Loading...
DebrisTech Contract DocumentsAGREEMENT UTILIZING CITY OF JACKSONVILLE BEACH CONTRACT #RFP 11-1314 BETWEEN THE CITY OF ATLANTIC BEACH AND DEBRIS TECH (FORMERLY ARX DISASTER MANAGEMENT, INC.) FOR DEBRIS MONITORING SERVICES THIS AGREEMENT. made and entered into in duplicate this 1Oth day of October , 2016 (hereinafter referred to as the ''Effective Date''), by and between the CITY OF ATLANTIC BEACH, a municipal corporation existing under the Constitution and the laws ofthe State of Florida, (hereinafter referred to as the CITY) and DEBRIS TECH (formerly ARX Disaster Management, Inc.) a corporation authorized to do business in Florida with principal office located at 925 Goodyear Blvd., Picayune, MS 39466 (hereinafter referred to as the Contractor), for the Debris Monitoring Services (hereinafter referred to as the Project). WITNESSETH: WHEREAS, effective September 02, 2014, City of Jacksonville Beach entered into Contract Number RFP 1 I -1314 (hereinafter referred to as the "COJB Contract") with Contractor; and WHEREAS, said Contract is in full force and effect until September 02, 2020 and has been competitively procured and awarded by COJB as contracting authority according to Florida law; and WHEREAS, The Atlantic Beach Code, more particularly Section 2-336 (6), Code q( Ordinances authorizes and allows the CITY to use inter alia contracts of other local governmental entities, including COJB, which have been competitively procured and awarded~ and WHEREAS, the COJB Contract is broad enough to include the Project and Contractor has agreed to allow the CITY to use its COJB Contract; and WHEREAS, it is in the best interest of the parties to use the COJB Contract for the Project and to add those contractual provisions the CITY is required to use by ordinance or policy; now therefore IN CONSIDERATION of the premises and of the mutual covenants and agreements hereinafter contained, and for other good and valuable consideration the parties agree as follows: ARTICLE 1: Incorporation of Recitals: The above stated recitals are true and correct and, by this reference, are made a part hereof and are incorporated herein. ARTICLE 2: Engagement of Contractor: CITY hereby engages Contractor and Contractor hereby accepts said engagement for the purpose of Debris Monitoring Services for the CITY, as described in and according to the provisions of: the COJB Contract and its exhibits. equipment descriptions and quotations made thereunder (hereinafter referred to as the Work), and. by this reference, made a pa1t hereof and are incorporated herein; and in accordance with the other provisions, required by law, ordinance or policy for the CITY, contained in this Agreement. With respect to the Project, the provisions, terms and conditions of the COJB Contract shall apply unless specifically preempted herein. Therefore, any conflict between the provisions of this Agreement and those in the COJB Contract shall be resolved in favor of this Agreement, but only to the extent of any conflict. ARTICLE 3: Coordination and Services Provided by CITY: CITY shall designate a Project Manager who will, on behalf of the CITY, coordinate with Contractor and administer this Agreement according to the terms and conditions contained herein and in the Exhibit(s) attached hereto and made a part hereof. It shall be the responsibility of Manager to coordinate all Project related activities with the designated Project Manager. The CITY's Project Manager shall be: Donald Jacobovitz, P.E., Director ofPublic Works (Phone: 904-247-5834; Fax: 904-247-5843; E-mail: djacohvvitNicoab.us) or other designee as directed by the Director of Public Works. ARTICLE 4: Duration of Agreement/Pricing Available to Other Entities: The term of this Agreement shall commence on the Effective Date and shall continue and remain in full force and effect as to all its tenns, conditions and provisions as set forth herein, through a period of time which is the earlier ofthe Contractor's delivery and City's acceptance ofthe Project within the time period set forth in any purchase order or twelve ( 12) months fi·om the Effective Date. ARTICLE 5: Payments for Services of Contractor: 5.1. Except as provided in Section 5.2 hereof: the CITY will compensate Contractor for the Project in accordance with purchase orders issued and used by the City of Atlantic Beach Purchasing Department; provided however, payment invoices shall be sent to the authorized City representative as specified in said purchase order or other subsequent written instrument signed by the City's Project Manager. 5.2. Notwithstanding any contrary provision, the maximum indebtedness of the CITY for all fees, reimbursable items or other costs, to the Contractor for the Project, pursuant to this Agreement, shall not exceed the amount of One Hundred Thousand Dollars ($1 00.000.00) unless approved in writing by amendment to the Purchase Order. ARTICLE 6: Notice: Any and all required notice to the CITY under this Agreement shall be delivered by certified mail, return receipt requested, or by other deJivery with receipt to the following: Donald D. Jacobovitz, P.E. Director of Public Works 1200 Sandpiper Lane Atlantic Beach, FL 32233 djacob_<witzrdcoab.us ARTICLE 7: Laws, Ordinances, Rules and Regulations: During the debris operations, the Contractor must comply with any and all applicable federal, state and local laws, rules, regulations and ordinances, as the same exist and may be amended from time to time. Such laws, rules, regulations and ordinances shall include, but are not limited to, Chapter 119, Florida Statutes, (the Florida Public Records -3- Law) and Section 286.0 I I, Florida Statutes, (the Florida Sunshine Law), as they apply to the Project contemplated in this Agreement. If any of the obligations of this Agreement are to be perfonned by a subcontractor, the provisions ofthis Section shall be incorporated into and become a part of the subcontract. ARTICLE 8: Contracts; Public Records: The Contractor must comply with any and all applicable federal, state and local laws, rules, regulations and ordinances, as the same exist Chapter I I 9, Florida Statutes, Section .0701, relating to Contracts; Public Records. By executing this agreement, Contractor acknowledges receipt of this Florida Statute and to abide by its conditions; and ARTICLE 9: Conflict of Interest: The parties will follow the provisions of applicable ordinances and Jaws with respect to required disclosures by public officials who have or acquire a financial interest in a bid or contract with the CITY, to the extent the parties are aware of the same. ARTICLE 10: Non Discrimination: The Contractor represents that it has adopted and will maintain a policy of non- discrimination against employees or applicants for employment on account of race, religion, sex, color, national origin, age or handicap, in all areas of employment relations, throughout the term of this Agreement. The Contractor agrees that, if any of the Services to be provided pursuant to this Agreement are to be perfonued by a subcontractor, the provisions of this Article shall be incorporated into and become a part ofthe subcontract. ARTICLE 11: Counterparts: The parties agree that for the execution of this agreement, time is of the essence. Therefore, this Agreement, and all amendments thereto, may be executed in several counterparts, each of which shall be deemed an original, and all of such counterparts together shall constitute one and the same instrument. The parties further agree that facsimile ("fax'') or e-mail transmission of all signatures with originals to follow shall ··4- constitute and be evidence of an executed Agreement. (Remainder of page is left b]anl< intentionally. Signature page follows immediately.] -5- IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first above written. ATTEST: CITY OF ATLANTIC BEACH Nelson VanLiere City Manager DEBRIS TECH (formerly ARX Disaster Management, Inc.) ATTEST: Attachment: Public Records Provisions Chapter 119, Section .0701 Brooks Wallace President -6- PUBLIC RECORDS PROVISIONS FOR ALL CONTRACTS AND AMENDMENTS Effective as of July 1, 2016 per Chapter 2016-20, Laws of Florida This is to confirm that we have received the Public Records Provisions Signed: 732 IAJL Company: DebrisTech, LLC E-Mail: brooks@debristech.com Public Records Provisions, Page I Print: Brooks Wallace, P.E. Phone: 601-916-1113 Date: October 10, 2016 CITY OF ATLANTIC BEACH DEPARTMENT OF PUBLIC WORKS 1200 SANDPIPER LANE ATLANTIC BEACH, FLORIDA J2233-4JIX TELEPHONE: (904) 2-17-5834 FAX: (904) 247-584.1 October 13 1h, 2016 SUNCOM: 852-58.14 www.coab.us Mr. Brooks Wallace, P.E. I President Debris Tech 925 Goodyear Blvd. Picayune, MS 39466 Subject: Notice To Proceed Dear Mr. Brooks: Pursuant to the terms of the Contract Agreement between the City of Jacksonville Beach and Debris Tech (formerly ARX Disaster Management, Inc.) under COJB RFP 11-1314 for Debris Monitoring Services, it is the City of Atlantic Beach's Intent to piggyback off referenced RFP and enlist the services of DebrlsTech to perform these services for the City of Atlantic Beach, effective upon my verbal authorization given October 10, 2016; more specifically to monitor the debris removal services currently being performed by Ceres Environmental Services, Inc. related to Hurricane Matthew. This is authorized by paragraph 1,14 of the referenced contract and permission granted by Ty Edwards, Public Works Director for the City of Jacksonville Beach. The estimated cost for debris monitoring services is $100,000. This amount also represents a not-to-exceed amount for this activiation. Should DebrisTech operations begin to approach this amount, the designated DebrisTech Project Manager shall notify the City In writing. Please sign and date this original Notice to Proceed and return it to me by email at diacobovitz@coab.us. Debris Tech shall complete the work under this contract in a timely manner and provide updates as directed in the Scope of Work which follows. The Scope of Work for this activation shall include debris removal monitoring services within the contract as directed by the Public Works Department (PWD). The PWD primary representative for this contract shall be Scott Williams, Deputy Public Works Director for the City of Atlantic Beach. Scott can be contacted at swilliams@coab.us or at 904-237·1933 and is duly authorized to administer this contract for and In the name of the City. Any questions related to this activation should be directed to him. DebrisTech is reminded to maintain proper records for invoicing and the City's FEMA reimbursement needs. Sincerely, Don•lf0ff Public Works Director DebrisTech: Received by: --r-,2212~~-=:::._t.C~~"--")"-{J;:;..;,__-,.-___ _ Date l0-1 ?--?ol lj ---;-; Title: )-t· c<:_;,_. ':.!:c"':.:..:L"":.·....._~\:---------~- CONTRACT AGREEMENT for City RFP 11-1314 City of Jacksonville Beach, Public Works Deportment Effective Date: 09/02/2014 TITLE: Deb1·is Monitoring Services Term: 72 months End Date:09/02/2020 CONTRACT AGREEMENT THIS AGREEMENT made and entered into this <1 ~ day of r-er+etn /a-t/) , 2014 by and between the CITY OF JACKSONVILLE BEACH, FLORIDA, a municipality organized and existing under the laws of the State of Florida, hereinafter called the CITY, and ARX Disaster Management, Inc., hereinafter called CONTRACTOR: WITNESSETH: CITY and CONTRACTOR, in consideration of the mutual covenants hereinafter set forth, agree as follows: Article 1-Scope of Debris Monitoring Services CONTRACTOR shall complete all work as specified or indicated in the Contract Documents. The Work is generally described as follows: RFP No. 11-1314 DEBRIS MONITORING SERVICES for THE CITY OF JACKSONVILLE BEACH, FLORIDA, for a period of seventy-two (72) months from the effective date of this agreement. All services shall be performed in accordance with the Specifications prepared by the City of Jacksonville Beach, Public Works Department, and the proposed services will be awarded as one (1) Contract. Services shall be for all materials, equipment and services, including labor to perfonn Debris Monitoring Services, of which the requirements and scope of services is detailed in: Attachment "A": REQUEST FOR PROPOSAL No. 11-1314 DEBRIS MONITORING SERVICES. Article 2: CITY'S Responsibility Access to WoJ-'k Area: The CITY shall provide the CONTRACTOR access to all areas in which services are to be performed. Article 3: Terms of Agreement This Agreement shall be effective from the date of City Council action, September 2, 2014. and will continue in effect through seventy-two (72) calendar months ending on September 2, 2020. Page I of 12 CONTRACT AGREEMENT for City RFP 11-1314 City of Jacksonville Beach, Public Works Department Effective Date: 09/02/2014 Article 4: Nonexclusive Contract TITLE: Debris Monitoring Services Tenn: 72 months End Date:09/02/2020 Nothing herein is intended nor shall be construed as creating any exclusive arrangement with the CONTRACTOR. This Contract shall not restrict the CITY from acquiring similar, equal or like goods and/or services from other entities or sources. Article 5: Payment To Contractor The CONTRACTOR agrees to provide services as described in the CONTRACT DOCUMENTS and comply with the terms therein. 5.1 For Basic Services: CITY shall pay CONTRACTOR for Contractual Services performed or furnished under the REQUEST FOR PROPOSAL No. 11-1314 DEBRIS MONITORING SERVICES (Attachment "A"), as set forth in the Contractor's Proposal Packet (Attachment "B,') submitted by the Contractor in response to: REQUEST FOR PROPOSAL No. 11-1314 DEBRIS MONITORING SERVICES and associated PROPOSAL TENDER FORM. 5.2 For Additional Services: Notwithstanding the scope of work enumerated in Attachment "A": REQUEST FOR PROPOSAL No. 11-1314 DEBRIS MONITORING SERVICES the CONTRACTOR will, upon written request from the CITY, provide any and all other services normally falling within the services offered by the CONTRACTOR. In advance of performance of additional services, CITY and CONTRACTOR shall agree in writing to the additional services and negotiated price, consistent with the type of services requested. 5.3 Invoices. A. Preparation of Invoices: Invoices will be prepared in accordance with CONTRACTOR'S standard invoicing practices and will be submitted to the CITY by CONTRACTOR, unless otherwise agreed. The wnount billed in each invoice will be calculated as set forth herein. Invoices are to be issued by the 1 01h of the month for services rendered in the previous month. B. Payment of Invoices: Invoices are due and payable within 30 days ofreceipt. Page 2 of 12 '. 'r ,. r ,i I CONTRACT AGREEMENT for City RFP I I -1314 City of Jacksonville Beach, Public Works Department Effective Date: 09/0212014 TITLE: Debris Monitoring Services Tenn: 72 months End Date:09/02/2020 C. Disputed Invoices: In the event of a disputed or contested invoice, only that portion so contested may be withheld from payment, and the undisputed portion will be paid. 5.4 Payment Upon Termination: In the event of termination, CONTRACTOR will be entitled to be paid for all services performed or furnished through the effective date of termination. 5.5 Records of CONTRACTOR'S cost: Records of CONTRACTOR'S cost pertinent to CONTRACTOR'S compensation under this Agreement shall be kept in accordance with generally accepted accounting practices. Upon the CITY'S request, copies of such records will be made available by the CONTRACTOR to the CITY, at no cost to the CITY. Article 6: Standards of Performance CONTRACTOR and CITY shall comply with applicable Laws, Regulations, and CITY - mandated standards. This Agreement is based on these requirements as of its Effective Date and includes the attached: Attachment "A": REQUEST FOR PROPOSAL No. 11-1314 DEBRIS MONITORING SERVICES Changes to these requirements after the Effective Date may be the basis for modifications to CONTRACTOR'S scope of work, times of performance, or compensation. Article 7: Contractor as Independent Contractor It is expressly agreed and understood that the CONTRACTOR is in all respects, an independent contractor as to the WORK and is in no respect an agent, servant, or employee of the CITY. This Agreement specifies the WORK to be done by the CONTRACTOR, but the method to be employed to accomplish the WORK shall be the responsibility ofthe CONTRACTOR. Article 8: Subcontracting CONTRACTOR may subcontract services to be performed hereunder with prior approval of the CITY. No such approval will be construed as making the CITY a party of or to such subcontract, or subjecting the CITY to liability of any kind to any subcontract. No subcontract shall, under any circumstances, relieve the CONTRACTOR of its liability and obligation under this Agreement; and despite any such subcontracting, the CITY shall deal through the CONTRACTOR, and subcontractors will be dealt with as workers and representatives of the CONTRACTOR. Page 3 of 12 CONTRACT AGREEMENT for City RFP 11-1314 City of Jacksonville Beach, Public Works Department Effective Date: 09/02/20 14 Article 9: Authorized Project Representatives TITLE: Debris Monitoring Services Term: 72 months End Date:09/02/2020 Upon the execution of this Agreement, CONTRACTOR and CITY shall designate specific individuals to act as representatives with respect to the services to be performed or furnished by CONTRACTOR and responsibilities of CITY under this Agreement. Such individuals shall have authority to transmit instructions, receive information, and render decisions relative to the WORK on behalf of each respective party. Article 10: Inspection ofWork The CONTRACTOR shall furnish the CITY or the CITY'S representative with every reasonable opportunity for determining whether or not the WORK is performed in accordance with the requirements of this Agreement. The CITY may appoint persons to inspect the CONTRACTOR'S operations, equipment, and performance, and the CONTRACTOR shall permit these persons to make such inspections. Article 11: Right To Require Performance The failure of either the CITY or CONTRACTOR at any time to require performance by the other party of any provisions hereof shall in no way affect the right of the performing party thereafter to enforce the same. Nor shall waiver by such party of any breach of any provision hereof be taken or held to be a waiver of any succeeding breach of such provision or as a waiver of any provision itself. Article 12: Extraordinary Occurrences It is agreed that in no event shall the CITY or CONTRACTOR be liable or responsible to each other or to other persons for damages resulting from deficiencies or delays in the work herein provided for, where such deficiencies or delays result from Acts of God, fire, natural disaster, or any other cause not within reasonable control of the CITY or the CONTRACTOR. The CONTRACTOR recognizes the essential nature of the services to be performed hereunder and will use its best efforts to discharge its functions despite such extraordinary occurrences. Article 13: Insurance 13.1 Hold Harmless: The CITY shall be held harmless against all claims for bodily injury, disease, death, personal injury, and damage to property or loss of use resulting there from, to the extent caused by the CONTRACTOR, unless such claims are a result of the CITY'S sole negligence. 13.2 Payment on Behalf of the CITY: The CONTRACTOR agrees to pay on behalf of the Page4 ofl2 '· ' CONTRACT AGREEMENT for City RFP 11-13 I 4 City of Jacksonville Beach, Public Works Department Effective Date: 09/02/2014 TITLE: Debris Monitoring Services Tenn: 72 months End Date:09/02/2020 CITY, the CITY'S legal defense, for all claims described herein. Such payment on behalf of the CITY shall be in addition to all other legal remedies available to the CITY and shall not be considered to be the CITY's exclusive remedy. 13.3 Loss Control/Sqfety: Precaution shall be exercised at all times by the CONTRACTOR for the protection of all persons, employees, and property. The CONTRACTOR shall comply with a11 laws, regulations and ordinances related to safety and health, shall make special efforts to detect hazardous conditions, and shall take prompt action where loss control and safety measures should reasonably be expected. 