 608-7070 or email to [email protected] no later than 5:00 p.m. ET, June 6, 2016 and MUST NOT be returned to the company requesting the reference. For questions or concerns regarding this form, please contact the City of Melbourne, Procurement Division, by telephone (321) 608-7060. Company Providing Reference Contact Name and Title/Position Contact Telephone Number Contact Email Address Questions: 1. In what capacity have you worked with this company in the past? If the Company was under a contract, please acknowledge and explain briefly whether or not the contract was successful. Comments: 2. How would you rate this Company’s knowledge and expertise? 3= Excellent 2= Satisfactory 1= Unsatisfactory 0= Unacceptable Comments: 3. How would you rate the Company’s flexibility relative to changes in the scope and timelines? 3= Excellent 2= Satisfactory 1= Unsatisfactory 0= Unacceptable Comments: Page 32 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services 4. What is your level of satisfaction with hard-copy materials, e.g. reports, logs, etc. produced by the Company? 3= Excellent 2= Satisfactory 1= Unsatisfactory 0= Unacceptable Comments: 5. How would you rate the dynamics/interaction between the Company and your staff? 3= Excellent 2= Satisfactory 1= Unsatisfactory 0= Unacceptable Comments: 6. Who were the Company’s principle representatives involved in providing your service and how would you rate them individually? Would you comment on the skills, knowledge, behaviors or other factors on which you based the rating? (3= Excellent; 2= Satisfactory; 1= Unsatisfactory; 0= Unacceptable) Name: Name: Name: Name: Rating: Rating: Rating: Rating: Comments: 7. With which aspect(s) of this Company’s services are you most satisfied? Comments: 8. With which aspect(s) of this Company’s services are you least satisfied? Comments: 9. Would you recommend this Company’s services to your organization again? Comments: Page 33 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services FORM C NOTICE OF PARTIES AND BINDING AUTHORITY The following information is required if Proposer shall be awarded an agreement with the CITY. Please complete this form and submit with proposal. Notice to Parties A. Notice to the CITY regarding terms and conditions of the Agreement and changes in address/addressee shall be directed to the CITY Procurement Contact as identified section 2.1 of the RFP. Notice and communication with the CITY regarding the Services shall be directed to the CITY Department Contact. Payment to CITY shall be directed to CITY of Melbourne, Accounts Receivable, 900 East Strawbridge Avenue, Melbourne, Florida 32901. B. Notice and communication and changes in address/addressee to the awarded firm shall be directed to: Firm Name: ___________________________________________________ Contact Person Name:____________________________________________________ Mailing Address: ________________________________________________________ ________________________________________________________ Email Address:_________________________________________________________ Phone Number:_________________________________________________________ C. Notice of default or notice of termination of Agreement shall be made in writing and delivered in person or dispatched by certified mail, postage prepaid, return receipt requested and shall be addressed as follows: Firm Name: ___________________________________________________ Contact Person Name:___________________________________________________ Mailing Address: ________________________________________________________ ________________________________________________________ A party may unilaterally change its address or addressee by giving notice in writing to the other party as provided in this section. Thereafter, notices and other pertinent correspondence shall be addressed and transmitted to the new address. Binding Authority The individual submitting this proposal must have binding authority to submit contracts on behalf of the responding company. Provide name and address of person who will execute the contract if awarded the proposal. Firm Name: ___________________________________________________ Contact Person Name:____________________________________________________ Mailing Address: ________________________________________________________ ________________________________________________________ Page 34 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services FORM D PRICING SCHEDULE See Excel Spreadsheet issued with this RFP. Page 35 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services EXHIBIT A STANDARD TERMS AND CONDITIONS FOR SERVICES Page 36 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services Std Version 7/31/2015 Services EXHIBIT A STANDARD TERMS AND CONDITIONS OF PURCHASE AGREEMENT – SERVICES 1. A. B. C. D. E. F. DEFINITIONS “Item(s)” means any goods or items, including intellectual property, provided by CONTRACTOR incidental to the Services. “Hazardous Materials” are or contain dangerous goods, chemicals, contaminants, substances, pollutants, or any other materials that are defined as hazardous by relevant local, state, national, or international law, regulations, and standards. “Purchase Order” is CITY’s document setting forth specific Services to be rendered and Order information. "Order" means CITY's authorization for CONTRACTOR to provide the Services defined in accordance with the CITY’s Purchase Order sent to CONTRACTOR. "Service(s)" means the work which CONTRACTOR is to perform for CITY as set forth in Exhibit A1 in compliance with the Performance Standards of Exhibit A2 and the Maintenance Agreement of Exhibit A3. “Commencement Date” and “Expiration Date” are defined as set forth on the first page of this Contract and shall apply to term contracts. 2. TERM OF AGREEMENT The term of this Contract shall begin on the Effective Date, and continue to the Expiration Date. The Effective Date of this Contract shall be the date of the last of the parties to sign. 3. A. PRICING Prices set forth on Exhibit A4 shall remain fixed for the duration of this Contract except as provided herein. . The price charged CITY for any Service shall always be CONTRACTOR’s lowest price charged any customer for that equivalent Service regardless of any special terms, conditions, rebates, or allowances of any nature. If CONTRACTOR sells any Service to any customer at a price less than that set forth herein, CONTRACTOR shall adjust its price to the lower price for any un-invoiced Service and for all future invoices for such Service. For purposes of comparing price under this Paragraph, the price and/or conversion costs of Services shall include those CONTRACTOR cost components which are generic to the Services as compared to other similar services generally provided by CONTRACTOR. Such comparison shall be made to the extent Services have similar characteristics, such as labor rates, turnkey material costs, storage expenses, or other specific comparison criteria agreed upon by the parties. In the event CONTRACTOR offers a lower price, either as a general price drop or only to some customer(s) for any reason, CONTRACTOR shall immediately inform CITY of this price and rebate to CITY an amount equal to the difference in the price paid by CITY and the lower price for all such Services provided during the preceding thirty (30) days. All Applicable taxes and other charges such as duties, customs, tariffs, imposts, and government imposed surcharges paid by CONTRACTOR shall be stated separately on CONTRACTOR's invoice and borne by CONTRACTOR. In the event that CITY is prohibited by law from remitting payments to the CONTRACTOR unless CITY deducts or withholds taxes therefrom on behalf of the local taxing jurisdiction, then CITY shall duly withhold such taxes and shall remit the remaining net invoice amount to the CONTRACTOR. CITY shall not reimburse CONTRACTOR for the amount of such taxes withheld. The purchase of equipment, materials, and/or service by the CITY may be exempt from the payment of excise, transportation and sales tax imposed by the federal, state and/or other city governments. Upon request, applicable federal excise exemption certificates will be furnished to CONTRACTOR. Additional costs including such taxes, surcharges and delivery costs, except those described on Exhibit A4, will not be paid or reimbursed without CITY's prior written approval. CITY reserves the right to have CONTRACTOR's records B. C. D. E. F. G. inspected and audited to ensure compliance with this Contract. At CITY’s option or upon CONTRACTOR's written demand, such audit will be performed by an independent third party at CITY's expense. However, if CONTRACTOR is found to not be complying with this Contract in any way, CONTRACTOR shall reimburse CITY for all costs associated with the audit, along with any discrepancies discovered, within thirty (30) days after completion of the audit. The results of such audit shall be kept confidential by the auditor to the extent allowed by law and, if conducted by a third party, only CONTRACTOR’s failures to abide by the obligations of this Contract shall be reported to CITY. 4. A. B. C. D. E. F. G. H. INVOICING AND PAYMENT Payment for Services as specified in the contract shall be processed promptly after performance of Services and after receipt of properly prepared invoice(s). Original invoices shall be submitted and shall include: purchase agreement number from the Purchase Order, purchase order number, line item number, Order number, part number, complete bill to address, description of Services, quantities, unit price, extended totals, and any applicable taxes or other charges. For payment, Seller must render original invoice to the City of Melbourne, Accounts Payable Division, 900 East Strawbridge Avenue, Melbourne, Florida 32901. CONTRACTOR shall be responsible for and hold the CITY harmless for any and all payments to CONTRACTOR’s vendors or subcontractors utilized in the performance of the Services. Discounts for prompt payment will not be considered in bid evaluations, unless otherwise specified. Offered discounts, however, will be taken if payment is made within the discount period. Payment is made when CITY's check is mailed or EDI funds transfer initiated. CITY is a local governmental entity subject to the Local Government Prompt Payment Act, §218.70, et seq., Fla. Stat. and payment by CITY shall be made in compliance with said Act. Late charges may be assessed subject to said Act but only to the extent set forth in this Contract. No payments shall be made in advance of acceptance of services not covered under this Contract nor for Services not acceptable to CITY. CONTRACTOR agrees to invoice CITY no later than sixty (60) days after performance of Services. CITY will not be obligated to make payment against any invoices submitted after such period. Payment by the CITY shall be subject to approval and acceptance of Services by CITY. Notwithstanding the foregoing, CITY’s payment shall not constitute acceptance. 5. NON-APPROPRIATION - All funds for payment by CITY under this Contract are subject to the availability of an annual appropriation for this purpose by the Melbourne City Council. In the event of non-appropriation of funds by the Melbourne City Council for the Services provided under this Contract, CITY will terminate this Contract, without termination charge or other liability, on the last day of the then-current fiscal year or when the appropriation made for the then-current year for the Services covered by this Contract is spent, whichever event occurs first. If at any time funds are not appropriated for the continuance of this Contract, CONTRACTOR on thirty (30) days prior written notice shall accept cancellation, but failure to give such notice shall be of no effect and CITY shall not be obligated under this Contract beyond the date of termination. 6. NON-EXCLUSIVITY The right to provide the Services, which will be granted under this Contract, shall not be exclusive. The CITY reserves the right to competitively bid any Services from another provider when it is in the best interest of CITY. Page 37 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services B. 7. A. B. C. D. E. F. G. H. I. J. TERMINATION CITY may terminate this Contract or any Purchase Order issued, or any part thereof, at any time for its sole convenience by giving thirty (30) days written notice of termination to CONTRACTOR. CITY may terminate this Contract upon written notice to CONTRACTOR in the event CONTRACTOR defaults on any of the terms and conditions of this Contract and such failure continues for a period of fifteen (15) days following notice from CITY specifying the default. Notwithstanding the foregoing, CITY may immediately terminate this Contract, without providing CONTRACTOR with notice of default or an opportunity to cure, if CITY determines that CONTRACTOR has failed to comply with any of the terms and conditions of this Contract related to safety, indemnification or insurance coverage. Notwithstanding the foregoing, CITY reserves the right to immediately terminate this Contract by providing written notice to CONTRACTOR but without an opportunity to cure if CITY determines CONTRACTOR knowingly furnished any statement, representation, warranty or certification in connection with the solicitation of CONTRACTOR’s bid or this Contract, which representation was materially false, deceptive, incorrect, or incomplete. Notwithstanding the foregoing, CITY reserves the right to immediately terminate the contract by providing written notice to CONTRACTOR if the State of Florida or the federal government enacts a law, which removes or restricts the authority of CITY to conduct all or part of its function. Upon receipt of such notice of termination, CONTRACTOR shall: (1) discontinue the terminated work in accordance with CITY’s instructions, (2) thereafter perform only such portion of the work not terminated, (3) not place further orders or enter into further subcontracts for Services relating to this Contract, and (4) terminate all existing orders and subcontracts insofar as such orders and subcontracts relate to the performance of this Contract. There shall be no termination charges for Services not yet provided. The CITY will be responsible for payment of authorized Services already provided by CONTRACTOR but not yet invoiced, provided such Services have been approved by the CITY. Upon payment of CONTRACTOR’s claims, the CITY shall be entitled to all work and materials paid for. Before assuming any payment obligation under this section, the CITY may inspect CONTRACTOR's work in process and audit all relevant documents prior to paying CONTRACTOR's invoice. There shall be no charges for termination of orders for Services. Notwithstanding anything to the contrary, CONTRACTOR shall not be compensated in any way for any work done after receipt of CITY’s notice, nor for any costs incurred by CONTRACTOR’s suppliers or subcontractors after CONTRACTOR receives the notice, nor for any costs CONTRACTOR could reasonably have avoided. Notwithstanding anything else in this Contract, failure to meet the performance date(s) in this Contract shall be considered a material breach of contract and shall allow CITY to terminate the order for the Services and/or any subsequent Orders in the Purchase Order without any liability. 8. FORCE MAJEURE Neither party shall be responsible for its failure to perform due to causes beyond its reasonable control such as acts of God, fire, theft, war, riot, embargoes, or acts of civil or military authorities. If Services are to be delayed by such contingencies, CONTRACTOR shall immediately notify CITY in writing and CITY may either: (i) extend time of performance; or (ii) terminate all or part of the uncompleted portion of the Purchase Order at no cost to CITY. 9. A. SCHEDULING AND ORDERS CONTRACTOR shall promptly perform Services as scheduled or shall promptly notify the CITY if unable to perform any scheduled Services and shall state the reasons. C. D. CITY may place any portion of an Order on hold by notice which shall take effect immediately upon receipt. Orders placed on hold will be rescheduled or canceled within a reasonable time. CITY shall have no obligation with respect to the purchase of Services under this Contract until such Services are specified in an issued Purchase Order. CONTRACTOR, in performing work under this Contract, shall provide and maintain during the life of this Contract, equipment and staff sufficient in number, condition and capacity to efficiently perform the work and provide the Services required by this Contract. 10. WARRANTY A. CONTRACTOR represents and warrants that all Services provided shall be performed in a workmanlike and competent manner in accordance with the highest professional standards in CONTRACTOR’s trade or industry, and shall meet the descriptions and specifications provided on Exhibit A1 and the performance standards stated in Exhibit A2. CITY may inspect and test all Items and review Services at reasonable times in such manner as shall not unreasonably hinder or delay CONTRACTOR’s performance. All Items and Services shall be received subject to CITY’s inspection, testing, approval, and acceptance at CITY’s premises notwithstanding any inspection or testing at CONTRACTOR’s premises or any prior payment for such Services. Items rejected by CITY as not conforming to this Contract or specifications, whether provided by CITY or furnished with the Item, may be returned to CONTRACTOR at CONTRACTOR’s risk and expense and, at CITY’s request, shall immediately be repaired or replaced. B. CONTRACTOR makes the following warranties regarding Items furnished hereunder, which shall survive any delivery, inspection, acceptance, payment, or resale of the Services and Items: (i) Items will not infringe any party’s intellectual property rights; (ii) CONTRACTOR has the necessary right, title, and interest to provide said Items to CITY, and the Items will be free of liens and encumbrances; (iii) Items are new, and of the grade and quality specified; (iv) Items are free from defects in workmanship and material, conform to all samples, drawings, descriptions, and specifications furnished or published by CONTRACTOR, and to any other agreed-to specifications; and (v) Items conform to the manufacturing quality provisions set forth in Exhibit A2. C. If CONTRACTOR breaches any of the foregoing warranties, or Items are otherwise non-conforming, during a period of three (3) years after CITY's acceptance of Services, CONTRACTOR shall, at CITY's option, (i) promptly correct any non-conforming or defective workmanship at no additional cost to the CITY; or (ii) CONTRACTOR shall promptly repair, replace, or refund the amount paid for such Items and Services; and (iii) shall pay to CITY all incidental and consequential damages arising from breach of the foregoing warranties. CONTRACTOR shall bear the cost of shipping and risk of loss of all defective or nonconforming Items while in transit. Notwithstanding the foregoing, the parties agree that the term of the manufacturer’s standard warranty shall apply to all manufacturing defects. 