13.4 Proof of Carriage of Insurance & Naming CITY as Additional Insured The CONTRACTOR shall furnish the City with satisfactory proof of carriage of insurance required herein. The CONTRACTOR shall name the City of Jacksonville Beach (CITY) as additional insured on the CONTRACTOR's, and any sub-consultant's or sub- contractor's Public Liability, Property Damage and Comprehensive Automobile Liability Insurance Policies. The additional insured shall be provided the same coverage as the primaiy insured for losses arising from work performed by the CONTRACTOR or its sub-consultant's or subcontractor's. The proof of carriage or a copy of all policies shall be required prior to commencement of any work under this Contract. The CITY may order work to be stopped if conditions exist that present immediate danger to persons or property. The CONTRACTOR acknowledges that such stoppage will not shift responsibility for any damages from the CONTRACTOR to the CITY. 13.5 Insurance Requirements. Basic Coverage's Required: During the term of this contract, the CONTRACTOR shall procure and maintain the following-described insurance and/or self-insurance except for coverage's specifically waived by the CITY. All policies and insurers must be acceptable to the CITY. These insurance requirements shall not limit the liability of the CONTRACTOR. The CITY does not represent these types of amounts of insurance to be sufficient or adequate to protect the CONTRACTOR'S interests or liabilities, but are merely minimums. A. Workers Compensation Coverage is required. The CONTRACTOR and all subcontractors shall purchase and maintain worker's compensation insurance for all workers compensation obligations imposed by state law with employers' liability limits of at least $100,000 each accident, $I 00,000 each employee and $500,000 policy limit for disease. The CONTRACTOR and all subcontractors shall also purchase any other coverage's required by law for the benefit of employees. Page 5 of 12 CONTRACT AGREEMENT for City RFP 11-1314 City of Jacksonville Beach, Public Works Department Effective Date: 09/02/2014 TITLE: Debris Monitoring Services Tenn: 72 months End Date:09/02/2020 B. General Liability Coverage is required for all Contractors and Subcontractors. Commercial General Liability in Occurrence Form. Coverage A shall include Bodily Injury and Property Damage coverage for liability claims arising from premises, operations, contractual liability, independent Contractors, products and complete operations and including but not limited to coverage for claims resulting from explosion, collapse, or underground {x,c,u) exposures (if any). Coverage B shall include personal injury and is required Coverage C, medical payments is not required. Amounts: Bodily Injury: Property Damage: $1,000,000 $1,000,000 $1,000,000 $1,000,000 each occurrence Aggregate each occurrence aggregate C. Products and Completed Operations are required for Contractor and all Subcontractors. Amounts: $1,000,000 aggregate D. Business Auto Liability Coverage is required for Contractor and all Subcontractors. Business Auto Liability coverage is to include bodily injury and property damage arising out of ownership, maintenance, or use of any vehicle, including owned, non- owned and hired vehicles, and employee non-ownership use. Amounts: Bodily Injury: Property Damage: D. Professional Liability is not required. $1,000,000 $1,000,000 $1,000,000 $1,000,000 each occurrence Aggregate each occurrence aggregate E. Pollution Liability required of all Contractors and Subcontractors. The CITY requires Po!Jution/Environmental Liability insurance covering cleanup costs including on-site discovery and third party liability, on-site and off-site third Page 6 of 12 CONTRACT AGREEMENT for City RFP 11-1314 City of Jacksonville Beach, Public Works Department Effective Date: 09/02/2014 TITLE: Debris Monitoring Services Tenn: 72 months End Date:09/02/2020 party pollution liability coverage, natural resources damage coverage. Limits of Liability: F. Excess or Umbrella Liability Coverage. $1,000,000 $1,000,000 Each Pollution Event Limit Aggregate Policy Limit Umbrella Liability insurance is preferred, but an Excess Liability equivalent may be allowed. Whichever type of coverage is provided, it shall not be more restrictive than the underlying insurance policy coverage. F. Claims Made Coverage-No Gap If any of the required liability insurance is provided on a "claims made" fonn, such coverage shall extend for a period of not less than 36 months following completion of the contract. In the event of termination of a claims made policy, extended coverage may be provided by assurance that extended discovery coverage of at least 36 months will be purchased from the expiring insurer, or by assurance that the succeeding insurer will provide retroactive coverage with an inception date of at least on or before the effective date of this contract. G. Certificates oflnsurance Required insurance shall be documented in Certificates of Insurance which provide that the CITY shall be notified at least thirty (30) calendar days in advance of cancellation, non-renewal, or adverse change. New Certificates oflnsurance are to be provided to the CITY at least fifteen (15) calendar days prior to coverage renewals. If requested by the CITY, the CONTRACTOR shall furnish complete copies ofthe CONTRACTOR's insurance policies, forms, and endorsements. For Commercial General Liability coverage, the CONTRACTOR shall at the option of the CITY, provide an indication of the amount of claims, payments, or reserves chargeable to the aggregate amount of liability coverage. NOTE: Any sub- contractors approved by the CITY shall be required to provide proof of insurance identical in amounts as required by the contact to perform related services. All coverage's shall name the CITY as "additional insured". Receipt of certificates or other docwnents of insurance or policies or copies of policies by the CITY, or by any of its representatives, which indicate less coverage than required will not constitute a waiver of the CONTRACTOR's obligation to Page 7 ofl2 CONTRACT AGREEMENT for City RFP 11-1314 City of Jacksonville Beach, Public Works Department Effective Date: 09/02/2014 TITLE: Debris Monitoring Services Term: 72 months End Date:09/02/2020 fulfill the insurance requirements herein. Article 14: Termination The obligation to provide further services under this Agreement may be terminated: 14.1 For cause. By either the CITY or CONTRACTOR upon 30 days written notice in the event of substantial failure by the other party to perform in accordance with the terms hereof through no fault of the terminating party. 14.2 For convenience. By the CITY, effective upon the receipt of notice by CONTRACTOR. The CITY'S performance and obligation to pay under this Agreement is contingent upon an annual appropriation by the City Council. Article 15: Indemnification A: General Indemnity. To the fullest extent permitted by law, CONTRACTOR shall hold harmless, indemnify and pay on behalf of the CITY, CITY's officers, directors, partners, agents, contractors, and employees from and against any and all costs, losses, and damages, including claims for bodily injury, disease, death, personal injury and damage to property or loss of use resulting therefrom, and for professional liability, (including, but not limited to all fees and charges of contractors, architects, attorneys, and other professionals, and all court, arbitration, or other resolution costs) caused by the negligent acts or omissions of CONTRACTOR or CONTRACTOR's officers, directors, partners, agents, contractors, employees, and CONTRACTOR's consultants, agents, and contractors in the performance and furnishing of CONTRACTOR's services under this Agreement, unless such claims are a result of the CITY's sole negligence. Such payments on behalf of the CITY shall be in addition to all other legal remedies available to the CITY and shall not be considered to be the CITY's exclusive remedy. B: Copyright and Intellectual Property Rights. At CONTRACTOR's expense as described herein, CONTRACTOR shall indemnify, defend and hold CITY and its affiliates and their respective directors, officers, employees, and contractors and agents harmless from and against any claims that any of the professional services allegedly infringe a patent, copyright, trademark, trade secrets or other intellectual property right by defending against such claim and paying all amounts that a court awards or that CONTRACTOR agrees to in settlement of such claim. CONTRACTOR shall also reimburse the CITY for all reasonable expenses incurred by the CITY in respect of each claim. To qualify for such defense and payment, CITY must: {i) give CONTRACTOR prompt written notice of such claim; and (ii) allow CONTRACTOR to control, and fully co-operate with CITY Page 8 ofl2 CONTRACT AGREEMENT for City RFP 11-1314 City of Jacksonville Beach, Public Works Department Effective Date: 09/02/2014 TITLE: Debris Monitoring Services Tenn: 72 months End Date:09/02/2020 in the defense and all related negotiations. CONTRACTOR's obligation \Ulder this Section in conditional upon CITY's agreement that, if the professional services become, or in CONTRACTOR's opinion (as stated in writing to CITY by CONTRACTOR) is likely to become the subject of an infringement claim, then CITY shall pennit CONTRACTOR, at CONTRACTOR's expense, either to procure the right for CITY to continue to use such intellectual property contained in the professional services or to replace or modify it so that it becomes non- infringing and retains in all material respects comparable functionality in the CITY's environment. CONTRACTOR shall have no obligation with respect to any claim to the extent it is based on (i) CITY's use of the intellectual property contained in the professional services in violation of this Agreement; (ii) modifications or user controlled features not authorized by CONTRACTOR; (iii) custom programming for which CONTRACTOR does not develop the specifications or where the code at issue is supplied by CITY. This subsection states CONTRACTOR's entire obligation regarding intellectual property right infringement. Article 16: Notices Any notice required under this Agreement will be in writing, addressed to the appropriate party at its address on the signature page and given personally, or by registered or certified mail postage prepaid, or by a commercial courier service. All notices shall be effective upon date of receipt. Article 17: Survival All express representations, indemnifications, or limitations of liability included in this Agreement will survive its completion or tennination for any reason. Article 18: Severability Any provision or part of the agreement held to be void or unenforceable \Ulder any Laws or Regulations shall be deemed stricken, and all remaining provisions shall continue to be valid and binding upon the CITY and CONTRACTOR, who agree that the Agreement shall be refonned to replace such stricken provision or part thereof with a valid and enforceable provision that comes as close as possible to expressing the intention of the stricken provision. Article 19: Waiver Non-enforcement of any provision by either party shall not constitute a waiver of that provision, nor shall it affect the enforceability of that provision or of the remainder of this Agreement. Page9 ofl2 CONTRACT AGREEMENT for City RFP 11-1314 City of Jacksonville Beach, Public Works Department Effective Date: 09/02/2014 TITLE: Debris Monitoring Services Tenn: 72 months End Date:09/02/2020 Article 20: Headings The headings used in this Agreement are for general reference only and do not have special significance. Article 21: Contract Documents The Contract Documents which comprise the entire Agreement between the CITY and CONTRACTOR consist of the following, which are made a part thereof: 21.1 Contract Agreement (pages 1 to 12, inclusive). 21.2 Attachment "A": REQUEST FOR PROPOSAL No. 11-1314 DEBRIS MONITORING SERVICES in total. 21.3 Attachment "B": Bid Proposal Packet submitted by Contractor in response to Attachment "A", REQUEST FOR PROPOSAL No. 11-1314 DEBRIS MONITORING SERVICES, including, but not limited to: A. Contractor's PROPOSAL TENDER FORM B. Contractor's DRUG-FREE WORKPLACE COMPLIANCE FORM C. Contractor's NON-COLLUSION STATEMENT. D. Contractor's NON-BANKRUPTCY AFFIDAVIT There are no Contract Documents other than those listed above in this Article 21. The Contract Documents may only be altered, amended, or repealed in accordance with the Terms and Conditions. Article 22: Governing Law This agreement shall be governed by the laws of the State of Florida. Both parties agree that the courts of the State of Florida shall have jurisdiction of any claim arising in connection with this agreement. In the event of litigation arising out of this agreement, the prevailing party shall be entitled to the award of attorney's fees and costs at both the trial and appellate level. ------·---NOTHING ELSE FOLLOWS ON THIS PAGE -·---·-·- Page 10 of 12 CONTRACT AGREEMENT for City RFP I 1-1314 City of Jacksonville Beach, Public Works Department Effective Date: 09/02/2014 TITLE: Debris Monitoring Services Term: 72 months End Date:09/02/2020 IN WITNESS WHEREOF, the parties hereto have signed this Agreement in triplicate. One counterpart each has been delivered to CITY and CONTRACTOR. All portions of the Contract Document have been signed or identified by CITY and CONTRACTOR on their behalf. This agreement was made and entered into as of the last signature date shown below and has Effective Date of September 2, 2014 (Article 3). BY: ____ ~~~~~~==~---- atham, Mayor BY: ~o. rf1L George D. Porbes, Ctty Manager ATTESTQ""~·===>I .. .J..Q.QoJ _ Date Signed: 9-Jo-'JtJI] ~Clerk CONTRACTOR: ARX DISASTER MANAGEMENT. INC .. BY: ~.J-cr~ PRINTED NAME: Co(l,£j ,) ' SMtm TITLE: P2f:S\D'f.).,fl (CORPORATE SEAL) (' ~~ __ /) ATTEST~~ PRINTED NAME: E:'ttuJ ) . 1)e.-r\ Lll.Erl ., - Page I I of 12 Date Signed: oq/2.'-/ /2.01'f I I CONTRACT AGREEMENT for City RFP 11-1314 City of Jacksonville Beach, Public Works Department Effective Date: 09/02/2014 AGENT FOR SERVICE OF PROCESS CITY: Address for Giving Notices: City of Jacksonville Beach Department of Public Works 1460A Shetter A venue Jacksonville Beach. Florida 32250 Designated Representative (Article 9): Name: William T. Edwards Title: Director of Public Works Phone Number: 904-247-6219 Facsimile Number: 904-247-6117 TITLE: Debris Monitoring Services Term: 72 months End Date:09/02/2020 CONTRACTOR: Address for Giving Notices: /1aJ< ])._s~KrEL d)AJJA!:£ME~ff, I tJc.. . ~mu: ~ J. 'PentL .. fe&d Designated Representative (Article 9): Name: C!AMY J I £mall Title: ~I}) B. Jl Phone Number: . bfJ I· ?'18-~=00=0:;;___ Facsimile Number: 'OJ-"7"U -lolh l Pagel2ofl2 CffJI q,fJacksonyffle :Beach Purqhasing Division: 1460A Shetter Ave., Jacksonville Beach, FL 32250 Tel: 904-247-6229 Fax: 904-270-1639 ATTACHMENT "A" (To Contract Agreement for Debris Monitoring Services) REQUEST FOR PROPOSAL RFPNumber: 11-1314 RFP Title: DEBRIS MONITORING SERVICES Submittal Deadline Day: Wednesday Date: July 23rd 2014 Time: 2:00P.M. Location: Purchasing & Procurement Address: 1460-A Shetter Ave., Jacksonville Beach, FL 32250 RFP TIME LINE: The anticipated schedule for this RFP is as follows: Proposal Issue Date 03-June-14 Proposal Advertised 03-June-14 Deadline for Questions 11-July-14 Final Addendum Issued 16-July-14 Submission Deadline 23-July-14 Proposals Opened 23-July-14 Proposals Evaluated 30-July-14 Recommendation to Council 18-Aug-14 Contract A ward 19-Aug-14 Jason Phitides, Purchasing Administrator 1460A Shetter Avenue, Jacksonville Beach, FL 32250 Page I of43 RFP #: 11-1314 City of Jacksonville Beach Date: 07/03/2014 RFPNo.: 11-1314 REQUEST FOR PROPOSAL TITLE: DEBRIS MONITORING SERVICES RFP #: 11-1314 Debris Monitoring Services The City of Jacksonville Beach seeks to establish a contractual arrangement a qualified finn to monitor Disaster Debris Recovery efforts and provide related technical assistance, on an as needed basis, to provide disaster recovery monitoring expertise and services to assist the City to monitor the removal, ·reduction and environm~ntally approved disposal of debris and other obstacles resulting from these disasters; in full compliance with regulatory agency requirements and consistent with Federal Emergency Management Agency (FEMA) requirements for cost reimbursement for debris management, removal and disposal. Subject to the terms and conditions specified in this Request for Proposal (RFP), proposals will.be received until 2:00 P.M., Wednesday,· July 23, 2014, then opened publicly by the Pmchasing & Procurement Division, 1460-A Shetter Avenue, 2"d Floor, Jacksonville Beach, Florida 32250 for furnishing the following: 1. One (1) original plus four (4) copies and orie (1) electronic file completed proposal packages in one sealed envelope. Packages received without the requested infonnation or quantities may be . rejected. 2. It is incmnbent upon the Respondent to ensme that all copies of the proposal package submittals are complete and exact replicas of each other. 3. Clearly mark the submittal envelope with the RFP number, RFP title and Respondent ~ 4. It is incmnbent upon the Respondent to ensure that proposal package submittals are received by the Purchasing & Procurement Division on time. Submissions received after the due date and time will not be considered. 5. Modifications received after the due date and/or letters of withdrawal received after the due date or after contract award, whichever is applicable will not be considered. 6. No verbal interpretations will be made of any documents. Requests for such interpretations shall be made in writing or via email at Purchasing@jaxbchfl.net no.'Iater than Friday July 11 lh 2014. Interpretation will be in the form of an addendum and issued to all respondents. 7. Proposal packages can be obtained from the Pmchasing & Procurement Division, 1460-A Shetter Avenue, 2"d Floor, Jacksonville Beach, Florida 32250, telephone 904-247-6229. CITY OF JACKSONVILLE BEACH Jason Phitides, Purchasing Administrator, Purchasing & Procurement Division Page2 of43 City of Jacksonville Beac/z Date: 07/03/2014 TABLE of CONTENTS RFP #: 11-1314 Debris Monitoring Services SECTION A: SPECIFICATIONS pages 4-24 1. Overview ...... : ........................................................ page 4 2. Contract Award .. . . . . . . . . .. . . . .. . .. .. . . . .. . .. . .. .. . . .. . .. . . .. . . . . . . . . .. . .. . .. page 4 3. Award Term .............................................................. page 4 4. Scope of Services . . .. .. . . . . . . .. . .. . .. .. . . . .. . .. . .. . . . .. . .. . . .. . . . . .. . . . . .. . . ... page 5 - 6 5. Debris Inspection, Monitoring and Reporting Services .................. pages 6-8 A. Project Management/Contract ................................. pages 6 B. Disaster Debris Monitoring Services .. .. .. .. .. . . . .. .. .. .. . .. .. page 6 - 7 C. Collection Routing . . .. . . . .. .. . . . . .. . . . .. . . . . . .. . . . . . .. . .. .. . . . . . page 7 D. Collection Inspection ........................................... pages 7 E. Disposal Site Inspections .. .. . .. .. . .. .. .. .. .. .. . .. .. .. . .. .. .. ... page 7 - 8 F. Data/Documentation Preparation ............................. page 8 G. Grant Management Consulting Services ..................... pages 8 6. Load Tickets ............................................................. ~. pages 8-9 7. Reporting .. . .. .. . . . .. .. . . .. .. . .. . . . . . .. .. . . . .. . . .. . . .. .. . . . . . . . . .. . .. .. page 10 8. Required Equipment and Manpower...................... .. .. . .. .. .. .. . .. ... page 10 9. Personnel Qualifications ....................................................... pages 10-12 10. Services to be provided by the selected fmn .. . .. .. . .. .. .. .. . .. .. . .. . .. . .. pages 12 -24 A. Administration . .. . . . . . . . . . . .. .. . . . . . . . . . . . . . . .. . .. . . . . . . . . . . .. . . . pages 12 B. Debris Monitoring Operations ................................. page 12 -13 C. Field Monitoring ................................................. pages 13 -14 D. Data Management and Docwnentation ....................... page 14-15 E. Equipment Requirements ....................................... pages 15 -16 F. General Statement of Electronic Debris Monitoring System page 16 -17 G. Functional Specifications of System Architecture ........... pages 17-20 H. Reporting ....... ~ .................................................. pages 20 I. Pennits ............................................................. page 20 J. Meetings and Communication .................................. page 20 11. Measurements .................................................................. page 21 1:?. Payments ........................................................................ pages 21 13. Communication ................................................................ page 21 14. Mobiliza.tion ..................................................................... page 21 15. Other Considerations ......................................................... page 22 16. Price Adjustments ............................................................. page 22 -23 17. Submittal Requirements/Written Evaluation Criteria .. .. .. .. .. .. .. .. .. .. pages 23 -24 18. Proposal is Not a Bid . .. . .. . . . .. . . .. .. . . . . . .. . .. .. . .. . . . . . .. .. . . .. . .. .. . .. . . ... page 24 SECTION B: GENERAL PROVISIONS pages 25-34 Form 1 -Proposal Tender Form pages 35 -37 Form 2 -RFP Award Notice Form page 38 Form 3 -Required Disclosure Form page 39 Form 4 -Drug-Free Compliance Form page 40 Form 5 -Non-Collusion Affidavit page 41 Form 6 -Non-Bankruptcy Affidavit page 42 Form 7-Schedule of Subcontractors page 43 Page 3 of43 City of Jacksonville Beaclt Date: 07/03/2014 SECTION A: SPECIFICATIONS RFP #: 11-1314 Debris Monitoring Services To provide contractual services for a project titled: DEBRIS MONITORING SERVICES. 1. OVERVIEW: The purpose of this Request for Proposal (RFP) is to solicit competitive sealed proposals to furnish Disaster Debris Inspection, Monitoring and Reporting Services within the City of Jacksonville Beach, Florida, if the President of the United States or the Governor ofthe State of Florida declares the City of Jacksonville Beach and/or Duval County a disaster site. Disasters most often produce substantial volumes of debris, creating hazardous conditions to the public health, welfare and safety, which result in disruption of the essential physical and economic life of the community. It is mandatory that there be an early, safe and quick response to restoring environmentally safe and economically viable conditions to the disaster affected areas. This objective has the highest priority in the City's planning and its ability to deal with all damage. Disasters could result in large expenditures of manpower, equipment and related materials and supplies, at substantial cost to the City. It is imperative that the City be prepared to provide all necessary disaster recovery services and have the means to recover all eligible costs from State and Federal Agencies that have funds to assist local governments to cope with all natural and manmade disasters. 2. CONTRACT AWARD: The City reserves the right to enter into a contract with the s e 1 e c ted firm that the City deems to offer the best overall proposal. The City is therefore not bound to accept a proposal on the basis of lowest price. In addition, the City Manager, as the City's representative, in his sole discretion, reserves the right to cancel this RFP, to reject any and all proposals, to waive any and all informalities and/or irregularities, or to re-advertise with either the identical or revised specifications, if it is deemed to be in the best interest of the City to do so. The City reserves the right to further negotiate any proposal, including price, with the highest rated Respondent. If an agreement cannot be reached with the highest rated Respondent, the City reserves the right to negotiate and recommend award to the next ranked Respondent or subsequent Respondents until an agreement can be reached. 3. AWARD TERM: The City is looking to promote partnership relationships within the policies and procedures of public procurement. Pursuant toward that end, the selected fmn shall be awarded a contract term for six (6) years. Page 4of43 Section A: Specifications City of Jacksonville Beach Date: 07/03/2014 4. SCOPE OF SERVICES RFP#: 11-1314 Debris Monitoring Services 4.1 The City of Jacksonville Beach seeks to establish a contractual arrangement with a qualified finn to monitor Disaster Debris Recovery efforts and provide related technical assistance, on an as needed basis. The selected fum will provide disaster recovery monitoring expertise and services to assist the City to monitor the removal, reduction and environmentally approved disposal of debris and other obstacles resulting from these disasters. Such efforts shall fully comply with the regulatory agency requirements and Qe consistent with Federal Emergency Management Agency (FEMA) requirements for cost reimbursement for debris management, removal and disposal. 4.2 The selected finn shall provide all labor, materials, software and equipment to perform all requirements and meet all specifications while under contract with the City. 4.3 The selected firm shall have an excellent understanding of the documentation involved for the reimbursement from FEMA relief programs to make the process of cost recovery efficient and accurate. The processes and documentation required will be in strict compliance with FEMA regulations regarding eligibility. Contracts must meet rules for Federal Grants, as provided for in Title 44 Code of Federal Regulations (CFR) Part 13, (§13.36, Procurement) in order to be eligible for reimbursement under Public Assistance Program. 4.4 The selected finn will advise and support the City during a disaster recovery effort and will be responsible for the overall inspection, monitoring and reporting services relating to the collection and disposal of debris. This will include services to inspect, monitor and report on the removal process, and ensure the debris is lawfully processed and disposed (other than hazardous materials and household putrescible garbage) from City property and other public property (herein after referred to as City property) within the City of Jacksonville Beach, Florida in response to an emergency event such as, but not limited to, hurricane(s) or other natural or manmade disaster(s). The selected firm shall coordinate with the City's current Debris Removal Contractor and the City to insure a compliant, well-managed and organized approach to debris inspection, monitoring and reporting services. 4.5 It shall be understood by all Respondents that a separate soliCitation was issued, different from this one, to establish a contract with a firm to perform Emergency Debris Clearing and Removal Services. The City sees it as a conflict of interest to contract with a Debris Monitoring Firm and a Debris Removal Contractor, which is of the same entity, owned by the same company or has similar interests in their ownership. 4.6 The selected firm's response to the recovery process must be immediate, rapid, and efficient, with acceptable cost controls, accountability procedures, with written reports and submittals in place, to assure that the City will have the means to be reimbursed for all eligible disaster recovery costs from appropriate Federal and State Agencies. PageS of43 Section A: Specifications City of Jacksonville Beac/1 Date: 07/03/2014 RFP#: II-1314 Debris Monitoring Services 4. 7 The selected finn shall mobilize personnel for this task and shall be fully mobilized to begin debris monitoring operations within 24 hours following the day of the disaster. Debris monitoring work within the City will be prioritized by the City of Jacksonville Beach. The selected firm shall be responsible for providing all necessary staff and equipment for carrying out its responsibilities under this contract. 4.8 The selected firm must be prepared to carry out the assigned tasks in compliance with the applicable provisions of City of Jacksonville Beach's "Phase I (Rapid Response) and Phase II (Debris Removal, Reduction and Disposal) of the City's Disaster Debris Management Plan." 4.9 FEMA Policies/Procedures/Guidelines/Instructions: Debris Management Services shall be defined, ·regulated and executed in the manner prescribed by the Federal Emergency Management Agency (FEMA). Incorporated into the scope of work shall be the "Public Assistance Debris Management Guides,, as promulgated, modified and published by FEMA. At the time of this contract, the most current publication shall be identified. Additional FEMA guidelines pertaining to conduct of work, documentation of activities and expenses and general administration of debris management activities shall also be incorporated into the Scope of Work upon publication of the information by FEMA whether as new information or amendments to existing guidelines or policy. It shall be the responsibility of both parties to obtain and maintain the current policies, procedures, guidelines and instruction published by :FEMA on Debris Management. 4.10 The selected finn must have the capability and ability to rapidly respond to wide scale debris volumes typically produced in hurricanes, tornadoes and other disaster types as well as small scale debris volumes. 5. DEBRIS INSPECTION, MONITORING AND REPORTING SERVICES: A. Project Management: The selected finn will be responsible for providing managerial support to coordinate the efforts of the City and the Debris Removal Contractor. The selected firm's Project Manager will provide assistance to the City in contract adniinistration and assist to enforce the provisions of the City's contract with the Debris Removal Contractor. B. Disaster Debris Monitoring Services: 1. Coordinate daily briefings, work progress, sta:ffmg and other key items with the City. 2. Selection and permitting of debris monitoring service locations and any other pennitting/regulatory issues as necessary. 3. Scheduling work for all team members and contractors on a daily basis. 4. Hiring, training, scheduling, and managing field staff. Page6 of43 Section A: Specifications City of Jacksonville Beach Date: 07/03/2014 RFP #: 11-1314 Debris Monitoring Services 5. Monitoring Debris Removal Contractor operations and making or implementing recommendations to improve efficiency as well as speed up recovery work to assure all debris removal work meets FEMA eligibility guidelines. 6. Assisting the City with responding to public concerns and comments. 7. Developing daily operational reports to keep the City informed of work progress. 8. Development of maps, Geographic Information System "GIS'' applications, etc., as necessary. 9. Comprehensive review, reconciliation, and validation of Debris Removal Contractor invoiCes prior to submission to the City for processing. 10. Track all contract costs and adhere to the 'not to exceed' limit as defined. Notice must be provided to the City as costs approach the limit. c. Collection Routing: The selected finn will assist in the development and implementation of a collection routing plan. This task will ensure a managed, organized approach to debris collection, reducing the potential for contractors to focus collection efforts on those areas with the highest profit potential. D. Collection Inspection: In order to obtain FEMA reimbursement, all loads must be inspected in the field by collection inspectors. The selected firm will establish a load ticket process and provide collection inspection staff to record required FEMA data. The selected fum will train collection inspectors to assure proper FEMA documentation protocol requirements are instituted and followed. 1. CertifYing Debris Removal Contractor vehicles for debris removal using methodology and documentation practices appropriate for contract monitoring. 2. Entering load tickets into a database application. 3. Digitization of source documentation (such as load tickets). 4. Furnishing and operating an automated/electronic (paperless) debris tracking system. E. Disposal Site Inspections: FEMA reimbursement requires all trucks to be measured for volume and inspected to determine fullness, type of waste and point of origin. The selected finn will provide tower monitors and spotters to include; inspection of debris during loading and observe unloading operations at designated disposal sites. The selected firm will coordinate the logistics of the disposal site to ensure efficient traffic flow and proper handling of load tickets that record required FEMA data (such as truck fullness, type of waste, etc.). As necessary, the selected finn must provide professional engineers to provide oversight to ensure compliance with Florida Department of Environmental Protection (FDEP) regulations and FEMA reporting requirements. Page? of43 Section A: Specifications City of Jacksonville Beacll Date: 07/03/2014 RFP #: 11-1314 Debris MoniJoring Services 1. Development of a debris management plan -including identification of an adequate number of locations for debris monitoring services. Staff training as necessary upon request of the City. 2. Hazard mitigation plans and programs upon request of the City. F. Data/Documentation Preparation: The selected finn will be responsible for collecting, spot auditing for completeness and accuracy, entering, tabulating, and organizing disposal data into required FEMA formats. The selected finn will provide the City and the Debris Removal Contractor with regular updates on the quantities of debris collected. 1. Project Worksheet and other pertinent report preparation required for reimbursement by FEMA, and any other applicable agency for disaster recovery efforts by City staff and designated debris removal contractors. 2. Other emerg~ncy management plans and documents as directed by the City. G. Grant Management Consulting Services: As directed by the City, the selected firm shall provide: 1. Identification of eligible emergency and permanent work (Category A-G); 2. Damage Assessment 3. Assistance in attaining Immediate Needs Funding. 4. Prioritization of recovery workload. 5. Loss measurement and categorization. 6. Insurance evaluation, documentation adjusting and settlement services. 7. Project Worksheet formulation, generation and review. 8. FEMA, FHW A, HMGP, CDBG, NRCS and additional reimbursement support. 9. Staff augmentation, :final inspections, supplemental Project Worksheet generation and final review. 10. Appeal services and negotiations. 11. Reconstruction and long-term infrastructure planning, and 12. Final review of all emergency and permanent work performed. 6. LOAD TICKETS: 6.1 "Load tickets, will be used to record volume of debris from City locations. ''Electronic" Load Tickets are required to help with documenting, tracking and reporting. Use of Electronic Load Tickets/Reporting must include all necessary information required by FEMA and FHW A and follow all Federal, Page 8 of43 Section A: Specifications City of Jacksonville Beacll Date: 07/0312014 RFP#: 11-1314 Debris Monitoring Services State and local laws, rules, regulations and guidelines. 6.2 Load tickets (electronic) will be issued by the selected firm Debris Manager or designee prior to departure from the loading site. The Debris Manager or designee will provide one (1) certified paper copy of the ticket and create one (1) digital copy. The selected firm for this solicitation will track and log all Load Tickets subject to current FEMA guidelines at the time of the event and shall utilize electronic devices to capture the load ticket information in real time. 6.3 Each load ticket will contain the following information: • Ticket Number • Contract Number • Date • Debris Monitoring Firm Name • Site Departure Time • Dump Anival Time • Debris Classification • Debris Quantity • Site Origin • GPS Coordinates of the Load Location • Debris Removal Contractor name or code • Photo of Load at load site • If tonnage contract, weight of debris in tons • If cubic yardage contract, percentage full of truck bed and separate percentage full of trailer if a trailer is attached • Any additional information required by FEMA 6.4 Automated Debris Tracking & Reporting Systems "Electronic Load Tickets'' per FEMA policy document 327 "Public Assistance Debris Monitoring Guide", recent advances in automated debris management tracking systems have provided real-time and automated tracking and reporting. FEMA embraces technological advancements and recognizes the potential benefits of these automated systems. Respondents must demonstrate in its proposal that it maintains on hand sufficient automated debris tracking equipment dedicated to meet the needs of the City. Respondents must demonstrate a minimum of three (3) successful projects using Automated Debris Monitoring Software (ADMS) technology within the last three (3) years. If the Respondent is licensing such technology, the Respondent must provide a written letter from licensor acknowledging licensor has a minimum of 100 devices on hand for the Respondent's use in the evertt of a disaster and that such devices will be made available for the City's recovery efforts. The Respondent shall include graphic illustration and explanation of system capability and be prepared to demonstrate system ftmctionality if requested at the time of proposal evaluation and/or interview. Page9 of43 Section A: Specifications City of Jacksonville Beacll Date: 07/03/2014 7. REPORTING: RFP#: 11-1314 Debris Monitoring Services 7.1 The selected firm shall provide the following assistance in addition to debris inspection, monitoring and reporting services: o Recovery process documentation -review the Debris Removal Contractor's recovery process documentation plan. • Review documentation of recovery process. • Provide written and oral status reports as requested by the City. • Review documentation for accuracy and quantity. • Assist in preparation of claim documentation. 7.2 The selected finn shall review daily reports by the Debris Removal Contractor submitted to the City's Debris Manager each day during the performance of this contract. Each report shall contain, at a minimum, the following information: • Selected Finn Name • Contract Number • Crew • Location of Work • Day of Report • Daily and cumulative totals of debris removed, by category 7.3 Inform the City of any discrepancies between the daily reports and the corresponding load tickets and follow up to make sure the items have been reconciled no later than the following day. 8. REQUIRED EQUIPMENT AND MANPOWER: The selected firm shall make available all man power necessary to carry out all essential activities to fulfill this contract. The inspection, monitoring and reporting work must be conducted in a systematic and predictable manner. The selected firm shall ensure all staffed and sub-contracted employees use proper safety equipment, including but not limited to: hard hat, safety glasses, ear plugs, work boots (with safety toe) gloves and rain gear if necessary to complete the activities required to fulfill this contract. 9. PERSONNEL QUALIFICATIONS: 9.1 Project Manager: A Project Manager must have a minimum of five (5) years experience in disaster debris management. All Project Managers assigned to this contract must be an employee of the selected firm. This position will serve as the selected firm's manager on the project. This position will direct the activities of contractor staff and will work directly with the City's Debris Manager. The Project Manager will be involved in pre-event planning and meetings as to become familiar with the City and its operation. 