11. INDEPENDENT CONTRACTOR In performing Services under this Contract, CONTRACTOR is an independent contractor and its personnel and other representatives shall not act as nor be agents or employees of the CITY. As an independent contractor, CONTRACTOR will be solely responsible for determining the means and methods for performing the required Services. CONTRACTOR shall have complete charge and responsibility for personnel employed by CONTRACTOR; however, the CITY reserves the right to instruct CONTRACTOR to remove from the CITY's premises immediately any of CONTRACTOR's personnel who are in breach of Paragraph 17 herein. Such removal shall not relieve CONTRACTOR's obligation to provide Services under this Contract. Page 38 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services 12. SECURITY CONTRACTOR confirms that employees of CONTRACTOR performing work at the CITY's facilities have no record of criminal convictions involving drugs, assault or combative behavior, or theft within the last five years. CONTRACTOR understands that such employees may be subject to criminal history investigations by the CITY at the CITY's expense and may be denied access to the CITY's facilities if any such criminal convictions are discovered. 13. OWNERSHIP AND BAILMENT RESPONSIBILITIES A. Any specifications, drawings, schematics, technical information, data, tools, dies, patterns, masks, gauges, computers, test equipment, and other materials furnished or paid for by CITY shall: (i) remain or become the CITY's property; (ii) be used by CONTRACTOR exclusively for CITY's orders; (iii) be clearly marked as CITY's property and segregated when not in use; (iv) be kept in good working condition at CONTRACTOR's expense; and (v) be shipped to CITY promptly on demand. B. CONTRACTOR shall insure CITY's personal property and be liable for loss or damage while in CONTRACTOR's possession or control, ordinary wear and tear excepted. 14. ASSIGNMENT OF INTELLECTUAL PROPERTY CONTRACTOR hereby assigns to CITY all right, title, and interest to all intellectual property created by the CONTRACTOR arising out of or utilized by the CONTRACTOR in the performance of this Contract and the ownership of the intellectual property shall be vested solely in the CITY. In respect to copyrights, this assignment shall be effective for the entire duration of the copyrights and shall include, but not be limited to, all rights to derivative works. The CONTRACTOR waives all rights of attribution and integrity for specific works created by CONTRACTOR under this Contract. 15. INTELLECTUAL PROPERTY INDEMNIFICATION CONTRACTOR shall defend, indemnify, and hold CITY and its employees, officers, agents, representatives, and subcontractors harmless from any costs, expenses (including reasonable attorneys' fees), losses, damages, or liabilities incurred because of actual or alleged infringement of any patent, copyright, trade secret, trademark, maskwork, or other intellectual property right, arising out of the use or sale of Items or CONTRACTOR’s Services. If an injunction issues as a result of any such claim or action, CONTRACTOR agrees at CONTRACTOR’s expense and CITY's option to either: (i) procure the right to continue using Items; (ii) replace them with non-infringing Items; (iii) modify them so they become noninfringing; or (iv) refund to the CITY the amount paid for any Items returned to CONTRACTOR or for any Item destroyed and for Services connected therewith. 16. GENERAL INDEMNIFICATION CONTRACTOR shall, to the fullest extent permitted by law, protect, defend, indemnify, and hold CITY and its employees, officers, agents, representatives, and subcontractors harmless from and against any and all claims, liabilities, demands, penalties, forfeitures, suits, judgments, and the associated costs and expenses (including attorney’s fees), which may hereafter incur, become responsible for, or pay out as a result of: death or personal injury (including bodily injury) to any person, destruction or damage to any property, contamination of or adverse effects on the environment, and any clean up costs in connection therewith, or any violation of law, governmental regulation or orders, to the extent caused by (i) CONTRACTOR’s breach of any term or provision of this Contract; (ii) any negligent or willful acts, errors, or omissions by CONTRACTOR, its employees, officers, agents, representatives, or subcontractors in the performance of this Contract; or (iii) dangerous defects in Items. In agreeing to this paragraph the CITY does not intend to alter, extend or waive any defense of sovereign immunity to which it may be entitled under the Florida Constitution, §768.28, Fla. Stat. or otherwise provided. 17. COMPLIANCE WITH LAWS A. B. C. D. E. F. G. H. I. CONTRACTOR shall comply with all national, state, and local laws and regulations governing the manufacture, transportation, and/or sale of Items and/or the performance of services in the course of this Contract. Lack of knowledge by CONTRACTOR shall in no way be cause for relief from responsibility. These may include, but are not limited to, Department of Commerce, Environmental Protection Agency, and Department of Transportation regulations applicable to Hazardous Materials and all immigration, employment and labor laws governing CONTRACTOR's personnel providing Services to the CITY. CONTRACTOR represents and warrants that it is in compliance with Equal Employment Opportunity regulations, unless exempted or inapplicable. CONTRACTOR represents and warrants that the Items supplied and Services provided to the CITY shall conform in all respects to the standards set forth in the Occupational Safety and Health Act 1970, as amended. Upon request of CITY, CONTRACTOR shall provide copies of CONTRACTOR’s OSHA 300 safety logs (summaries only) and the safety logs (summaries only) of CONTRACTOR’s subcontractors for the past twenty-four (24) months. CITY actively supports the Immigration and Nationality Act (INA), which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). CONTRACTOR shall establish appropriate procedures and controls so no services or products under this Contract will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. CONTRACTOR represents and warrants that is not listed on the State of Florida’s convicted vendor listing established under the provisions of §287.133, Fla. Stat., whereby the State of Florida maintains a convicted vendor listing which excludes those listed suppliers from bid submittal for a period of thirty-six (36) months. CONTRACTOR shall maintain, for the duration of this Contract, all valid licenses and certificates required for the performance of work and Services and provision of Items. Subject to Odebrecht Construction, Inc., v. Prasad and Odebrecht Construction, Inc., v. Secretary, Florida Department of Transportation and their progeny, this sub-paragraph applies to any contract for Services and Items of $1 million or more. CONTRACTOR certifies that it is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List and that it does not have business operations in Cuba or Syria as provided in §287.135, Fla. Stat., as may be amended or revised. CITY may terminate this Contract at the CITY’s option if CONTRACTOR is found to have submitted a false certification as provided under subsection (5) of § 287.135, Fla. Stat., as may be amended or revised, or been placed on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List or has been engaged in business operations in Cuba or Syria, as defined in §287.135, Fla. Stat., as may be amended or revised. CONTRACTOR agrees to abide by all of CITY's rules and regulations while on CITY's premises or performing Services including, but not limited to, safety, health and Hazardous Material management rules, and rules prohibiting misconduct on CITY's premises such as use of physical aggression against persons or property, harassment, and theft. CONTRACTOR will perform only those Services identified on Exhibit A1 and will work only in areas designated for such Services. CONTRACTOR shall take all reasonable precautions to ensure safe working procedures and conditions for performance on CITY's premises and shall keep CITY's site neat and free from debris. Failure to comply with this Paragraph shall be considered a breach of contract. Page 39 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services 18. RETENTION AND AUDIT A. B. CONTRACTOR understands and agrees that CITY is a public entity subject to the Florida Public Records Law and, as such, CONTRACTOR agrees to retain public records, and upon request provide to CITY those public records requested, which retention and access shall be pursuant to Chapter 119, Fla. Stat.. The CITY reserves the right to audit the records of CONTRACTOR for the Services and Items provided under this Contract at any time during the performance and term of this Contract and for a period of five (5) years after completion and acceptance by CITY. If required by CITY, CONTRACTOR agrees to submit to an audit by an independent certified public accountant selected by CITY. CONTRACTOR shall allow CITY to inspect, examine and review the records of CONTRACTOR in relation to this Contract at any and all times during normal business hours during the term of this Contract. Records relating to the performance of this Contract shall be made available to CITY for audit upon reasonable notice. 19. MERGER, MODIFICATION, WAIVER, AND REMEDIES A. This Contract contains the entire understanding between the CITY and CONTRACTOR with respect to the subject matter hereof and merges and supersedes all prior and contemporaneous agreements, dealings and negotiations. No modification, alteration, or amendment shall be effective unless made in writing, dated and signed by duly authorized representatives of both parties. Any additional or different terms in CONTRACTOR’S documents are deemed to be material alterations and notice of objection to and rejection of them is hereby given. B. CONTRACTOR shall not substitute the Items. C. In the event of any conflict between or among this Contract or any ambiguity or missing specifications or instruction, the following priority is established: • First, the “Supplemental Provisions” set forth as Exhibit B to the Contract; • Second, the “Federal Provisions” set forth as Exhibit C to the Contract; • Third, these “Standard Terms and Conditions of Purchase Agreement – Services” incorporated by reference into the Contract. • Fourth, CITY’s Invitation to Bid or CITY’s Request for Proposal, as the case may be, with supporting addenda and CONTRACTOR’s bid but only to the extent responsive to CITY’s request, collectively set forth as Exhibit D to the Contract. D. No waiver of any breach hereof shall be held to be a waiver of any other or subsequent breach. E. CITY’s rights and remedies herein are in addition to any other rights and remedies provided by law or in equity. F. If any provision of this Contract is determined by a court of competent jurisdiction to be invalid, illegal, or unenforceable, such determination shall not affect the validity of the remaining provisions unless CITY determines in its discretion that the court’s determination causes this Contract to fail in any of its essential purposes. G. Notwithstanding anything else contained in this Contract, CITY and CONTRACTOR specifically agree that failure to perform certain obligations undertaken in connection with this Contract would cause irreparable damage, and that monetary damages would not provide an adequate remedy in such event. The parties further agree that CONTRACTOR's failure to complete performance of the Services called for in this Contract or on any project Ordered under this Contract, or failure to perform or effect performance of Services as contracted are such certain obligations. Accordingly, it is agreed that, in addition to any other remedy to which the non-breaching party may be entitled, at law or in equity, the non-breaching party shall be entitled to an order of specific performance to compel performance of such obligations. 20. DISPUTES In case of dispute arising under this Contract between the parties, the decision of the CITY of Melbourne shall be final and binding of both parties. 21. ASSIGNMENT; SUBCONTRACTORS CONTRACTOR may neither assign nor factor any rights in nor delegate any obligations under this Contract or any portion thereof without the written consent of the CITY. CITY may cancel this Contract for cause should CONTRACTOR attempt to make an unauthorized assignment of any right or obligation arising hereunder. This Contract may be amended only in writing signed by CONTRACTOR and CITY and subject to with the same degree of formality evidenced in this Contract. Nothing contained in this Contract will be construed as establishing any contractual relationship between CITY and any subcontractor of CONTRACTOR. CONTRACTOR will be fully responsible to CITY for the acts and omissions of the CONTRACTOR’s subcontractor(s) and their employees. When subcontracting is allowed, any changes in subcontractors shall require prior written approval by the CITY. 22. OFFER EXTENDED TO OTHER GOVERNMENTAL ENTITIES CITY encourages and agrees to CONTRACTOR extending the pricing, terms and conditions of this Contract to other governmental entities at the discretion of CONTRACTOR. 23. APPLICABLE LAW This Contract is to be construed and interpreted according to the laws of the State of Florida and all legal proceedings regarding this Contract shall be filed in Brevard County, Florida. 24. HEADINGS The headings provided in this Contract are for convenience only and shall not be used in interpreting or construing this Contract. 25. SURVIVAL The provisions of Paragraphs 1 (Definitions), 10 (Warranty), 13 (Ownership and Bailment), 14 (Assignment of Intellectual Property), 15 (Intellectual Property Indemnification), 16 (General Indemnification), 18 (Retention and Audit), 19 (Merger, Modification, Waiver and Remedies), 20(Disputes), 23 (Applicable Law), 24 (Headings), and 25 (Survival), and, as applicable, Exhibit A1 (Product Description and Statement of Work), Exhibit A2 (Performance Standards), Exhibit A3 (Maintenance Agreement except for Technical Support which expires or terminates), Exhibit C (Federal Compliance Provisions), all of which will survive any termination or expiration of this Contract. 26. TIME Time is of the essence in the performance of this Contract. THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK Page 40 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services EXHIBIT B FEDERAL REQUIREMENTS Page 41 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services FHWA-1273 -- Revised May 1, 2012 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS I. II. III. IV. V. General Nondiscrimination Nonsegregated Facilities Davis-Bacon and Related Act Provisions Contract Work Hours and Safety Standards Act Provisions VI. Subletting or Assigning the Contract VII. Safety: Accident Prevention VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution Control Act X. Compliance with Governmentwide Suspension and Debarment Requirements XI. Certification Regarding Use of Contract Funds for Lobbying 3. A breach of any of the stipulations contained in these Required Contract Provisions may be sufficient grounds for withholding of progress payments, withholding of final payment, termination of the contract, suspension / debarment or any other action determined to be appropriate by the contracting agency and FHWA. ATTACHMENTS II. NONDISCRIMINATION A. Employment and Materials Preference for Appalachian Development Highway System or Appalachian Local Access Road Contracts (included in Appalachian contracts only) The provisions of this section related to 23 CFR Part 230 are applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The provisions of 23 CFR Part 230 are not applicable to material supply, engineering, or architectural service contracts. 4. Selection of Labor: During the performance of this contract, the contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor performed by convicts who are on parole, supervised release, or probation. The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. I. GENERAL In addition, the contractor and all subcontractors must comply with the following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625-1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. 1. Form FHWA-1273 must be physically incorporated in each construction contract funded under Title 23 (excluding emergency contracts solely intended for debris removal). The contractor (or subcontractor) must insert this form in each subcontract and further require its inclusion in all lower tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services). The contractor and all subcontractors must comply with: the requirements of the Equal Opportunity Clause in 41 CFR 601.4(b) and, for all construction contracts exceeding $10,000, the Standard Federal Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. The applicable requirements of Form FHWA-1273 are incorporated by reference for work done under any purchase order, rental agreement or agreement for other services. The prime contractor shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Note: The U.S. Department of Labor has exclusive authority to determine compliance with Executive Order 11246 and the policies of the Secretary of Labor including 41 CFR 60, and 29 CFR 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure compliance with Title 23 USC Section 140, the Rehabilitation Act of 1973, as amended (29 USC 794), and Title VI of the Civil Rights Act of 1964, as amended, and related regulations including 49 CFR Parts 21, 26 and 27; and 23 CFR Parts 200, 230, and 633. Form FHWA-1273 must be included in all Federal-aid designbuild contracts, in all subcontracts and in lower tier subcontracts (excluding subcontracts for design services, purchase orders, rental agreements and other agreements for supplies or services). The design-builder shall be responsible for compliance by any subcontractor, lower-tier subcontractor or service provider. Contracting agencies may reference Form FHWA-1273 in bid proposal or request for proposal documents, however, the Form FHWA-1273 must be physically incorporated (not referenced) in all contracts, subcontracts and lower-tier subcontracts (excluding purchase orders, rental agreements and other agreements for supplies or services related to a construction contract). The following provision is adopted from 23 CFR 230, Appendix A, with appropriate revisions to conform to the U.S. Department of Labor (US DOL) and FHWA requirements. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to assure equal opportunity as set forth under laws, executive orders, rules, regulations (28 CFR 35, 29 CFR 1630, 29 CFR 1625-1627, 41 CFR 60 and 49 CFR 27) and orders of the Secretary of Labor as modified by the provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 shall constitute the EEO and specific affirmative action standards for the contractor's project activities under 2. Subject to the applicability criteria noted in the following sections, these contract provisions shall apply to all work performed on the contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all work performed on the contract by piecework, station work, or by subcontract. 