9.2 Field Operation Manager: A Field Operations Manager must have a minimum of two (2) years experience in Page 10 of43 Section A: Specifications j City of Jacksonville Beach Date: 07/03/2014 RFP#: 11-1314 Debris Monitoring Services disaster debris management. They will oversee all Inspectors and Monitors listed below and must be an employee of the selected finn. 9.3 Field Coordinators: Assist in setting-up and manning the Debris Management Services. Help train the Site and Field Monitors and track their performance. Assist in assigning Field Monitors to contract haulers. Assist in assigning Field Monitors and contract haulers to specific locations. Assist in tracking the daily collection on countywide grid map. Assist in coordinating the daily collection operation in concert with the contract hauler's Site Superintendent. Track the daily count of Field Monitors necessary to meet the contract hauler 1s demands. Track the daily count of contract hauler's trucks, trailers and loading equipment. Provide daily collection status reports to the Project Coordinator on request. Fill in as Site Monitor if needed. Record and inspect any property damage, public or private that may occur during the debris removal operation. Track and verifY the satisfactory repair of any damage. 9.4 Disposal Site Monitors: Disposal Site Monitors and Disposal or Tower Monitors must have a High School Diploma or GED and be adequately trained on Debris Operations. Site Monitors must be trained to evaluate and certify that each load of debris represents the actual size of the load by percentage of total rated capacity. Site Monitors must certify the percentage of load and sign off on the electronic load ticket for the cubic yard quantity or weight to be FEMA reimbursable. 9.5 Load Site Monitors: Trained to follow each contract hauler as debris is collected throughout the City. The Monitor must witness and certifY by street address that the stonn debris was collected from City· Property only. The Monitor must verifY that the debris piles are not mixed (vegetation or construction & demolition debris) before loading. The Monitor is assigned to the hauler(s) and given certain locations to collect either vegetation or C&D debris. The Monitor must assure that all targeted debris is removed by the contract hauler during each pass before the contract hauler may move to a new location. The Monitor must record the time, location and sign the electronic load ticket before the load can be delivered to the collection site for processing. The Monitor is responsible for reporting any unsafe or unauthorized collection practices to the Disposal Site Monitors for corrective action. 9.6 Billing I Invoicing Manager: A Billing I Invoice Manager must have two (2) years experience working with Accounting to ensure all invoices are properly handled and payment for subcontractors are processed in a timely manner. The Billing/Invoice Manager will work under the supervision of the Project Manager and be an employee of the selected firm. 9.7 Data Manager: A Data Manager must have two (2) years experience working with a relational database management system. The Data Manager will work under the supervision of the Project Manager and be an employee of the selected firm. Page II of43 Section A: Specifications City of Jacksonville Beach Date: 07/03/2014 9.8 Automated Ticket Analyst: wlll report to the Data Manager. 10. SERVICES TO BE PROVIDED BY THE SELECTED FIRM: A. Administration: The listed services shall be perfonned by the selected fum: RFP #: 11~1314 Debris Monitoring Services 1. The selected finn shall ensure electronic daily reports are provided to the City's Debris Manager or designee and other key City persmmel within a minimum number of hours requested by the Debris Manager. The selected firm shall ensure that debris monitors report within a minimum number of hours after the disaster event. 2. It is the responsibility of the selected firm to assist the City's Debris Manager in performing: a) Contract Administration. b) Damage Assessment. c) Environmental pennitting of temporary debris management sites. d) Truck Certification. e) Debris Removal Monitoring. f) Quality Assurance and Quality Control of all documentation pertaining to debris removal monitoring. g) Assist the City in responding to public inquiries. h) Be available to address questions from FEMA and FHW A both during and after services have been perfonned. I) Other duties as assigned related to debris management. 3. Provide assistance as needed pre-event which may require location in a designated county or city. B. Debris Monitoring Operations: The selected firm shall coordinate with the City to schedule debris removal monitoring and oversee all contractor operations. The selected finn shall provide the following: The selected finn Project Manager shall be responsible for the overall project management and coordination of the debris monitoring services required to oversee the debris removal operation. The Project Manager shall be the point of contact to the City. The Project Manager shall assign Field Operations Manager(s) to oversee the Debris Removal Contractor(s), monitors, and a Data Manager to provide supervision of the data collection operation and documentation process. Project Manager duties include but are not limited to the following: 1. Ensure a sufficient number of trained debris monitors are available to monitor the Page 12 of43 Section .A: Specifications City of Jacksonville Beach D~tte: 07/03/20 14 "first push" (cut & toss) operations. RFP #: 11-1314 Debris Monitoring Services 2. Ensure a sufficient number of trained debris monitors are available to monitor all "first pass" and subsequent passes of debris removal and hauling activities. 3. Provide tower I disposal site monitors to observe and record all debris loads entering the temporary debris management sites. 4. Provide tower I disposal site monitors to observe and record all debris loads exiting the temporary debris management sites for final disposal. 5. Conduct safety meetings with field staff, as necessary. 6. Respond to and document issues regarding complaints, damages, accidents or incidents involving the Consultant or Contractor personnel and ensure that they are fully documented and reported. 7. Coordinate daily briefmgs with the City and the Debris Removal Contractor(s), daily status reports of work process and staffing if requested by City. 8. Ensure documentation of environmental authorizations and/or permits for temporary debris management sites and final disposal. 9. Review and reconcile debris removal contractor invoices submitted to the City. 10. Preparation of interim operations and status reports and final report, as directed by the City Debris Manager. C. Field Monitoring The selected finn shall provide trained staff with all necessary equipment and transportation in sufficient numbers to adequately monitor all operations supervised by Field Operations Managers. Duties of monitors shall include, but are not limited to, the following: 1. Truck certification and documentation of all vehicles used in the debris removal activities utilizing automated debris system. 2. Quality assurance I quality control (QNQC) of truck certification measurements throughout life of project. 3. Provide monitoring services and documentation of all eligible debris removal activities :from Federal Aid eligible roadways-First Push (Cut & Toss) and First Pass using electronic devices. 4. Provide monitoring services and documentation of all eligible debris removal activities on non-Federal Aid eligible roadways as directed by the City-First Push (Cut & Toss) and First Pass. 5. Provide monitoring services and documentation of all eligible debris removal activities from second and subsequent passes on all roadways as directed by the City. 6. Ensure that ineligible debris is not collected by the Debris Removal Contractor, unless directed in writing by the City. 7. Disposal Site/Tower Monitors will observe and record electronically the truck quantity estimates of inbound and outbound debris. Photographs are be required to support documentation. Page 13 of43 Section A: Specifications Qty of Jacksonville Beach Date: 07/03/2014 RFP #: 11-1314 Debris Mo11ltorlng Services 8. Exit Site Monitors will observe that all outbound trucks are fully discharged of their load prior to exit from the temporary debris management site and capture a photo of the empty truck or trailer using the electronic device. 9. Monitors will ensure that accurate, legible, and complete documentation is provided through load tickets, truck certifications, and/or other logs and reports, as required and that all information is captured electronically in real time using electronic devices. 10. Maintain photo documentation of the debris removal trucks and activities, specifically of the hazardous stump removal process, hangers, leaners, or tree removal and/or other special or unusual occurrences in the field utilizing electronic devices and system. 11. Document and report activities to the City which may require remediation, such as: fuel spills, hazardous materials collection locations, and other similar environmental concerns. 12. Document and report to the City damages which occur on public or private property as a result of the debris removal operations. 13. Document and report to the City any violations of Department of Environmental Protection's.(DEP) debri~ site conditions. 14. If DEP debris site conditions are violated the Consultant shall oversee tasks sufficient to satisfy the DEP performed by the debris removal contractor. D. Data Management and Documentation: The selected finn shall ensure all necessary documentation is provided as follows: 1. Ensure all eligible debris removal operations activities are documented and tracked specific to the FEMA Public Assistance "PA" program or other applicable Federal state or local agencies utilizing electronic devices. 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 QAIQC program throughout the life of the project. 4. Load tickets documenting the eligible debris removal and/or disposal activities by the applicable FEMA PA program, and/or other federal, state or local programs as outlined in and in accordance with the Debris Management Plan. All load tickets shall be. captured using electronic devices.· s. Documentation of eligible hazardous stump removal, hangers, leaners, or tree removal which includes photos, GPS coordinates street identifier, and/or other Page 14 of43 Section A: Specifications City of Jacksonville Beach Date: 07/03/2014 RFP #: 11~1314 Debris Monitoring Services information as available and applicable shall all be captured and recorded in real time using electronic devices. 6. Environmental authorizations and/or permits, as applicable. 7. Daily electronic spreadsheet summaries of cubic yards/tons collected by Federal program. The daily summary shall be communicated to the City's Debris Manager or designee via electronic mail delivery. 8. Production in electronic fonnat copies of all documentation for submittal to Federal and/or State agencies. 9. Assist the City in creating field maps using Geographic Information Systems (GIS), as well as track and present contractor progress in GIS as requested by the City. 1 o. Organize, maintain, and provide the City electronic copies of documentation in a satisfactory manner. All documentation and information related to the project shall be surrendered to the City upon completion of the project. E. Equipment Requirements: The selected finn must utilize ~lectronic debris monitoring and must comply with requirements set forth in the following sections E through G. 1. Handheld Units (HHU) -The selected firm will provide weather proof and shock resistant handheld units (HHU) for recording debris management data in the field. These IDID devices will be capable of writing data to, and reading data from, the remote database. HHU's shall have the capability to detennine locations by GPS and the capability to write GPS coordinates to the data being recorded in real time. All field units will be operated by stand~alone power sources which will allow the units to perform uninterrupted for a shift. The HHU's will perform three functions: (1) Recording of initial load data information with photos, (2) verification of vehicle certification, and recording of debris type and quantity, and (3) recording of final disposal and dump information for the final disposal place of debris for each load. a) IlliU's capable of recording truck certification data into a remote database 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 with separate identification for both truck and trailer. b) IlliU's capable of recording user ID information, including a unique user ID, digital photograph and any additional user information required for system operation. c) GPS -HHU units shall have integrated GPS capability. GPS readings (accuracy within 3 meters of the HHU) shall automatically be recorded Page 15 of43 Section A: Specifications City of Jacksonville Reach Date: 07/03/2014 RFP #: 11-1314 Debris Monitoring Services 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. 2. Durable Printer -The selected firm shall provide a durable printer to print load tickets at the request of the City. Once the tower manager completes the· load data entries the infonnation 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 prime contractor). '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 moishl!e 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. 3. Server(s) -The selected finn shall provide computer servers for the storage and maintenance of records. The data contained in the selected firm's database shall be placed on the Internet for controlled use, and be password protected by the selected finn. Upon completion of the work, the selected finn shall surrender the records to the City who shall maintain the official database and records on its government furnished secure server. 4. Back-up equipment -In the event of equipment malfunction, loss or damage, the selected finn 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. 5. GIS -GIS Mapping shall be provided by the selected finn 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. 6. Internet Accessible database -The selected finn will establish a web based database which is updated in 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. F. General Statement of Electronic Debris Monitoring System Parameters: 1. The system must utilize an encryption protected data storage device. The data storage device will store data collected in the field, such as fields typically found on traditional debris paper load tickets as well as truck certification information. The device must be capable of depicting images and other identifying data. 2. The system must have a database capable of storing all data collected in the field. The selected finn shall provide the City a copy of the database with a matching Page 16 of43 Section A: Specifications City of Jacksonville Beacll Date: 07/03/2014 RFP #: 11-1314 Debris Monitoring Services structure at the completion of the work unless otherwise specified. 3. The system must mclude the capability to share database records with contractors, sub-contractors, or designated Departments within 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, sub-contractor and customer must have pennissions 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. 4. IlliUs are used at the debris verification area of disposal site(s) by tower manager. The vehicle driver presents the printed load ticket, which was previously initiated by the field monitor, to the tower manager personnel located in the disposal site tower(s). The tower manager verifies the debris classification is appropriate (vegetative, C&D, missed) etc. and manually revises, if needed), verifies vehicle(s) and driver infonnation is correct, estimates and enters the load quantity into the mru. The HHU will automatically extract the information recorded earlier on the database and add the information to the tower manager's HHU including the date, time debris arrives, site ID, GPS readings, load quantity and tower manager's unique ID Code. G. Functional Specifications and System Architecture: 1. Ticket!I'ower Managers -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 tower managers. At a minimum, the system must have the following capabilities: a) Electronic registration of ticket/tower monitor. b) Link designated ticket/tower personnel roles to a specific mission. c) The ability to edit ticket/tower personnel roles i.e., create, update and delete. d) Store ticket/tower personnel contact information relative to the mission. e) Track and Manage ticket/tower personnel role and status. f) Assign and track equipment assigned to the user. g) Reject invalid ticket/tower personnel credentials. h) Reject invalid certification credentials. 2. 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. The following should be included: a) A means of electronically registering authorized debris vehicles and equipment. Page 17 of43 Section A: Specifications City of Jacksonville Beaclt Date: 07/03/2014 b) Generate uniform measurements e.g. feet and inches. c) Capture vehicle volume. RFP#: 11-1314 Debris MonitoriltgServices d) Utilize industry standard equations for all volume calculations. e) Capture drivers and certification team member unique identification numbers. f) A means to create barcodes with unique truck ID, digital photograph, truck and /or trailer measmements, vehicle volume, and other identifying data associated with the barcode. g) Must depict image and other identifying data. h) Must contain counter area for total cubic yards hauled. I) Must employ anti-tampering mechanism. j) Capability to recertify vehicles. k) Recettified vehicles must be recorded in an audit table and updated in real time I) Certification data must be associated to authorized system user. m) Create a printed truck certification record. n) Administrative reporting capabilities. 3. Debris Disposal Site Management: Completed Per-Unit point of ongm transactions must be received at the approved disposal site. Transactions are not considered complete until they are processed through the receiving applications. The system should provide the capability to: a) Accept site configuration data at the beginning of each work day. b) Dynamically configure receiving application based on site configmation data. c) Display certification data and photo ofload so that ticket/tower personnel can perform a field audit of truck/trailer to assme data matches certification and placard barcode number. d) Accept loads where: Mission and applicant are valid. • Authentication data is valid and unaltered. Paper ticket contains valid load data. e) Designate debris type. Page 18 of43 Section A: Specifications City of Jacksonv/1/e Beach Date: 07/03/2014 f) Record debris volume (based on Wlit of measure). g) Receive volume or per unit loads. h) Identify original load data. i) Identify duplicate load data. j) Configure number of hard copies. RFP #: 11~1314 Debris Monitoring Services k) Create load data record in internal storage and remote database. I) Continuously calculate and present realMtime disposal site statistics. m) Re-print load ticket data. n) Interface with durable outdoor printer. o) Preserve in its original state, and transmit real time transaction data p) Associate ticket/tower personnel credentials with each received load. 4. Field Administrative Functions: The system should 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. the system should provide the capability to: a) Change ticket/tower personnel identification badge roles and responsibilities. b) Review total CY quantities in real tim.e c) Audit vehicle certification data. d) Validateflnvalidate barcodes and identifying credentials of trucks e) Reinitiate security sequence for ticket/tower personnel or load monitors f) In tabular format, display the results of daily debris totals and quantities 5. 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 in real time. 6. Field Architecture -The field based system must be characterized by the following general statements of direction with respect to construction, operability, supportability and security. The system should: • Require user authentication credentials. Page 19 of 43 Section A: Specifications City of Jacksonville Beacfl RFP #: 11-1314 Date: 07/03/2014 · Debris MoniloringServlces o Display current version, • Synchronized with Greenwich Mean Time (GMT) for all date/time fields. • System must remain in a ready state by default. • Acknowledge successful load ticket submission via display status message. • Create identification structures which utilize encryption teclmologies. • Employ anti-tamper and anti-tearing methods and technologies. • Perform validation and checksum (a rwming production total of cubic yards or appropriate payment capacity) stored on each debris vehicle's remote certification records. 