1 Page 42 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference in this contract. In the execution of this contract, the contractor agrees to comply with the following minimum specific requirement activities of EEO: 4. Recruitment: When advertising for employees, the contractor will include in all advertisements for employees the notation: "An Equal Opportunity Employer." All such advertisements will be placed in publications having a large circulation among minorities and women in the area from which the project work force would normally be derived. a. The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide equal opportunity with respect to all of its terms and conditions of employment and in their review of activities under the contract. a. The contractor will, unless precluded by a valid bargaining agreement, conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the contractor will identify sources of potential minority group employees, and establish with such identified sources procedures whereby minority and women applicants may be referred to the contractor for employment consideration. b. The contractor will accept as its operating policy the following statement: "It is the policy of this Company to assure that applicants are employed, and that employees are treated during employment, without regard to their race, religion, sex, color, national origin, age or disability. Such action shall include: employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship, pre-apprenticeship, and/or on-thejob training." b. In the event the contractor has a valid bargaining agreement providing for exclusive hiring hall referrals, the contractor is expected to observe the provisions of that agreement to the extent that the system meets the contractor's compliance with EEO contract provisions. Where implementation of such an agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such implementation violates Federal nondiscrimination provisions. 2. EEO Officer: The contractor will designate and make known to the contracting officers an EEO Officer who will have the responsibility for and must be capable of effectively administering and promoting an active EEO program and who must be assigned adequate authority and responsibility to do so. c. The contractor will encourage its present employees to refer minorities and women as applicants for employment. Information and procedures with regard to referring such applicants will be discussed with employees. 5. Personnel Actions: Wages, working conditions, and employee benefits shall be established and administered, and personnel actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without regard to race, color, religion, sex, national origin, age or disability. The following procedures shall be followed: 3. Dissemination of Policy: All members of the contractor's staff who are authorized to hire, supervise, promote, and discharge employees, or who recommend such action, or who are substantially involved in such action, will be made fully cognizant of, and will implement, the contractor's EEO policy and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above agreement will be met, the following actions will be taken as a minimum: a. The contractor will conduct periodic inspections of project sites to insure that working conditions and employee facilities do not indicate discriminatory treatment of project site personnel. a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO policy and its implementation will be reviewed and explained. The meetings will be conducted by the EEO Officer. b. The contractor will periodically evaluate the spread of wages paid within each classification to determine any evidence of discriminatory wage practices. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the contractor will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. b. All new supervisory or personnel office employees will be given a thorough indoctrination by the EEO Officer, covering all major aspects of the contractor's EEO obligations within thirty days following their reporting for duty with the contractor. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractor's procedures for locating and hiring minorities and women. d. The contractor will promptly investigate all complaints of alleged discrimination made to the contractor in connection with its obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a reasonable time. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. d. Notices and posters setting forth the contractor's EEO policy will be placed in areas readily accessible to employees, applicants for employment and potential employees. e. The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by means of meetings, employee handbooks, or other appropriate means. 6. Training and Promotion: a. The contractor will assist in locating, qualifying, and increasing the skills of minorities and women who are 2 Page 43 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services applicants for employment or current employees. Such efforts should be aimed at developing full journey level status employees in the type of trade or job classification involved. with the requirements for and comply with the Americans with Disabilities Act and all rules and regulations established there under. Employers must provide reasonable accommodation in all employment activities unless to do so would cause an undue hardship. b. Consistent with the contractor's work force requirements and as permissible under Federal and State regulations, the contractor shall make full use of training programs, i.e., apprenticeship, and on-the-job training programs for the geographical area of contract performance. In the event a special provision for training is provided under this contract, this subparagraph will be superseded as indicated in the special provision. The contracting agency may reserve training positions for persons who receive welfare assistance in accordance with 23 U.S.C. 140(a). 9. Selection of Subcontractors, Procurement of Materials and Leasing of Equipment: The contractor shall not discriminate on the grounds of race, color, religion, sex, national origin, age or disability in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. c. The contractor will advise employees and applicants for employment of available training programs and entrance requirements for each. a. The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. d. The contractor will periodically review the training and promotion potential of employees who are minorities and women and will encourage eligible employees to apply for such training and promotion. b. The contractor will use good faith efforts to ensure subcontractor compliance with their EEO obligations. 10. Assurance Required by 49 CFR 26.13(b): 7. Unions: If the contractor relies in whole or in part upon unions as a source of employees, the contractor will use good faith efforts to obtain the cooperation of such unions to increase opportunities for minorities and women. Actions by the contractor, either directly or through a contractor's association acting as agent, will include the procedures set forth below: a. The requirements of 49 CFR Part 26 and the State DOT’s U.S. DOT-approved DBE program are incorporated by reference. b. The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the contracting agency deems appropriate. a. The contractor will use good faith efforts to develop, in cooperation with the unions, joint training programs aimed toward qualifying more minorities and women for membership in the unions and increasing the skills of minorities and women so that they may qualify for higher paying employment. b. The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will be contractually bound to refer applicants without regard to their race, color, religion, sex, national origin, age or disability. 11. Records and Reports: The contractor shall keep such records as necessary to document compliance with the EEO requirements. Such records shall be retained for a period of three years following the date of the final payment to the contractor for all contract work and shall be available at reasonable times and places for inspection by authorized representatives of the contracting agency and the FHWA. c. The contractor is to obtain information as to the referral practices and policies of the labor union except that to the extent such information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the contractor, the contractor shall so certify to the contracting agency and shall set forth what efforts have been made to obtain such information. a. The records kept by the contractor shall document the following: (1) The number and work hours of minority and nonminority group members and women employed in each work classification on the project; d. In the event the union is unable to provide the contractor with a reasonable flow of referrals within the time limit set forth in the collective bargaining agreement, the contractor will, through independent recruitment efforts, fill the employment vacancies without regard to race, color, religion, sex, national origin, age or disability; making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide sufficient referrals (even though it is obligated to provide exclusive referrals under the terms of a collective bargaining agreement) does not relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall immediately notify the contracting agency. (2) The progress and efforts being made in cooperation with unions, when applicable, to increase employment opportunities for minorities and women; and (3) The progress and efforts being made in locating, hiring, training, qualifying, and upgrading minorities and women; b. The contractors and subcontractors will submit an annual report to the contracting agency each July for the duration of the project, indicating the number of minority, women, and non-minority group employees currently engaged in each work classification required by the contract work. This information is to be reported on Form FHWA-1391. The staffing data should represent the project work force on board in all or any part of the last payroll period preceding the end of July. If on-the-job training is being required by special provision, the contractor 8. Reasonable Accommodation for Applicants / Employees with Disabilities: The contractor must be familiar 3 Page 44 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services will be required to collect and report training data. The employment data should reflect the work force on board during all or any part of the last payroll period preceding the end of July. of paragraph 1.d. of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under paragraph 1.b. of this section) and the Davis-Bacon poster (WH–1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. III. NONSEGREGATED FACILITIES This provision is applicable to all Federal-aid construction contracts and to all related construction subcontracts of $10,000 or more. The contractor must ensure that facilities provided for employees are provided in such a manner that segregation on the basis of race, color, religion, sex, or national origin cannot result. The contractor may neither require such segregated use by written or oral policies nor tolerate such use by employee custom. The contractor's obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the contractor's control, where the facilities are segregated. The term "facilities" includes waiting rooms, work areas, restaurants and other eating areas, time clocks, restrooms, washrooms, locker rooms, and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing provided for employees. The contractor shall provide separate or single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. b. (1) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (i) The work to be performed by the classification requested is not performed by a classification in the wage determination; and IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal-aid construction projects exceeding $2,000 and to all related subcontracts and lower-tier subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-ofway of a roadway that is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor collectors, which are exempt. Contracting agencies may elect to apply these requirements to other projects. (ii) The classification is utilized in the area by the construction industry; and (iii) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (2) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. The following provisions are from the U.S. Department of Labor regulations in 29 CFR 5.5 “Contract provisions and related matters” with minor revisions to conform to the FHWA1273 format and FHWA program requirements. 1. Minimum wages a. All laborers and mechanics employed or working upon the site of the work, will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. (3) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Wage and Hour Administrator for determination. The Wage and Hour Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions 4 Page 45 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services will notify the contracting officer within the 30-day period that additional time is necessary. Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (4) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. c. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. b. (1) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the contracting agency. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee ( e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the State DOT, the FHWA or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security numbers to the prime contractor for its own records, without weekly submission to the contracting agency.. d. If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2. Withholding The contracting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld from the contractor under this contract, or any other Federal contract with the same prime contractor, or any other federallyassisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work, all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (2) Each payroll submitted shall be accompanied by a “Statement of Compliance,” signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (i) That the payroll for the payroll period contains the information required to be provided under §5.5 (a)(3)(ii) of Regulations, 29 CFR part 5, the appropriate information is being maintained under §5.5 (a)(3)(i) of Regulations, 29 CFR part 5, and that such information is correct and complete; 3. Payrolls and basic records (ii) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations, 29 CFR part 3; a. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis- (iii) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. 5 Page 46 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services (3) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH–347 shall satisfy the requirement for submission of the “Statement of Compliance” required by paragraph 3.b.(2) of this section. rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. (4) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. In the event the Office of Apprenticeship Training, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. The contractor or subcontractor shall make the records required under paragraph 3.a. of this section available for inspection, copying, or transcription by authorized representatives of the contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the FHWA may, after written notice to the contractor, the contracting agency or the State DOT, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. b. Trainees (programs of the USDOL). Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. 4. Apprentices and trainees a. Apprentices (programs of the USDOL). The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Office of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Office, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal employment opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly 6 Page 47 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services d. Apprentices and Trainees (programs of the U.S. DOT). Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not subject to the requirements of paragraph 4 of this Section IV. The straight time hourly wage rates for apprentices and trainees under such programs will be established by the particular programs. The ratio of apprentices and trainees to journeymen shall not be greater than permitted by the terms of the particular program. V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT 5. Compliance with Copeland Act requirements. The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. The following clauses apply to any Federal-aid construction contract in an amount in excess of $100,000 and subject to the overtime provisions of the Contract Work Hours and Safety Standards Act. These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the terms laborers and mechanics include watchmen and guards. 6. Subcontracts. The contractor or subcontractor shall insert Form FHWA-1273 in any subcontracts and also require the subcontractors to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. 2. Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1.) of this section, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1.) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1.) of this section. 7. Contract termination: debarment. A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance with Davis-Bacon and Related Act requirements. All rulings and interpretations of the DavisBacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 3. Withholding for unpaid wages and liquidated damages. The FHWA or the contacting agency shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2.) of this section. 10. Certification of eligibility. a. By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). b. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). 4. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1.) through (4.) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1.) through (4.) of this section. c. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. 7 Page 48 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services evidenced in writing and that it contains all pertinent provisions and requirements of the prime contract. VI. SUBLETTING OR ASSIGNING THE CONTRACT This provision is applicable to all Federal-aid construction contracts on the National Highway System. 5. The 30% self-performance requirement of paragraph (1) is not applicable to design-build contracts; however, contracting agencies may establish their own self-performance requirements. 1. The contractor shall perform with its own organization contract work amounting to not less than 30 percent (or a greater percentage if specified elsewhere in the contract) of the total original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such specialty items performed may be deducted from the total original contract price before computing the amount of work required to be performed by the contractor's own organization (23 CFR 635.116). VII. SAFETY: ACCIDENT PREVENTION T h i s p r o v i s i o n i s applicable to all Federal-aid construction contracts and to all related subcontracts. 