7. Initial Startup Procedure for Debris Removal -Debris missions are critical to emergency response and the selected firm should be adequately prepared to respond. H. Reporting: The City requires the selected finn to provide daily status reports, unless otherwise specified, of the debris removal operations, preparation of interim reports (as directed by the City Debris Manager), as well as a final report of the debris removal operations all of which shall be in electronic foimat. 1. The daily status report shall include at a minimum: the daily cubic yards/tons collected by material and by program cumulative totals in cubic yards/tons by debris type, number of debris removal crews and equipment operating, cubic yards/tons by debris type hauled to final disposal and location of final disposal, and total cubic yards/tons hauled to recycling or salvage facilities. 2. An inte~ status report may be required at the discretion of the City Debris Manager. A :Qnal report covering the history of the operations, the locations of temporary deb:Qs sites used, remediation and 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. I. Permits: The selected finn should: assist the City with any permit applications and coordination with environmental agencies; assist the City with any pre or post sampling of soil or groundwater and monitor compliance by the contractors to any permit requirements. J. Meetings and Communication: The selected finn should conduct daily meetings with the City and the Debris Removal Contractor and conduct field meetings as needed. Page20 of43 Section A: Specifications City of Jacksonville Beacll Date: 07/03/2014 11. MEASUREMENTS: RFP #: 11-1314 Debris Mo11itoring Services The selected finn shall verifY measurements submitted by the Debris Removal Contractor. Measurements for burnable debris removal will be by the cubic yard as predetermined through truck bed measurements. Trucks with less than full capacity will be adjusted down by visual inspection by the Debris Manager or designee. Measurements will be docmnented by load tickets utilizing the electronic devices in real time. Measurements for non~bwnable debris removed will be by the cubic yard as predetermined through truck bed measurements. Trucks with less than full capacity will be adjusted down by visual inspection by the Debris Manager or designee. Measurements will be documented by load tickets utilizing the electronic devices in real time. Measurements for payment of stumps removed with less than or equal to twenty four (24) inches diameter base cuts (measured twenty four (24) inches up from where the tree originally exited the ground) shall be included as bwnable debris. Measurements for payment of stumps removed with greater than twenty four (24) inches diameter base cuts (measured twenty four (24) inches up from where the tree originally exited the ground) shall be per stump. 12. PAYMENTS: The selected firm shall verifY payments submitted by the Debris Removal Contractor. All payments made under this contract will be in accordance with the Payment Section of this RFP. 13. COMMUNICATION: The selected fum's staff working on site shall be equipped with a cell phone or smart phone. Cell phone and smart phone numbers must be kept up to date and any changes must be 1Mi'v1EDIATELY communicated to the City's Purchasing Department for distribution to user departments. In the event that the selected firm can begin work at the time of site visit, the selected firm's authorized representative must have estimate foims with them at all times so that authorized City Staff can approve work in writing before work begins. The selected finn owner/authorized representative must be equipped with technology capable of receiving email outside ofthe office. 14. MOBILIZATION: A minimum of 24 hours prior to a known or anticipated event the contractor will mobilize as outlined in Section ''Required Equipment and Manpower." Page21 of43 Section A: Specifications City of Jacksonvl/le Beacll Date: 07/03/2014 15. OTHER CONSIDERATIONS: RFP #: 11-1314 Debris Monitoring Services The selected finn shall inspect and monitor the work, to ensure use of skilled labor and proper equipment for all tasks. Safety of the selected finn's personnel is the responsibility of the selected finn. Unit price shall include the cost of all materials, personnel, taxes, and fees necessary to perform under the terms of this contract. The selected finn must be duly licensed in accordance with the State's statutory requirements to perform work. The selected firm shall be responsible for taking corrective action in response to any notices of violations issued as a result of the selected finn's or any subcontractor's actions or operations during the performance of this contract. Corrections of any such violations shall be at no additional cost to the City. The City reserves the right to direct other Contractors and/or City personnel to work within the area included in this contract, if deemed necessary. Depending on the size of the event and extent of required debris removal, the City will determine whether debris monitoring services are necessary. The City reserves the right to handle the debris monitoring services for small events. 16. PRICE ADJUSTMENTS: 16.1 Contract renewal may be based upon satisfactory performance and funding as made available by the City through its regular budgeting process on an annual basis. Total Contract term will not exceed a period of six (6) consecutive years. This contract allows for an annual percentage price adjustment. The successful firm(s) may petition the City for price redetermination within sixty (60) days of the expiration of the anniversary date of the contract. All price adjustments must be mutually agreed by the City and the selected finn. 16.2 Any price redetermination will be based solely upon changes as documented by the Employment Cost Index (ECI) as published by the Bureau of Labor Statistics. The base index number will be the base for the fourth quarter of 2014 as published in January 2015. The initial redetermination index number will be the index for the fourth quarter of2015 as published in January 2016. 16.3 Refer to Employment Cost Index, Table 5, for total compensation private industry workers, by industry and occupational group at: www.bls.gov/news.release/eci.t05.htm. The base figure will be tied to Trade, Transportation, and Utilities under the heading Service Providing Industries. 16.4 The difference will be the maximum percentage increase allowed. This percentage may be applied to both the rate paid to the respondent's employee and the billed Page 22 of43 Section A: Specifications City of Jacksonville Beacll Date: 07/03/2014 RFP #: 11-1314 Debris Monitoring Services rate. [Example: March 2007 Index = 103.1, March 2008 Index =106.1: therefore the maximum increase =106.1-103.1 = 3%]. 16.5 For all periods after the first year the January indexes will be used. 16.6 If the City and the selected firm cannot agree on the price redetermination, then the contract will expire without prejudice. The City reserves the right to award any service(s) from an expired contract to the next ranked fum that is still under contract. 17. SUBMIITAL REQUIREMENTS/WRITTEN EVALUATION CRITERIA: Proposals shall include all of the information solicited in this RFP, and any additional data that the Respondent deems pertinent to the understanding and evaluating of the proposal. Proposals shall be organized and sections tabbed in the following order. The Respondent should not withhold any information from the written response in anticipation of presenting the information orally or in a demonstration, since oral presentations or demonstrations may not be solicited. Each Respondent will be ranked based on an analysis of the criteria herein addressed. 17.1 ALL PROPOSALS SHALL INCLUDE AT MINIMUM: The required Forms described in Section B: General Provisions together with the following Tabs: Tab 1: Respondent's Profile and Submittal Letter RFP Submittal Letter signed by authorized agent of the business/cm:poration with proof of authorization from business. A brief profile of the firm, including: • A brief history ofthe business • Organizational structure ofbusiness • Designation of the legal entity by which the business operates (i.e. sole proprietorshi:e, partnership, limited liability partnership, corporation, Limited Liability Corporation, etc.) • Ownership interests • Present status and projected direction of business • Documentation from the appropriate state's agency confi.rmin~ firm's legal entity type (i.e. sole pro~rietorship, partnership, limited liability partnership, corporation, Linuted Liability Corporation, etc.). For non- Florida businesses submit documentation from the state in which the business was fonned and documentation from the State of Florida providing authorization to perform business in the state of Florida • Federal Identification Number of finn. Tab 2: References List at least three (3) recent and relevant references where the proposed services have been used within the past five ( 5) years. The degree of relevant experience of the Respondent with agencies of similar size and character will be a primary Page23 of43 Section A: Specifications City of Jacksonville Beacll Date: 07/03/2014 RFP #: 11-1314 Debris Monitoring Services factor. The inf01mation requested in this section should describe the qualifications ofthe finn, key staff and subcontractors providing Debris Inspection, Monitoring and Reporting Services for state and local governments that are similar in size and scope, to demonstrate competence to perform these services. Disclose any past problems with FEMA or similar agencies. Tab 3: Experience of Personnel Describe the approach and ·methods for managing the operation as well as the completion of this project. Provide a list of staff who will be assigned to the City's accoWlt. Include a resume for each listed individual, with a description of their qualifications and nature of their previous assignments. Tab 4: Approach, Methodology and Timelines Describe Respondent's understanding of the City's needs, the objectives to be accomplished, and should refer to the Scope of Services of this Request for Proposal. Describe the scope of services proposed for the project, including the Respondent's overall approach to address tasks assigned. Suggested deviations from the tasks or schedule may be proposed but must be clearly identified as such and explained. Suggested deviations from the tasks or schedule may be proposed but must be clearly identified as such and explained. The submittal shall also include copies of the Respondent's proposed "debris Load Tickets" and "Daily Reports." Tab 5: Electronic Device & Automated Debris Management System Describe in depth the key components of the electronic devices proposed to be used in providing the necessary services as well as the architecture of the automated debris management system. Tab 6: Occupational License and W"9 Tab 7: Proof of bonding ability from Surety Company 18. PROPOSAL IS NOT A BID: Tbis Request for Proposal is not to be considered a bid. The City will evaluate responses based an the criteria set forth in this RFP. The evaluation process is to consider all requested criteria to determine which firm is the most highly qualified to perform the required services. Page24 of43 Section A: Specifications City of Jacksonville Beacll Date: 07/03/2014 SECTION B: GENERAL PROVISIONS 1.1 INSTRUCTIONS TO RESPONDENTS RFP#: 11-1314 Debris Monitoring Services • Specifications that are explicit to this particular Request for Proposal Number 11-1314 are found in SECTION A, which begins on~. • The Minimal Proposal Package shall consist of the following: Form 1: Proposal Tender Form Form 2: Proposal Award Notice Form 3: Required Disclosure Form 4: Drug-Free Workplace Compliance Form 5: Non-Collusion Affidavit Form 6: Non-Bankruptcy Affidavit Form 7: Schedule of Subcontractors Tab 1: Respondent's profile and submittal letter Tab 2: References Tab 3: Experience of Personnel Tab 4: Approach, Methodology and Timeliness Tab 5: Electronic Device & Automated Debris Management System Tab 6: Occupational License and W-9 Tab 7: Proof of bonding ability from Surety Company as requested All forms must be completely filled out, appropriately executed and submitted as part of the proposal package. These start on page 35. Failure to comply with the requirements of this paragraph may be construed by the CITY as proper grounds for disqualifymg any proposal at the CITY's sole discretion. 1.2 TERMS AND CONDITIONS A. General. It is the purpose and intent of this contract to secure the supplies and/or services listed herein for the City of Jacksonville Beach, Jacksonville Beach, Florida, hereinafter called the "CITY.'' B. Time for CITY Acceptance. Unless otherwise specified herein, the submitter will allow sixty (60) days from the last date for the receiving of proposals for acceptance of its submittals by the CITY. C. Effective Contract Term Start Date. The effective contract term start date shall be the date of award by the CITY or date ofNotice to Proceed, whichever is later. D. Contract Termination. Subject to a thirty (30) day written notice, the CITY reserves the right to terminate the resulting contract for the following causes: Page25 of43 Section B: General Provisions City of Jacksonville Beach Date: 07/03/20 14 RFP #: 11-1314 Debris Monitoring Services 1) The CONTRACTOR fails to perform the work in a satisfactory manner as determined by the CITY. 2) The CONTRACTOR fails to perfonn the work in a timely manner as detennined by the CITY. 3) For convenience. By the CITY, effective upon the receipt of notice by CONTRACTOR. The CITY's performance and obligation to pay under this Agreement is contingent upon annual appropriations. E. Award. 1) The CITY reserves the right to waive informalities, to reject any and all proposals, in whole or in part, and to accept the proposal(s) that in its judgment will best serve the interest of the CITY. 2) The CITY specifically reserves the right to reject any conditional proposal and will normally reject those that make it impossible to determine the true amount of the submittal. Each item must be itemized separately and no attempt shall be made to tie any item or items together. F. Inspection. All supplies and workmanship shall be subject to inspection and test after arrival at destination. In case any articles are found to be defective, or otherwise not in conformity with the specification requirement, the CITY shall have the right to reject such articles. G. Payments. The Contractor shall be paid, upon the submission of invoices in triplicate, the prices stipulated herein for articles delivered and accepted. Invoices must show Purchase Order Number. 1.3 ADDITIONAL INFORMATION The infonnation in this RFP package is provided to facilitate proposals. Much effort was made to provide necessary and accurate infonnation, but the CITY is not to be penalized for any lack of completeness. If you require further infonnation regarding this submittal, please contact Jason Phitides, Purchasing Administrator in the Purchasing and Procurement Division at (904) 247-6229. 1.4 ADDENDA TO THE RFP If any addenda are issued to this RFP, a good faith attempt will be made to deliver a copy to ~ach of the Respondents, who, according to the records of the Purchasing and Procurement Divi~ion previously requested a copy of this RFP. However, prior to submitting a proposal, it shall be the responsibility of the Respondent to contact the CITY' s Purchasing and Procurement Division (904~247~6229) to determine if any addenda were issued and if so, to obtain such addenda for attachment to, and consideration with, the RFP. Respondents should either acknowledge receipt of such addenda on their proposal, or attach such addenda to their proposal. Page 26 of 43 · Section B: General Provisions City of Jacksonville Beach Date: 07/03/2014 1.5 USE OF PROPOSAL RESPONSE FORMS RFP #: IJ-1314 Debris Monitoring Services All proposals must include the completed Proposal Tender Form provided in this package, and all questions must be answered. Proposals may not be accepted where the Proposal Tender Form has been retyped or altered by the Respondent. Failure to comply may preclude consideration of the proposal. Supplemental information may be attached to the Proposal Tender Form. 1.6 DEVIATIONS FROM REQUESTED PLAN The contract terms and conditions stipulated in this RFP are those required by the CITY. Respondents are required to submit their proposal, which complies with the requested services. Any deviations from the services requested should be clearly noted. 1.7 CONFLICT WITH SPECIMEN CONTRACTS Unless specifically noted to the contrary as a deviation from the RFP, the submission of Respondent's specimen contract with a Respondent>s proposal submittal shall not constitute notice of the Respondent's intent to deviate from the RFP in a restrictive manner. Unless specifically noted otherwise, the attachment of the Respondent' s specimen contract shall be deemed to be an offer in at least full compliance with the RFP, and the Respondent expressly agrees to reform said contract to the extent inconsistent in a restrictive manner from the RFP. That is, submission of a Respondent' s contract shall be deemed solely an offer of supplemental terms and conditions not otherwise addressed in the RFP or a broadening of terms and conditions to the benefit of the CITY beyond that required by the RFP. 1.8 ERRORS IN SUBMITTALS Respondents shall fully inform themselves as to the conditions, requirements and specifications before submitting the proposal. Failure to do so will be at the Respondent's own risk, and a Respondent cannot secure relief on a plea of error. Neither law nor regulations make allowance for errors either of omission or commission on the part of the Respondents. 1.9 LEGAL AND REGULATORY COMPLIANCE The Respondent must agree to comply with all applicable federal, state and local laws, ordinances, rules and regulations as the same exist and as may be amended from time to time, including, but not limited to the Public Records Law, Chapter 119, Florida Statutes. 1.10 CANCELLATION/NON-RENEW ALl ADVERSE CHANGE/RATE INCREASE NOTICE The CITY should be given at least a 90-day notice of cancellation, non-renewal, adverse change or increase in rates. (If applicable) N/A Page 27 of43 o Section B: General Provisions City of Jacksonville Beaclt Date: 07/03/2014 1.11 W AIVER!REJECTION OF PROPOSALS RFP#: Il~I314 Debris Monitoring Services The CITY reserves the right to waive formalities or informalities in proposals and to reject any or all proposals or portions of proposals, or to accept any proposals or portions of proposals deemed to be in the best interest(s) of the CITY or to negotiate or not negotiate with the Respondent. 1.12 AUTHORIZED OFFER The person submitting the proposal should indicate the extent of authorization by the Company to make a valid offer in the proposal summary that may be accepted by the CITY to fonn a valid and binding contract. If the person submitting the proposal is not authorized to submit a proposal that can be bound by CITY acceptance, such a person should also obtain the signature of an authorized representative of the Respondent's firm, that may result in a bound contract upon the CITY' s acceptance. 1.1~ EVALUATION OF PROPOSALS The CITY will evaluate each proposal based on all the criteria set forth in the RFP. Fees may be requested as part of the proposal package. However, if fees are requested, the CITY reserves the right at its sole discretion to exclude the fees from the evaluation process. The evaluation process will consider all other requested criteria to determine which finn is the most highly qualified to perform the required services. 1.14 USE OF PROPOSAL BY OTHER AGENCIES It is hereby made a part of this RFP that the submission of any proposal response to the advertisement request constitutes a p:J;oposal made under the same terms and conditions, for the same contract price, to other government agencies if agreeable by the submitter and the government agency. At the option of the vendor/contractor, the use of the contract resulting from this solicitation may be extended to other governmental agencies including the State of Florida, its agencies, political subdivisions, counties and cities. Each governmental agency allowed by the vendor/contractor to use this contract shall do so independent of any other governmental entity. Each agency shall be responsible for its own purchases and shall be liable only for goods or services ordered, received and accepted. No agency receives any liability by virtue of this RFP and subsequent contract award. 1.15 PUBLIC ENTITY CRIMES STATEMENT A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal on a contract to provide any goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit a proposal on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with any public entity, and may not Page 28 of43 Section B: General Provisions City of Jacksonv/lle Beach Date: 07/03/20 14 RFP #: 11-1314 Debris Monitoring Services transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of36 months from the date of being placed on the convicted vendor list. 1.16 CONFLICT OF INTEREST CERTIFICATE Under no circumstances should any prospective Respondent or any person or persons acting for or on behalf of the said prospective Respondent, seek to influence or gain the support of any member of the City Council or the City Staff favorable to the interest of any prospective Respondent or seek to influence or gain the support of any member of the City Council or City Staff against the interest of any prospective Respondent. Any such activities shall result in the exclusion of the prospective Respondent from consideration by the CITY. · 1.17 DISCRIMINATION CLAUSE An entity or affiliate who has been placed on the discriminatory vendor list may not submit on a contract to provide goods or services to a public entity, may not submit a proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not award or perform work as a contractor, supplier, sub-contractor, or consultant under contract with any public entity, and may not transact business with any public entity. 1.18 SAFETY REQUIREMENTS FOR CONTRACTORS PROVIDING SERVICES TO CITY A. The Contractor shall comply with all Federal/State Occupational Safety and Health Act (OSHA) Standards including 29 CFR 1910 and any other rules and regulations applicable to construction and maintenance activities in the State of Florida. The Contractor shall also comply with Chapter 442, Florida Statutes (Toxic Substances in the Workplace) and any county or City or any other agency's rules and regulations regarding safety. The Contractor must employ all possible means to prevent contamination or pollution of air, waterways and soil. B. The CITY's safety personnel or any supervisor or inspector may, but is not required to, order that the work be stopped if a condition of immediate danger is found to exist. Nothing contained herein shall be construed to shift responsibility or risk of loss for injuries or damage sustained as a result of a violation of this Article from the Contractor to the CITY; and the Contractor shall remain solely and exclusively responsible for compliance with all safety requirements and for the safety of all persons and property at the project site. C. The parties hereto expressly agree that the obligation to comply with applicable safety provisions is a material provision of this contract and a duty of the contractor. The CITY reserves the right to require demonstration of compliance with the safety provisions of this contract The parties agree that such failure is deemed to be a material breach of this agreement; and the Contractor agrees that upon such breach, all work pursuant to the contract shall terminate until demonstration to the CITY that the safety provisions of this agreement have been complied with. In no event shall action or failure to act on the part of the CITY be construed as a duty to enforce the safety provisions of this agreement nor shall it be construed Page 29 of43 Section B: General Provisions City of Jacksonville Beach Date: 07/03/2014 RFP #: 11-1314 Debris Monitoring Services to create liability for the CITY for any act or failure to act in respect to the safety provisions of this agreement. 1.19 INSURANCE REQUIREMENTS A. GENERAL INSURANCE PROVISIONS Hold Harmless: The City shaH be held harmless against all claims for bodily injury, disease, death, personal iJ:Uury, and damage to property or loss of use resulting there from, to the extent caused by the Contractor, unless such claims are a result of the City's sole negligence. Payment on Behalf ofthe City: The Contractor agrees to pay on behalf of the City, the City's legal defense, for all claims described herein. . Such payment on behalf of the City shall be in addition to all other legal remedies available to the City and shall not be considered to be the City's exclusive remedy. Loss Control/Safety: Precaution shall be exercised at all times by the Contractor for the protection of all persons, employees, and property. The Contractor shall comply with all laws, regulations and ordinances related to safety and health, shall make special efforts to detect hazardous conditions, and shall take prompt action where loss control and safety measures should reasonably be expected. B. PROOF OF CARRIAGE OF INSURANCE & NAMING CITY AS ADDITIONAL INSURED The Contractor shall furnish th~ City with satisfactory proof of carriage of insurance required herein. The Contractor shall name the City of Jacksonville Beach (City) as additional insured on the Contractor's, and any sub-consultant or sub-contractor's Public Liability, Property Damage and Comprehensive Automobile Liability Insurance Policies. The additional insured shall be provided the same coverage as the primary insured for losses arising from· work performed by the Contractor or its sub-consultants or sub-contractors. The proof of carriage or a copy of all policies shall be required prior to commencement of any work under this Contract. The CITY may order work to be stopped if conditions exist that present immediate danger to persons or property. The CONTRACTOR acknowledges that such stoppage will not shift responsibility for any damages from the CONTRACTOR to the Organization. C. INSURANCE REQUIREMENTS: Basic Coverages Required: During the tenn of this contract, the Contractor shall procure and maintain the following-described insurance and/or self-insurance except for coverage's specifically waived by the City. All policies and insurers must be acceptable to the City. These insurance requirements shall not limit the liability of the Contractor. The City does not represent these types of amounts of insurance to be sufficient or adequate to protect the Contractor's interests or liabilities, but are merely minimums. Page30 of43 Section B: General Provisions City of Jacksonville Beach Date: 07/03/2014 All insw-ers must carry a current A M Best rating of at least A- Worker's Compensation Coverage is required. RFP #: 11-1314 Debris Monitoring Services The CONTRACTOR and all subcontractors shall purchase and maintain worker's compensation insurance for all workers' compensation obligations imposed by state law and employer's liability limits of at least $100,000 each accident, $100,000 each employee and $500,000 policy limit for disease. The CONTRACTOR and all subcontractors shall also pw-chase any other coverage required by Jaw for the benefit of employees. General Liability Coverage is required for Contractor and all subcontractors. Commercial General Liability in Occurrence Form. Covemge A shall include Bodily Injury and Property Damage coverage for liability claims arising from premises, operations, contractual liability, independent Contractors, products and complete operations and including but not limited to coverage for claims resulting from explosion, collapse, or underground (x,c,u) exposw-es (if any). Coverage B shall include personal injury and is required. Coverage C, medical payments is not required. Amounts: Bodily Injury: Property Damage: $1,000,000 $1,000,000 $1,000,000 $1,000,000 each occurrence Aggregate each occurrence aggregate Products and Completed Operations are required for Contractor and all subcontractors. Amount: $1,000,000 aggregate Business Auto Liability Coverage is required for Contractor and all subcontractors. Business Auto Liability Coverage is to include bodily injury and property damage arising out of ownership, maintenance or use of any auto, including owned, non-owned and hired automobiles and employee non-ownership use. Amounts: Bodily Injury: Property Damage: $1,000,000 $1,000,000 $1,000,000 $1,000,000 Each Occurrence Aggregate Each Occurrence Aggregate Page 31 of43 Section B: General Provisions City of Jacksonville Beach Date: 07/03/2014 RFP#: JI-1314 Debris Monitoring Services Professional Liability is required for Contractor and all sub-contractors. Pollution Liability Required of Contractor and all subcontractors. The City requires Pollution/Environmental Liability insurance covering cleanup costs including on-site discovery and third party liability, on-site and off-site third party pollution liability coverage, natural resources damage coverage. Limits of Liability: $1,000,000 $1,000,000 Excess or Umbrella Liability Coverage. Each Pollution Event Limit Aggregate Policy Limit Umbrella Liability insurance is preferred, but an Excess Liability equivalent may be allowed. Whichever type of coverage is provided, it shall not be more restrictive than the underlying insurance policy coverages. Limits of Liability: Claims Made Coverage-No Gap $1,000,000 $1,000,000 Each Occurrence Aggregate If any of the required professional or pollution liability insurance is provided on a "claims made" form, such coverage shall extend for a period of not less than 3'6 months following completion of the contract. In the event of termination of claims made policy, extended coverage may be provided by assurance that extended discovery coverage of at least 36 months will be purchi:!Sed from the expiring insurer, or by assurance that the succeeding insurer will provide retroactive coverage with an inception date of at least on or before the effective date of this contract. D. CERTIFICATES OF INSURANCE OF CONTRACTOR AND ALL SUBCONTRACTORS. Required insurance shall be documented in Certificates of Insurance which provide that the CITY shall be notified at least 30 days in advance of cancellation, nonrenewal or adverse change. New Certificates of Insurance are to be provided to the CITY at least 15 days prior to coverage renewals. If requested by the CITY, the CONTRACTOR shall furnish complete copies of the CONTRACTOR's insurance policies, forms and endorsements. For Commercial General Liability coverage, the Contractor shall at the option of the City, provide an indication of the amount of claims, payments, or reserves chargeable to the aggregate amount of liability coverage. NOTE: Any sub-contractors approved by the City shall be required to provide proof of Page 32 of43 Section B: General Provisions City of Jacksonville Beacll Date: 07/03/2014 RFP #: 11-1314 Debris Monitoring SerpJces insurance identical in amounts as required by the contact to perform related services. All coverages shall name the City as "additional insured". Receipt of certificates or other documents of insurance or policies or copies of policies by the City, or by any of its representatives, which indicate less coverage than required will not constitute a waiver of the successful proposer(s)' obligation to fulfill the insurance requirements herein. 1.20 PERFORMANCE AND PAYMENT BONDS Respondents shall furnish in their proposal "proof of bond ability'' from their Surety Company indicating their ability to obtain a perfonnance and payment bond of at least $5,000,000 in the event it shall be requested by the City. Surety shall indicate in their letter their history with the Respondent and their willingness to process P&P Bonds as needed on the Respondent's behalf The selected finn shall furnish within seventy-two (72) hours of an "Event'' Notice to Proceed a 100% Performance Bond and I 00% Payment Bond in confonnance with Florida Statute 255.05, payable to the City as security for the faithful performance of the Contract and payment of sub-Contractors and/or suppliers. The Performance and Payment Bond shall be issued for each particular disaster event in which the Notice to Proceed is executed. The Performance and Payment Bonds shall be maintained throughout the Notice to Proceed execution period. At the completion of all work under a particular Notice to Proceed, the Performance and Payment Bonds shall be released after 90 days to ensure all sub-contractors have been paid. Costs of all bonds shall be included in proposed unit pricing. The Perfonnance and Payment Bond Fonn supplied by the City shall be the only acceptable forms for these bonds. If the selected finn fails to deliver the Performance and Paym~nt Bond within the specified time, including any extensions approved by the City, the City shall declare the selected finn in default of the contractual terms and conditions, and the selected finn shall cease work until the required Performance and Payment Bond is submitted to the City's Purchasing Department. The bond shall be issued by an agency authorized to do bUsiness in the State of Florida with a rating of "A" or higher, as listed in the A.M. Best & Company latest published rating. An Attorney in fact who signs a Perfonnance Bond must file with the bond a certified copy of his/her power of attorney to assign said bond. Level I Event: Tropical Stonn to Hurricane Category I; shall be in the amount of one million ($1,000,000.00) dollars. Level IT Event: Hurricane Category 2; shall be in the amount of three million ($3,000,000.00) dollars. Level III Event: Hurricane Category 3 and above; shall be in the amount of five million ($5,000,000.00) dollars. Page33 of43 Section B: General Provisions City of Jacksonville Beach Date: 07/03/2014 RFP#: 11-1314 Debris Monitoring Services Performance and Payment Bond amounts for other events shall be determined based on the severity and magnitude of the event. Should a catastrophe other than a hurricane occur, the City will inform the selected finn of the level of bonding required. Performance and Payment Bonds for each event shall comply with all other requirements, unless otherwise stated. If the catastrophic event diminishes after the Event ''Notice to Proceed" is issued, a stop work order shall be issued to cancel the Performance and Payment Bonds tied to said event. 1.21 NOTICE TO PROCE.ED The City will issue an Emergency Purchase Order Number along with a written ''Notice to Proceed" for the services referenced in thls RFP and resulting contract. The Respondent must acknowledge receipt of the written Notice to Proceed. Upon Notice to Proceed and mobilization, the Respondent shall provide the City with a detailed cost estimate. Upon receipt of the cost estimate the City will issue a Task Assignment along with a Purchase Order covering the costs listed in the Task Assignment. 1.22 BANKRUPTCY No finn will be issued a contract for the work, where a key representative has filed for bankruptcy personally or has been a CITY /officer or principal of a :firm, which has filed bankruptcy in the past seven (7) years. 1.23 NONEXCLUSIVE Notwithstanding the contract resulting from thls RFP, the CITY reserves the right to follow its normal purchasing procedures at any time to procure additional services for any of the types of work noted in thls RFP. 1.24 DRUG FREE WORKPLACE COMPLIANCE FORM Attached is a Drug Free Workplace Compliance Form. All submitted proposals must include this form executed by the proper representative of your company. (See attached Form 4). 1.25 PROPOSAL AWARD NOTICE FORM Attached is a Proposal Award Notice Form. All submitted proposals are to include this fonn to be notified of the recommendation of award. (See attached Form 2). Page34 of43 Section B: General Provisions City of Jacksonville Beach Date: 07/03/2014 RFP #: 11-1314 Debris Monitoring Services FORM 1: PROPOSAL TENDER FORM (page 1 of3) RFP NUMBER: 11-1314 DEBRIS MONITORING SERVICES TO: THE CITY OF JACKSONVILLE BEACH, FLORIDA DATE: ____________ _ Provide an hourly price for each of the positions listed below. If your company provides other related positions, please add. as appropriate. Note that descriptions are indicative of the type of work normally performed but descriptions are not comprehensive. a e : ate T bl 1 R S tructure e ns omtonn2 Db' M . Labor Classification Hourly Rate Principal Project Manager Field Operation Manager Field Coordinator Disposal Site Monitor with DebrisTech Device Load Site Monitor with DebrisTech Device FEMA/FHWA Liason Billing/Invoicing Manager Data Manager Automated Ticket Analyst a e : e rue re or ro2ram T bl 2 Rat St tu ~ P M anaeemen t Labor Classification Hourly Rate Principal In Charge · Subject Matter Expert Project Manager Senior Damage Assessment Estimator Damage Assessment Estimator Clerical Senior FEMA Program Advisor FEMA PA Program Coordinator Grants Management Supervisor Grants Manager FEMA Project Specialist Page 35 of43 Proposal Tender Form City of Jacksonville Beach Date; 07/03/2014 RFP #: 11~1314 J)ebris Monitoring Services FORM 1: PROPOSAL TENDER FORM (page2of3) NOTE: Respondent is solely responsible for developing I detennining I verifying for this project all plans I all methods I all quantities I all measurements and all manufacturers' requirements I recommendations necessary to provide a satisfactory fully completed project under the provisions of the RFP, to the CITY's satisfaction, to include costs for all labor, all equipment, all materials, all rental I leasing I purchasing of equipment and materials, all preparations, all repairs, all safety work, all quality control work, all disposal work, all mobilization and demobilization work, all subMcontractor work, all taxes, all insurance, all bonding if required, all inspection work, all verification work, all warranty work, all pennitting at all levels of govenunent, all contractor overhead, all contractor profit, and any I all other project related work and/or costlexpense that is not listed, and all of which shall be the basis for the Respondent's proposal for this RFP, the cost of such is incorporated into the hourly rates as proposed on page 1 of the Proposal Tender Fonn. I hereby certify that I have read and understand the requirements of RFP 11-1314 Debris Monitoring Services and as the Respondent, will comply with all requirements, and that I am duly authorized to execute this proposal/offer document and any Contract(s) and/or other transactions required by award of this RFP, SUBMIITED BY: Printed Name of Authorized Submitter CO:MPANY NAME: ADDRESS: CITY,STATE&ZW: ______________________________________ _____ TELEPHONE NUMBER: __________________________ _ EMAIL ADDRESS: _____________________________ _ LICENSE NUMBER: _________________________________ _ By:-:------------- Signature of Authorized Submitter Page 36 of43 Title (typed or neatly printed) Proposal Tender Form City of Jacksonville Beach Date: 07/03/2014 RFP#: 11-1314 Debris Monitoring Services FORM 1: PROPOSAL TENDER FORM (page 3 of3) ADDENDA RECEIPT VERIFICATION Respondent shall acknowledge receipt of all addenda, if any, to the RFP, by filling in Addenda Numbers and dates below. Addendum#: Dated: --Addendum#: --Dated: ---- Addendum#: --Dated: --Addendum#: --Dated: -- Addendum#: Dated: --Addendum#: --Dated: ---- PROPOSAL DOCUMENT TURN-IN CHECKLIST The following documents are to be completed, signed and submitted as part ofthe Submittal Package in response to this RFP. Failure to provide the listed documents may be cause for the CITY to consider rejection of the submitted proposal. 