1. In the performance of this contract the contractor shall comply with all applicable Federal, State, and local laws governing safety, health, and sanitation (23 CFR 635). The contractor shall provide all safeguards, safety devices and protective equipment and take any other needed actions as it determines, or as the contracting officer may determine, to be reasonably necessary to protect the life and health of employees on the job and the safety of the public and to protect property in connection with the performance of the work covered by the contract. a. The term “perform work with its own organization” refers to workers employed or leased by the prime contractor, and equipment owned or rented by the prime contractor, with or without operators. Such term does not include employees or equipment of a subcontractor or lower tier subcontractor, agents of the prime contractor, or any other assignees. The term may include payments for the costs of hiring leased employees from an employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be included in this term if the prime contractor meets all of the following conditions: 2. It is a condition of this contract, and shall be made a condition of each subcontract, which the contractor enters into pursuant to this contract, that the contractor and any subcontractor shall not permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary, hazardous or dangerous to his/her health or safety, as determined under construction safety and health standards (29 CFR 1926) promulgated by the Secretary of Labor, in accordance with Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3704). (1) the prime contractor maintains control over the supervision of the day-to-day activities of the leased employees; (2) the prime contractor remains responsible for the quality of the work of the leased employees; (3) the prime contractor retains all power to accept or exclude individual employees from work on the project; and (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the submission of payrolls, statements of compliance and all other Federal regulatory requirements. 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that the Secretary of Labor or authorized representative thereof, shall have right of entry to any site of contract performance to inspect or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the Secretary under Section 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C.3704). b. "Specialty Items" shall be construed to be limited to work that requires highly specialized knowledge, abilities, or equipment not ordinarily available in the type of contracting organizations qualified and expected to bid or propose on the contract as a whole and in general are to be limited to minor components of the overall contract. VIII. FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS 2. The contract amount upon which the requirements set forth in paragraph (1) of Section VI is computed includes the cost of material and manufactured products which are to be purchased or produced by the contractor under the contract provisions. T h i s p r o v i s i o n i s applicable to all Federal-aid construction contracts and to all related subcontracts. In order to assure high quality and durable construction in conformity with approved plans and specifications and a high degree of reliability on statements and representations made by engineers, contractors, suppliers, and workers on Federalaid highway projects, it is essential that all persons concerned with the project perform their functions as carefully, thoroughly, and honestly as possible. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any misunderstanding regarding the seriousness of these and similar acts, Form FHWA-1022 shall be posted on each Federal-aid highway project (23 CFR 635) in one or more places where it is readily available to all persons concerned with the project: 3. The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct performance of the work in accordance with the contract requirements, and is in charge of all construction operations (regardless of who performs the work) and (b) such other of its own organizational resources (supervision, management, and engineering services) as the contracting officer determines is necessary to assure the performance of the contract. 4. No portion of the contract shall be sublet, assigned or otherwise disposed of except with the written consent of the contracting officer, or authorized representative, and such consent when given shall not be construed to relieve the contractor of any responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that each subcontract is 18 U.S.C. 1020 reads as follows: 8 Page 49 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services "Whoever, being an officer, agent, or employee of the United States, or of any State or Territory, or whoever, whether a person, association, firm, or corporation, knowingly makes any false statement, false representation, or false report as to the character, quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the cost thereof in connection with the submission of plans, maps, specifications, contracts, or costs of construction on any highway or related project submitted for approval to the Secretary of Transportation; or covered transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out below. The certification or explanation will be considered in connection with the department or agency's determination whether to enter into this transaction. However, failure of the prospective first tier participant to furnish a certification or an explanation shall disqualify such a person from participation in this transaction. c. The certification in this clause is a material representation of fact upon which reliance was placed when the contracting agency determined to enter into this transaction. If it is later determined that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the contracting agency may terminate this transaction for cause of default. Whoever knowingly makes any false statement, false representation, false report or false claim with respect to the character, quality, quantity, or cost of any work performed or to be performed, or materials furnished or to be furnished, in connection with the construction of any highway or related project approved by the Secretary of Transportation; or d. The prospective first tier participant shall provide immediate written notice to the contracting agency to whom this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. Whoever knowingly makes any false statement or false representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act approved July 1, 1916, (39 Stat. 355), as amended and supplemented; Shall be fined under this title or imprisoned not more than 5 years or both." e. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. By submission of this bid/proposal or the execution of this contract, or subcontract, as appropriate, the bidder, proposer, Federal-aid construction contractor, or subcontractor, as appropriate, will be deemed to have stipulated as follows: 1. That any person who is or will be utilized in the performance of this contract is not prohibited from receiving an award due to a violation of Section 508 of the Clean Water Act or Section 306 of the Clean Air Act. 2. That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every subcontract, and further agrees to take such action as the contracting agency may direct as a means of enforcing such requirements. f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency entering into this transaction. g. The prospective first tier participant further agrees by submitting this proposal that it will include the clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the department or contracting agency, entering into this covered transaction, without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION This provision is applicable to all Federal-aid construction contracts, design-build contracts, subcontracts, lower-tier subcontracts, purchase orders, lease agreements, consultant contracts or any other covered transaction requiring FHWA approval or that is estimated to cost $25,000 or more – as defined in 2 CFR Parts 180 and 1200. h. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. 1. Instructions for Certification – First Tier Participants: a. By signing and submitting this proposal, the prospective first tier participant is providing the certification set out below. b. The inability of a person to provide the certification set out below will not necessarily result in denial of participation in this 9 Page 50 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services i. Nothing contained in the foregoing shall be construed to require the establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of the prospective participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. this transaction originated may pursue available remedies, including suspension and/or debarment. c. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. j. Except for transactions authorized under paragraph (f) of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency may terminate this transaction for cause or default. d. The terms "covered transaction," "debarred," "suspended," "ineligible," "participant," "person," "principal," and "voluntarily excluded," as used in this clause, are defined in 2 CFR Parts 180 and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. “First Tier Covered Transactions” refers to any covered transaction between a grantee or subgrantee of Federal funds and a participant (such as the prime or general contract). “Lower Tier Covered Transactions” refers to any covered transaction under a First Tier Covered Transaction (such as subcontracts). “First Tier Participant” refers to the participant who has entered into a covered transaction with a grantee or subgrantee of Federal funds (such as the prime or general contractor). “Lower Tier Participant” refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and suppliers). ***** 2. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – First Tier Participants: a. The prospective first tier participant certifies to the best of its knowledge and belief, that it and its principals: (1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency; e. The prospective lower tier participant agrees by submitting this proposal that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transaction," without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions exceeding the $25,000 threshold. (3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (a)(2) of this certification; and g. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant is responsible for ensuring that its principals are not suspended, debarred, or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals, as well as the eligibility of any lower tier prospective participants, each participant may, but is not required to, check the Excluded Parties List System website (https://www.epls.gov/), which is compiled by the General Services Administration. (4) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default. b. Where the prospective participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. 2. Instructions for Certification - Lower Tier Participants: (Applicable to all subcontracts, purchase orders and other lower tier transactions requiring prior FHWA approval or estimated to cost $25,000 or more - 2 CFR Parts 180 and 1200) h. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. a. By signing and submitting this proposal, the prospective lower tier is providing the certification set out below. b. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department, or agency with which i. Except for transactions authorized under paragraph e of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the 10 Page 51 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. ***** Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion--Lower Tier Participants: 1. The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participating in covered transactions by any Federal department or agency. 2. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. ***** XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS FOR LOBBYING This provision is applicable to all Federal-aid construction contracts and to all related subcontracts which exceed $100,000 (49 CFR 20). 1. The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: a. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 2. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 U.S.C. 1352. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 3. The prospective participant also agrees by submitting its bid or proposal that the participant shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such recipients shall certify and disclose accordingly. 11 Page 52 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services 6. The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is, or reasonably may be, done as on-site work. ATTACHMENT A - EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1. During the performance of this contract, the contractor undertaking to do work which is, or reasonably may be, done as on-site work, shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated, or the subregion, or the Appalachian counties of the State wherein the contract work is situated, except: a. To the extent that qualified persons regularly residing in the area are not available. b. For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c. For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract, provided that the number of nonresident persons employed under this subparagraph (1c) shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work, except as provided in subparagraph (4) below. 2. The contractor shall place a job order with the State Employment Service indicating (a) the classifications of the laborers, mechanics and other employees required to perform the contract work, (b) the number of employees required in each classification, (c) the date on which the participant estimates such employees will be required, and (d) any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work, the information submitted by the contractor in the original job order is substantially modified, the participant shall promptly notify the State Employment Service. 3. The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who, in his opinion, are not qualified to perform the classification of work required. 4. If, within one week following the placing of a job order by the contractor with the State Employment Service, the State Employment Service is unable to refer any qualified job applicants to the contractor, or less than the number requested, the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate, the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate, notwithstanding the provisions of subparagraph (1c) above. 5. The provisions of 23 CFR 633.207(e) allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 12 Page 53 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services Page 54 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services Page 55 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services EXHIBIT A Contract Requirements for Emergency Relief Program Agreements Agreements for emergency work that are entered into by Local Governments with third parties to perform Emergency Relief Program work for which the Local Government intends to seek reimbursement involving FHWA Emergency Relief Program funds, must co mply with all Federal contract provision requirements outlined or referred to in 23 CFR Part 633A. a. Third party agreements must be negotiated, solicited or openly bid by the Local Government. Note: Pre-event agreements must be openly bid and contain all FHWA Contract provisions. a. 1. Pre-Event Contracts for Debris Monitoring Services must be procured in accordance with Section 287.057, Florida Statutes, as a contractual service or Section 287.055. Florida Statutes, as a professional service and the procurement method must be consistent with 49 CFR Part 18. Debris Monitoring contracts must include all federal aid contract requirements (a copy of which is attached hereto) and must be consistent with the FHWA approved boilerplate, Debris Monitoring Scope of Services. a. 2. Pre-Event Professional Consultant Contracts must be procured in accordance with Section 287.055, Florida Statutes, and 23 CFR Part 172. Contracts must incl ude all federal aid contract requirements and must be consistent with the FHWA approved boilerplate, CEI Scope of Services. b. Include provisions mandating compliance w ith Davis-Bacon wage rates and include the wage rate t ables in the agreement, sa id tables being available at: http://www.dot.state.fl.us/construction/wage .shtm b. 1. Davis-Bacon labor standards do not apply to Debris Removal work unless done in conju nction with a Construction project. c. Include the "Req uired Contract Provisions for Federal-Aid Construction Contracts" (FHWA- 1273) a copy of which is attached hereto. c. 1. Form 1273 is not required for scope of work specific to Debris Removal Monitoring. d. Local Government emergency contracts should be consistent with the FHWA approved Scopes of Service boilerplates. Consistent means the contract includes all necessary federal-aid contract requirements and contains all the same basic criteria as provided in the FHWA approved Scopes of Service boilerp ltes. The approved Scopes of Service boilerplates ca n be found on the Department's website at http://www.dot.state.fl.us/statemaintenanceoffice/scopes.shtm e. Mandate compliance with Federai"Buy America Requirements", a copy which is attached hereto. f. Mandate coordination by the Local Government and the third party contractor with the Department to assure compliance with the requirements of the National Environment Policy Act (NEPA) of 1969. g. Mandate compliance with 49 CFR Part 26, Disadvantages Business Enterprise Program, including the requirements for the Contractor and/or the Local Government to report monthly on the Equal Opportunity Reporting System on the Department's website found at http://www.dot.state.fl.us/eq ualopportunityoffice/. h. Mandate compliance with all requirements as imposed by the American with Disabilities Act of 1990 (ADA), the regulations of the Federal government issued thereunder, and assurance by the Local Government pursuant thereto . 25 Page 56 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services Page 57 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services Page 58 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services Page 59 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services Page 60 of 61 City of Melbourne - Request for Proposal RFP-05-060-0-2016/BB - Disaster Debris Monitoring Services Page 61 of 61
© Copyright 2026 Paperzz