'This consideration will be at the sole discretion of the CITY. INITIAL SECTION SECTION TITLE Check-Off [ 1 FORM I PROPOSAL TENDER FORM (completed Pages 35 thru 37) [ 1 FORM2 PROPOSAL A WARD NOTICE FORM-(completed Page 38) [ ] FORM3 REQUIRED DISCLOSURE FORM (completed Page 39) [ J FORM4 DRUG-FREE WORKPLACE COMPLIANCE FORM (completed Page 40) [ ] FORMS NONCOLLUSION AFFIDAVIT (completed Page 41) [ 1 FORM6 NON BANKRUPTCY AFFIDAVIT (completed Page 42) [ 1 FORM7 SCHEDULE OF SUBCONTRACTORS (completed Page 43) [ ] TABI Respondent's profile and submittal letter [ l TAB2 References [ ] TAB3 Experience of Personnel [ ] TAB4 Approach, Methodology and Timeliness [ 1 TABS Electronic Device and Automated Debris Management System [ ] TAB6 Occupational License and W -9 [ ] TAB7 Proof of Bond ability from Surety Company NOTE: Please INITIAL Check-Off of each document I activity I requirement that is attached to the Proposal Tender Fonn and/or is required by the RFP and/or Addenda. By: _____________ _ Signature of Authorized Submitter Title (typed or neatly printed) Page 37 of43 Proposal Tender Form City of Jacksonville Beaclt Date: 07/03/2014 FORM2 PROPOSAL A WARD NOTICE RFP #: 11-1314 Debris Monitoring Services Cit}! C1f. Tacksonvi({e 'Beacfi 1460A Shetter Avenue, Jacksonville Beach, FL 32250, (904) 247-6229 NOTICE: Items 1 to 6 are to be completed by the Respondent. The Respondent is to submit the fonn to the CITY along with the Proposal Tender Fonn and other required documents. 1. CompanyName: 2. Address: 3. City, State & Zip: ---------------------- - 4. Attention: 5. Phone: ------~-------------Fax: -------------------- 6. E-mail address: PLEASE PRINT CLEARLY ****************************************************************************** ITEMS BELOW TO BE COMPLETED BY THE CITY OF JACKSONVILLE BEACH ****************************************************************************** Proposals were received and evaluated, and the following recommendation will be presented to the City Manager for award ofRFP No. 11-1314 per the attached Proposal Tabulation fonn(s). A written notice of inte~t to file a protest must be filed with. the Purchasing Administrator within three (3) days after receipt by the respondent of the Proposal Award Notice from the Purchasing Administrator in accordance with the procedures set forth in Section Xll K., City of Jacksonville Beach Purchasing Manual. If awarded RFP or combination of RFP Items, please do not proceed with any work prior to receiving an official City of Jacksonvil1e Beach Purchase Order and/or Notice-to-Proceed letter. Thank you for your proposal. Sincerely, CITY OF JACKSONVILLE BEACH Is/Jason Phi tides Purchasing & Procurement Division Page38 of43 Proposal Tender Form City of Jacksonville Beach Date: 07/03/2014 FORM3 REQUIRED DISCLOSURE RFP #: 11-1314 Debris Monitoring Services The following disclosure is of all material facts pertaining to any felony conviction or any pending felony charges in the last three (3) years in this State or any other state or the United States against (1) respondent, (2) any business entity related to or affiliated with respondent, or (3) any present or f01mer owner of respondent or of any such related or affiliated entity. This disclosure shall not apply to any person or entity which is only a stockholder, which person or entity owns twenty (20) percent or less of the outstanding shares of a respondent whose stock is publicly owned and traded: Signed:-------------Title: _____________ _ Contractor:------------ Page39 of43 c Proposal Tender Form City of JacksonvJlle Beach Date: 07/03/2014 FORM4 DRUG-FREE WORKPLACE COMPLIANCE RFP#: JI-1314 Debris Monitoring Services IDENTICAL TIE PROPOSALS -Preference shall be given to businesses with drug-free workplace prograiQs. Whenever two or more proposals, which are equal with respect to price, quality and service, are received by the State or by any political subdivision for the procurement of commodities or contractual services, a proposal received from a business that certifies that it has implemented a drug- free workplace program shall be given preference in the award process. Established procedures for processing tie proposals will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2) Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing the commodities or contractual services that are under contract a copy of the statement specified in subsection (I). 4) In the statement specified in subsection (1), notify the employees that, as a condition of working on the commodities or contractual services that are under contract, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation ofthis section. As the person authorized to sign the statement, I certify that this finn complies fully with the above requirements. Vendor's Signature Page40 of43 Proposal Tender Form ' I City of Jacksonville Beac!J Date: 07/03/2014 RFP #: 11-1314 Debris Monitoring Services FORMS NON-COLLUSION AFFIDAVIT ----------------'being first du1y sworn deposes and says that: I. He (it) is the------------------------' the respondent that has submitted the attached proposal; of 2. He is fully informed respecting the preparation and contents of the attached proposal and of all pertinent circumstances respecting such proposal; 3. Such proposal is genuine and is not a collusive or sham proposal; 4. Neither the said respondent nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including this affidavit, have in any way, colluded, conspired, connived or agreed, directly or indirectly, with any other respondent, finn or person to submit a collusive or sham proposal in connection with the Contract for which the attached proposal has been submitted; or to refrain from responding in connection with such Contract; or have in any manner, directly or indirectly, sought by agreement or collusion or communication, or conference with any respondent finn, or person to fix the price or prices in the attached proposal or of any other respondent or to fix any overhead, profit, or cost elements of the proposal price or the proposal price of any other respondent, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against other Respondents, or any person interested in the proposed Contract; 5. The price or prices quoted in the attached proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the respondent or any other of its agents, representatives, owners, employees or parties in interest, including his affidavit. By: _____________________ _ Sworn and subscribed to before me this------day of __________ _, 20 , in the State of ___________ ~ County of _______ _ -------------------Notary Public My Commission Expires:------------ Page41 of43 Proposal Tender Form City of Jacksonville Beach Date: 07/03/2014 STATE OF FORM6 NON-BANKRUPTCY AFFIDAVIT RFP#: 11-1314 Debris Monitoring Services COUNTY OF ____________ ~ ------------------:--:--=----:--=--is an officer and member of the firm of _______________ __, being first duly sworn, deposes and states that; I. The subsequent certification statement is a true and accurate statement as of the date shown below. 2. The affiant understands that the intentional inclusion of false, deceptive or fraudulent statements on this Non-Bankruptcy Affidavit constitutes fraud; and, that the City of Jacksonville Beach, Florida, considers such action on the part of the affiant to constitute good cause for denial, suspension, revocation. disqualification, or rejection of affiant's participation in RFP 11-1314. 3. Certification Statement: This is to certify that the aforementioned finn has not filed for bankruptcy in the past seven (7) years and that no owner/officer or principal of the aforementioned fum has filed for bankruptcy personally in the past seven (7) years or has been an owner/officer or principal of a finn which has filed for bankruptcy in the past seven (7) years. Affiant Signature Sworn to before me this ___ day of _____ ,, 20 __ by------ (Name of affiant) He/She is personally known to me or has produced __________ as identification. Signature ofNotary Notary's Printed Name Expiration ofNotary's Commission Affix Seal Here: Page42 of43 Proposal Tender Form ' I ,. ' ' I City of Jacksonville Beach Date: 07/03/2014 FORM7 RFP #: 11-1314 Debris Monitoring Services SCHEDULEOFSUBCONTRACTORS 1. (Company name) (type of work) (address) (telephone #) (city/state/zip) (federal J.D. #) 2. (Company name) (type ofwork) (address) (telephone #) (city/state/zip) (federal I.D. #) 3. (Company name) (type ofwork) (address) (telephone#) (city/state/zip) (federal I.D. #) Signed: ___________ _ Title: ___________ _ Contractor: __________ _ Page43 of43 Proposal Tender Form ' I ATTACHMENT ''B'' (To Contract Agreement for Debris Monitoring Services). RFP 11-1314 Response from ARX Disaster Management, Inc. DIBRSTER MRNRGEMENT ity af .Jacksonville Debris Monitoring Services Prep a ted for: . City of Jeoksonvllle Bauch Prepared by: ARX Disaster Management RFP Dote:· J1,1ly 23, 2014, 2:00P.M. RFP N\lmber: 11·1314 Protec:tlng ccmmunttlea. Leedlng Rec:overy. eac:h Table ar an tents SECTION 01 Profile & Submittal Letter Response Letter Profile Mississippi Documents Aorida Documents FEMA Compliance Jacksonville Beach Response Team SECTION 121e References City of Tupelo, MS ltawamba County, MS City of Pearl, MS City of Moore, OK Lamar County, MS Nassau County, NY City of long Beach, NY Town of Hempstead, NY Village of Garden City, NY Pearl River County, MS Lincoln County, MS Miscellaneous Projects SECTION 1219 Experleru:e of Personnel Corey J. Smith Brooks Wallace, P.E. Ryan Holmes, P.E. Marcus Smith Erin Detlllier SECTION 1214 Approat:h, Mel:hcdology, and Timellnee Technical Approach Operational Plan 2 3·6 7-8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30·34 SECTION 05 Elec:tronJc: oavlc:e & Automated Debris Management System Technology 35-36 System Overview 37 System Components 98 Process Details 39·41 ~~"M~~~g ~ Administration 43 Deployment 44·45 SECTION IZI6 Oc:c:upatlcnal Uc:ense and W-9 46 SECTION ra1 Proof of Bending AbiLity From surety Company 47 Appendix Fl -Required Forms 48·56 FORM 1: Proposal Tender Form FORM 2: Proposal Award Notice Form FORM 3: Required Disclosure Fonn FORM 4: Drug-Free Workplace Compliance Form FORM 5: Non collusion Affidavit FORM 6; Non Bankruptcy Affidavit FORM 7: Schedule of Subcontractors . ccntac:t Information 57 July 23,2014 City of Jacksonville Beach Attn: Purchasing and Procurement 1460-A Shetter Avenue Jacksonville Beach, FL 32250 Subject Debris Monitoring Services Mr. Jason Phltldes: Proter:tlng Communities. Leading ~er:overy. Arx Disaster Management, Inc. is a toll service debris management firm which is bullt upon a foundation of experience, knowledge and technology. The team at Arx Disaster Management. Inc. is comprised of Individuals with direct and relevant experience in the field of disaster response and recovery, Including disaster debris monitoring. In addition, an Integral but non·human part of our team, Debris Tech, is a Digital Debris Tracking System which incorporates cutting edge technology and Industry first process automation which serves as a real time audit systemior all debris removal operations. The core of our operations are built upon streamlining the recovery process while automating the data collection for reimbursement purposes, ultimately ensuring the entire process operates quickly and etriclendy. Following the ahermllth of the 2013 Moore, Oklahom~ f6 Tornadoes, FEMA created a Best Practices video that highlighted our Firm's work in that area. One FEMA Ollicial described our operation llS "n1e most effective debris monitoring operation I've seen In the field and believe this could be a model lor debris monitoring in the future." The complete video is available for online viewing at: www.fem!!.gQv/medla-llbrary/assets/videos/83001 Arx Disaster Management, Inc. is prepared to provide a single source solution for J!lcksonvllle Beach Debris Monttoring Services ntJeds upon acceptance of this proposal. Please contact us if there should be any further Information required. Thank you, Corey J. Smith President/CEO :311 Telly Road Picayune, MS 994SS ph I +1 Eil2l11SS-41al2ll2l rax 1 +1 s01 ss1 ss4a SECTION 01 rcfile ubmittal etter RRX Oisaster Ret:overy ARX offers a total solution for Disaster Debris Monitoring, experience end efficiency, now supported by the leading innovator of Digital Debris Tracking and Management: PellrlsTech. The services provided by ARX offer a complete package of Disaster Debris Monitoring and Managemont. Through the partnership with Debris Tech, ARX offers specialized and unique services that utilize technology designed to electronically monitor the debris removal process from start to finish. Services offered by ARX are 100% FEMA roimbursable. · Corey J. Smith serves as the President and Brook R. Wallace serves as the Vice President of ARX. ARX Is a Type S Corporation authorized to perform business in the State of Florida. Ownership interests are shared collectively by Corey J. Smith and Brooks R. Wallace at 60 percent each. The federal Identification number Is 46·2701617. Debris Removal Monltoring Services which ensure: • Etllclcncy • Accuracy • Cost Effectiveness • FEMA Compliance • SMety • Equity Protecting Communities. Leading Ret:overy. 2 . . RRX DISASTER MRNRGEMENT SEcnON 1: OUALIACATIONS & EXPERIENCE Mississippi Doc:umentatfon lluolllouiD: 1~1Q2 1>111 PUt!~; Ultlllllll-PIA c. Doll>orttloNmann. Jr. IIKmiJY oiSitlo OF,FJCE OJ! THE MISSlSSIPPI SECRETARY OF STATE P,O,BOX I~ .lACKSON, MUJ20J.OI36 ('OJ) ;15,_1~3 Arllrlu vf Am1111d111ont Tha~lll,piiiiUIIIIID&mJon79+10.06(lhPR>Rl~lon)ori*\11'117P-II• ~ (If I cvrp9i11!1011) vf lilv ~lppl eo.fo or lm_lreiolry tlllt£u!a lho tanllWIJt& '*"-UIIDrth: lo 'l)po O!:C01JIG1'11Ubl ONonp~onr I Exucutlve Reco\lery Group, Inc. 3.'nttltlllretfl'edl\'Dclllob I·: (OJ!slpllltlrapplklblt) L. ..... _______ __, <4.1k! fmlllllolc;ll of a amrad~~mladOI!led. (AUII!Irpqo) 8. U1111 li!UIIdmmt fDio a lrlasltm1 corpmllon pmldis IDT 1111 ~AJto ~ll<roU031t or An""-lloA of aed llll"'r iiCI fQJ1111U prcwiiiW tar lllljlltclt11Ua& ~hi mnad~~~t~~tlr llriY •roaott:OtltaiiiHIIIIIIbe abltlld.,..lllldf, (Atlacll psgt) e. Tilt anmo...,enl(t) m.a (ll'tro) adople:l 01> L.jo_~ __ m_~ __ re_,_2_o1_a ____________________ ~1~~ I'OR PROJIIT OORPOM110N (Qrock lho~ bale) Adop!cd ~ D lh9ln~M D dlrcc:lorl wllhaulllh.udloldet&<IIOIII!Ild lh&rdlolclcr IICIIoo -1»1 rcqlllrrd, FOR I«>NN''!!PPTCORPORATION (CI!ect lho apptOprlart bllx) Ado,md~ D thai~ o=:~w:~~RilonMd ~II.I'ROfiTCOI\POMTION '· U lllu~ wuappi'OWII b)' lbarcllahlm (a) 11to clcsiBJlllfoo. l!lllllbct ar OU!IIIIJII111! ~ IMIII>cr or"*' tllllllc4 10 bo et~~ w • Wlln& P.P Clllhlcd 10-~ onlho Dl1ICildmtnl, lllld lhollllml>cr orva~o~ of acb Wlii"QI SIVIIP~b\y~edatlla~wero /1100 Rev,OI/P6 I I I I 3 ARX DISASTER MANAGEMENT SECTIOl\11: QUALIFICATIONS & EXPERIENCE Mississippi Ocr:umentatlon FODll· Pa~ lclf3 IIIWIImiiUIIIIDW!ll OJ!FICE Oll'Tff£ MISSISSIPPI S~CRETARY UF STATE J',O. JIOX 1361 .JACKSON,MS 39205-0136 (60J)n9·1133 Arflde. or Ablendment I 1 l.____.ll..____.~l~----.1 ______. ~ w ~ 0' .., ::JC ~ <J1 0 Rov.OI/96 .. 4 . I RRX DISRBTER MRNRt3EMENT SEcnDN 1: fiUAUFICATlONS & EXPERIENCE Mississippi Coc:umentation FOOU-Paso 3 or 3 OWJCJ: OFTBE MISSIBSJPPISBCRET.ARY O:F ~AU: P,O,llOX 1361 .JACKBDN1 MS 3~.0136 (60)) 3!111-1333 ArtlUeJJ ot Amm~JDVJJl .. ,.. to!&J no, of-Tcl&l00:oC\1>lcU ... CIIII'OR AOAJHtt ::::::::===:' ::::1 =~'l=' =~ L.....-_____,11 I .__I _____ =:~YIIIcacallrORIIIo ~====:] ~==' ===~ ....__ _ __,1.._1 ____ __, ond 1110--orYC!IlS call far llllllliODdmen! by""' Wlfrra BIOIIJI'AV Mnl'lml rw ~~ bylhalwlfnaiiiVIIII. ,....----------., '" -I a~-~ !_ .. __ _ l'dnllld Nama I Oorey J. Smllh j ndo I Pte81dent • Rov,OI/96 5 ARX CISASTER MRNR13EMENT SECnDN 1: OUAUFlCATIONS & EXPERIENCE Mississippi Cocumentation Allaohmet~IIO Articles of Amundmont of Executive Recovccy Group, lnc. 4, Ar1lole2 of the Ar11olea Of!IIC(Irpo!lllfon ofrhD Corpmtlon bo 11111011dc:d In Its VJI1Ircty Ia !udll5followa: ''2, Th~ IJWTlD of tho corporation II Anc Plsastcr Mwgcnn:at, Inc," Arllclc Silo ~ded 10 lho AliMA of~I)IOI'IIIlon Ia ruad as fallowas MB, (o) Ptpbfbj!lon ofCumulnt(YO VotbJg The aharcbohlm ortho CQIJIOmlton eh411 not bo 011tltled to 011111uln10 l!lolr vote~ In tho oJeqtlon ofdlr=lon. (b) Ll!!b!Uw ofPI!Uiml The dlreotom of tho CO!pOtlltlon BhaU not bo I!Ablo 10 tha Colp016Uon or Itt ~oldm tor mOil<l)' d41nll$~ lbr MY actloq lakcn1 or lillY fAIIUI'IIIO lllko an)' aciJcm, 11.1 a director,~ Us bill!)' I'Qr: (I} Tht GJnD\1111 of II fi111111olal bcn4liln:cc1Yed by a df!Wior 10 whtdl ho 181101 ontl~ed; (II) An !l)lentiOillll lnnlellon of Jwm on lho CoJpOl!lllon or the aluuoholdml (Ill) II vlolallon ot Sco~on 79+833 or tho Mwl~ppl Code, or liS ~fllllll!R;or (iv) An lntenllorud vlolllllon ~fcrlmlnollaw, (c) lrukmnlfiC!!IIRD Tho ~IPOmll~n 8holllndemnll)> liS dlrclltot11 end ol'&ars 1!1 tho Ml~l extenl pormlued b)l Jaw. 1he Co~p~~radon shall advance lbnds Ia Pbl' lbt or rolmbtlllll C1XJ1WU In IIOCC~ wllh Secaon 7P-4-8J3 of !he Mlsslsslppl Code, or !II MmtOr llaiUtc(a).to ~ Mlcst cxttn1 pttml~ by IIIW,~ But!IJS-116615al¥1 6 RRX DISRSTER MRNRGEMENT SECTION 1: QUAUFICATIONS & EXPERIENCE Ruthcrlzation to Flerform work in Florida March 20, 2014 EAIN DETIWEA 811 TSJ.V RD. PICAYUNE, MS 89466 Re: Document Nurnb$t F13000003091 The Amendment to the AD~ ol a Foreign Corpomtlon for EXECUTIVE RECOVERY GROUP, INC. which changed 11(1 nema to AFIX DISASTER MANAGEMENT, INC., a Mlaslss!ppl COI'J)Ofal!on authorized to transact biiSlneas In Florida, was flied on Maroh 18, 2014. The certification you ruquested Is enclosed. ShOUld ~ have anY queatlons regarding this matter, please telephone (850) 245- 6050, the Amendment Flnog Sei:llon. Darlene Oonnell FiegUiato!Y ~laDst II DfvlBion or COIPOradona Letter Number: 914A00006002 www.sunbJz.org DivisiDD ofOol'i)otations ·P.O. BOX 6827 -Tellahll88ee, Florida 82814 7 RRX DISASTER MRNRGEMENT SECTION 1: QUALIFICATIONS & EXPERIENCE Authorization to Perform work In Florida I certify from the records or this office that ARX DISASTER MANAGEMENT, INC. Is a corporation organized under the laws of the State of Florida, filed on July 15, 2013. The document number of this coJ'J)otation Is F13000003091. 1 further certify that said oorpotalion has paid all fees due this office through Deoer:nber 31, 2014, that Its most recent annual report/uniform business report was filed on Feprua,l}! f?• ;2014, and Jts status is active. I further certify that said corporation has not flied Artloles of Dlssolullon. Given 1md~r my hand ~rW the Great Seal of the State of Florlda at Tallahassee, the Capital, this the Twentieth day of Maroh, 2014 a RRX DISASTER MANAGEMENT FEMA Compliance Monitoring the debris removal process from ~ite loading to disposal with olectronic tracking ensuring FEMA COMPLIANCE.Accurate documentation ol ~ebrls removal end disposal operations and eligible associated costs is essential for any and all grant reimbursements from FEMA. ARX's Debris Monitoring System Documentation, utilizing cutting-edge technology developed by DebrisTech, will verify to FEMA that your debris removal operations are eligible for reimbursement, costs are reasonable, that contract and procurement processes a reappropriate, quantification of the debris is accurate, and the tracking of the debris to its final disposition is recorded and in absolute compliance with all regulatory requirements. Our debris monitors understand FEMA policies and guidelines, including eligibility issues end specifically those relating to debris, However, each dis11ster is unique end we r'ill work with you and FEMA to develop any specific protocols necessary for your particular situation. ARX will Identify possible health/safety risks, verify operational compliance with FEMA eligibility criteria, check debris loading, staging, reduction, and disposal sites to ensure compliance with PA eligibility criteria, validate truck and trailer capacity certifications, ev11IUate operational efficiency, and oversee documentation requirements as outlined by FEMA. Our goal is to handle all monitoring ofthe debris removal process to ensure all guidelines are followed and your operntions meet FEMA eligibility requirements. SECTIOJ\11: QUALIFICATIONS & EXPERIENCE Protecting Communities. Leading Recovery. 9 ac:kscnville Beach espons.e Team DISASTER MANAGEMENT Tho IIUIIlUOr of Monllors will be ~opcn~cnt on the number ollosdlno operations bcinn operated by the Dobrls ROillDVlll Gontroctor. The Monitor Supervisor poi Ilion will bo $lonr.rt sl one SupotYlsor per ton Monitors. Protecting Communities. Leading ~ecovery. 10 SECTION 02 References AAX and DEBAISTECH have helped communities across the country pick up the pieces after major disasters. Our tenm members have lived through hurricanes and other disasters, and we've seen first-hand what It means to a community and it's residents. Our mission is to alleviate the burden of monitoring the process of the debris removal so that the leaders and residents of stricken communities can focus on each other and begin to heal, and ensuring that all costs Incurred are eligible for reimbursement by FEMA. Debris removal monitoring Is a very engaged process requiring focus and understanding of many areas of operation and federal guidelines. ARX fully understands that these areas include: • Understanding of Removal ContrActs and Reimbursements • Accurate and ObJective Estimation of Dobrls O.uanlitles • Understanding of All Phases of Debris Management Oporatlons • Knowledge of Loading Sites, DMSs, nnd Final Disposition Sitos • Accurate Dillorontiatlon of Debris Types • Adherence to and Understanding of Site Safety Procedures • Effective and Efficient CommunlcPtlon • Experience and Knowledge or Construction Machinery Let our experience and understanding work for you. Protecting Communities. Leading Recovery. 11 RRX PISRSTER MANAGEMENT Cfty of Tupelo, MS The City ofTupelo, Mississippi, located In the Northeast part of the state, took a direct hit from an EF-4 tornado in the early evening hour~ of April29, 2014. The tornado left a debris field that scattered several miles long. The tornado left tho City with an estimated 200,000 Cubic Yards of storm generated debris to remove from public right of way. In addition, hundreds of structures were either damaged or destroyed as a result of the tornado. The City o!Tupelo elected to hire a private contractor to remove and dispose of this debris. ARX Disaster Management, Inc. was tasked with monitoring all of the debris removal activities and documenting the entire process to ensure proper FEMA protocol and further that reimbursement would not be Jeopardized, The City needed a system that could not only accurately track and document its Debris Removal activities, but also provide City Officials with real time information about the progress of the recovery. DebrisTech provided its Electronic Devices to the monitors and provided training and support of these devices throughoutthe debris removal operations. SECTION 2: SELfiCTED PROJECTS Project Highlights • 290,000 CY of Debris Estimated • Thousands of Leaners and Hangers • Highly populated Impact Zone • Implemented a Triple Part Scan System o Provided Real Time Web Ar. cess to Data ARX mobilized within 24 hours after Notice to Proceed was given by the City of Tupelo. DobrlsTech was able to (lccurately document and track debris classified into different categories IC&D or Vegetative) throughouttho City and provide detailed reports and statistics for the debris removed for each neighborhood in real time. The level of documentation provided by ARX Disaster Management, Inc. utilizing the DobrlsTech Electronic Debris Management System was a critical component of the City ofTupelo's recovery process. Client Contact Information Mr. Don Lewis Chief of Operatlons,City of Tupelo 662·871·8169 ·cell phone don.lewis@tupaloms.gov Protecting t:ommunltles, l-eading Recovery. 12 RRX tJJSRSTER MANAGEMENT ltawsmba county, MS ltawamba County, Mississippi, located in the Northeast part of the state, took a direct hit from 11n EF-4 tornado in the early evening hours of April 29, 2014. The tornado leh a debris field that scatter~d several miles long. The tornado left the County with an estimated 50,000 Cubic Yards of storm generated debris to remove from public right of way. In addition, numerous structures were either damaged or destroyed as a result oftheiornado. Tho County trusted ARX Disaster Management, Inc. for the role of monitoring all of the debris removal activities and documenting the entire process to ensure proper FEMA protocol and 1urther that reimbursement would not be jeopardized. The County needed a system that could not only accurately track and document its Debris Removal activities, but also provide County Officials with real time information about the progress of the recovery. DebrisTech provided its Electronic Devices to the monitors and provided training and support of these devices throughout the debris removal operations. SECTION 2: SELECTED PROJECTS Project HighLights • 50,000 CY of Debris Estimated • Thousands of Leaners and Hangers • large Rural Land Area to track Debris • Implemented a Triple Part Scan System • Provided Real Time Web Access to Data ARX mobilized within 24 hours attor Notice to Proceed was given by ltawamba County. DebrisTeoh was able to acc1,1rately document and track debris classified Into different categories (C&D or Vegetative) throughout the County and provide detailed reports and statistics for the debris removed for each neighborhood In real time. The level of documentation provided by ARX Disaster Management, Inc. utilizing the DebrisTech Electronic Debris Management System was o critical component of the ltawamba County's recovery process. Client Contact Information Mr. Gary Franks County Administrator,ltewamba County 662·401·4967 ·cell phone gfrHnk~@Jijcpa.com Protecting Communities. Leading Recovery. 13 ARX DISASTER MANAGEMENT t:lty of Pearl, M5 Pearl, Mississippi, located just east of Jackson, MS, suffered great damage from a large Tornado In the ear· ly evening hours of April, 29, 2014. This tornado left ~ debris field tllat was saverlll miles long. This debris field left the City with more than 10,000 cubic yards of storm generated debris to remove from public right of way. The City of Pearl elected to hire a private contractor to remove and dispose of this debris. The City utilized Arx Dis~ster Management to monitor the Contractor's ~c­ tlvltles. The City and Its monitoring firm, needed a sys· tem that could not only accurately track and document its Debris Removal activities, but also provide City Offi· cials with real time information about the progress of the recovery. · SECTION 2: SI:LECTED PROJECTS Project Highlights • 6,200 CY of Debris Monitored and Documented • 148 Load Tickets Processed • 5 Debris Removal Crews • 2 Disposal Sites In Operation Oebrislech provided Its Electronic Devices to the Monitors and provided training and support of these devices throughout the debris removal operations. Arx mobllir.ed within 24 hours after Notice to Proceed. The level of documentation provided by the Debris Tech Electronic Debris Management System was 11 critical component of the City of Pearl's recovery process. Client contact Information Mr. Brad Rogsrs Mayor 001·540-3962 hrnoers®cil,yntpnarl r:nm Prc~ec:~lng Communities, Leading Recovery. 14 RRX DISASTER MANAGEMENT City of Moore, OK Following the devastating !!Vents of May 20, 2013 and the subsequent May 31, 2013 Tornado event, the tornado alley communities began the daurrting task of Disaster Debris Removal and recovery. The City of Moore is not new to disaster recovery and learning from previous disaster recovery efforts, the city awprded a contracno Arx Disaster Management, Inc. to monitor the entire debris removal process and right of enuy program. In contrast to typical Debris Removal monitoring efforts, Arx Disaster Management, Inc. utilizes cutting edge technology developed by DebrisTech, a south Mississippi firm, to automate the process of documentation. Similar to a real time audit, technology developed by DebrisTech tracks each ton of debris removed from the City of Moore and to record the GPS location, time of removal, photo of load, type of debris, removal contractor and numerous other metrics which are later utilized to justify every dollar spent by the City of Moore during 1he removal effort. SECTION 2: SELECTED PADJEGTS Project Highlights • 172,000 Tons of Debris Documented • 11.400 Debris Loads Processed • 45 Debris Removal Crews • 300 Right-of-Entries Processed DebrlsTech's system provided the ability to grant real tirno access to City officials and FEMA personnel to all of the information being collected. By removing the human element from a large majority of the data collection procass, DebrisTeoh's system reduces the opportunity lor F~aud. Anom~lies pre immediately flagged and investigated In real time, rather than post disaster when all funds have been dispersed to contractors and vendors for the debris removal sarvicas provided. Typically debris is tracked and recorded at a load point and a disposal point In this operation, the contractor developed a plan to utilize an Intermediate scale site to streamline the weight measurement and truck trlp time. DebrisTech modified the tracking system to incorporate an interrnediate point of data collection and gave the Cfty of Moore and the debris removal contractors 1he abllity to utilize the process envisioned whll~ ensuring all FEMA policies and guidelines were followed for reimbursement purposes. Client Conta~:t Information Mr. Stan Drake Deputy City Manager 405·793-5200 stnnd@o!!)fofmoore com Protedlng Communities. Leading Recovery. 15 ARX DISASTER MANAGEMENT Lamar County, MS Lamar County, Mississippi, located just west of Hat- tiesburg, MS, suffered great damage from a large EF4 Tornado In the early evening hours of February, 10, 2013. This tornado left 11 debris field that was more than 15 miles long and almost a mile wide. This debris field left th~ County with more than 30,000 cubic yards of storm generoted debris to remove from public right of way. The lamar County Board of Supervisors elected to uti· llze their own Road Maintenance Department, along with. the assistance from neighboring Countios, to re· move and dispose of this debris. The County utilized its County Engineer, The Walker Associates to monitor the debris removal activities. The County and its monitoring firm, needed a system that could not only accurately track and document its Debris Aemov{ll a ctlvlties, but also provide County Officials with real time information about the progress of the recovery. SECTION 2! SELECTED PROJEClS Prqjec:t Highlights • 31,000 CY of Debris Documented •2,700 load Tickets Processed •12 Debris Remol(al Crews •3 Disposal Sites in Operation DebrisTech provided its Electronic Devices to the County's Monitors and provided training and support of hese devices throughout the debris removal opera· tions. These services were mobilized within 24 hours of the Notice to Proceed. The level of documentation provided by the DebrlsTech Electronic Debris Management System was e critical component of Lamar County's recovery process. Client Contact Information Mr. Chuck Bcnnelt County Admlnlslrolor 601-794·3408 cbenoen«.qjnmorcmm!y,cnnJ Protec:tlng communities. Leading Recovery. 16 RRX DISASTER MRNRGEMENT Nassau County, NY In the days following Hurricane Sandy, the Nassau County Department of Public Works was tasked with removing hundreds of thousands of yards of vegetative and construction and demolition debris from the streets of the County. The Department of Public Works was no stranger to such a task, as they had just closed out the Debris Removal Project Worksheet from Hurricane Irene, just weeks prior to Sandy's landfall. The County knew from their experiences with Hurricane Irene, that the level of documentation required to expedite and maximize the reimbursement process for Hurricane Sandy was going to be tremendous. Accurate documentation of debris removal and disposal operations and eligible associated costs is essential for any and all grant reimbursements from FEMA. DebrisTech was able to provide Nassau County with a complete documentation solution for all of the County's Debris Removal Operations. DebrisTech provided its Electronic Devices to the County's monitoring personnel and provided onsite technical support and training throughout the debris removal process. SECTION 2: SmCTED PROJECTS Project Highlights • 1.034,000 CY of Debris Documented • 32,000 leaners and Hangers Documented • 20,500 Debris loads Processed • 70 Debris and Tree Removal Crews The Nassau County project was very complex and very dynamic. In an effort to provide recovery assistance for the Cities, Towns and Villages w~hin Nassau County, the County offerrod its debris removal services to these entities. In many cases, these requests for esslstance would be activated within hours of the reQUest being made from tho entity. DebrisTech was able to accurately document and track debris from different entities throughout the County and provide detailed reports and statistics for the debris removed lot each community in reel time. The level of docvmentation provided by the DebrisTech Electronic Debris Management System was a critical component of Nassau County's recovery process. CLient Contact Information Mr. Rlchnrdlodovalo Superintendl!nt, Highway Construction 516-571-6824 riadevalo@nassoucounlyny Protecting communities. Leading Recovery, 17 ARX DISASTER MRNRGEME:NT City of Long Seac:h, NY The City of Lono Beach, NY suffered tremendous loss following Hurricane Sandy. Most of the City was inundate~ with more thon 6 feet of water by Hurricane Sandy's Storm Surge, The result was more than 600,000 cubic yords of debris that had to be removed from the streets of Long Beach. DebrisTech was able to provide Th~ City of Long Beach with Debris Removal Monitoring and Documentation services. DebrlsTech provided an experienced Management Team and more than 40 Debris Monitors equipped with DebrisTech's Electronic Devices to monitor the City's Debris Removal Contractor. These services were mobilized within 24 hours of the Notice to Proceed. These Monitors documented street side collection of construction and demolition debris which was taken to Nassau County's TOMS and staged for final disposal. This disposal site was staffed by Nassau County's Debris Monitors equipped with Pal,lrlsTech's Electronic Devices. SECnON 2: SI!LECTED PROJECTS Project Highlights • 465,000 CY of Debris Monitored and Documented •14,300 Debris Load Tickets Processed •40 Debris Removal Crews •3 Disposal Sites In Operation Monitors were also provided to document and quantify Sand Screening activities along the beach. In 1hls case, the Contractor hauled unscreened material from various points in the City to e central screening site. After screening, the sand was placed back on the beach. Other monitoring activities Included documentation of the removal and disposal of approximately 3 miles of beachslde boardwalk. The level of documentation provide~ by the DebrlsTech Electronic Debris Management System was a critical componont of The City of Long Beach's reoovery process. Client Contact Information Mr. Jim La Carrubba Commissioner, Public Works 516·431.1011 ,Jj,oCnrn!hhoelillonoheachny org Protecting Communities. Leading Recoverbi. 18 ARX DISASTER MANAGEMENT Town of Hempstead, NY The Town of Hempstead, located on Long Island, NY, talttha effects of Hurricane Sandy following its landfall in October 2012. Hempstead is home to more 1han 750,000 people and is responsible for maintaining more than 1,200 miles of roadway. The aftermath of Sandy left the streets of Hempstead fllled wkh more than 196,000 cubic yards of storm generated debris. The Town of Hempstead hired a Debris Removal Con· tractor 10 remove the storm debris and utilized its own employees and consultants to monitor the Contractor's activities. Hempstead needed a system that could not only accurately track and document Its Debris Removal activities, but also streamline tl1e Debris Removal Con- tractor's billing and invoicing process. SECTION 2: SELECTED PROJECTS Project Highlights • 195,000 CY of Debris Documented • 4,200 Load Tickets Processed • 30 Debris Removal Crews • 2 Disposal Sites in Operation DebrlsTech provided more than 30 Electronic Devices to The Town of Hempstead's Monitors and provided training and support of these devices throughout the debris removal operations. Th&se.servlces were mobi· lized within 24 hours of the Notice to Proceed, The levol of documentation provided by the DebrisTach Electronic Debris Management System was a critical component of The Town of Hempstead's recovery process. Cli~:nt Contact Information Mf. craig A. MDIIo Deputy Commissioner of Highways 616-812·3455 mnollo@!ohmnllnq) Protecting communities. Leading Recovery. 19 ARX PISRSTER MANAGEMENT Villa~e of Garden City, NY The Village of Garden CitY, located on Long Island, NY, felt the effects of Hurricane Sendy following its landfall in October 2012. Garden City Is home to about 22,000 people and encompasses approximately 5.3 square miles. The 11ftermath of Sandy left Garden City with more than 100,000 cubic yards of storm generated de· brls. The Village of Garden City hired a Debris Removal Con- tractor to remove the storm debris and utilized its own employees and consultants to monitor tho Contractor's activities. G11rden City needed o system that could not only accurately track and document Its Debris Removal activide's, ·but also streamline the Debris Removal Con· tractor's billing and Invoicing process. SECTION 2: SELECTED PROJECTS Project Highlights • 100,000 CY of Debris Documented • 2,200 Load Tickets Processed • 10 Debris Removal Crews • 1 Disposal Sites in Operation DebrisTech provided its Electronic Devices to The Vii· lage of Garden City's Monitors and provided training and support of these devices throughout the debris removal operations. These services were mobilized within 24 hours of the Notice to Proceed. Tho level of documentation provided by the DebrisTech Electronic Debris Management System was a criticHI component of Gorden City's recovery process. Client Contar:::t Information Mr. Ed Fronckwloz !lard on City Recreation Oeportmont 516·465-4079 efronckwloz@gnrde!)cilyny.uet Protecting Communities. Leading Recovery. 20 ARX DISASTER MANAGEMENT Pearl River County, M5 Pearl River County, Mississippi, located approximately 45 miles north of New Orleans, LA, experienced the winds and rain associated with Hurricane Isaac exactly seven years after tbe County was destroyed by the Hurricane Katrina. While the damage associated with Isaac was nothing in comp11rison to the damage caused by Katrina, the 16" plus inches or rain that fell during the storm caused record flooding in various ar· ens within the County. This combination of wind and flooding left the County with more than 16,000 cubic yards or storm generated debris to remove from public right of way. The Pearl River County Board of Supervisors elected to hire a private contractor to remove and dispose of this debris. The County utilized its County Engineer, Dungan Engineering, to monitor the Contractor's activities. The County and its monitoring firm, needed a system that could not only accurately track and document Its De· bris Removal activities, but also provide County Offi· SECTION 2: SELECTED PROJECTS Project Highlights •16,000 CY of Debris Monitored and Documented •550 Leaners and Hangers Documented •500 Load Tickets Processed •10 Debris Removal Crews •1 Disposal Sites In Operation clals with real time information about the progress of the recovery. DebrisTech provided its Electronic Devices to the County's Monitors and provided training and support of these devices throughout the debris removal opera· tions. The level of documentation provided by the DebrisTech Electronic Debris Management System was a critical component or Pearl River County's recovery process. Client Contact InFormation Mr. Adrian Lumpkin County Administrator 601·403·2302 .alumpkln®pcarlrjylltCOIUW-n.a.t Protecting Communities. Leading Recovery. 21 ARX DISASTER MANAGEMENT Lincoln County, MS Uncoln County, Mississippi, located approximatoly 60 miles south of Jackson, MS, experienced the winds and rain associated with Hurricano Isaac on August 29, 2012. The comblnntion of high winds and large amounts o1 rain left the County with more than 29,000 cubic yards of storm generated debris to remove from public right of way. The Lincoln County Board of Supervisors elec1ad to hire 11 private contractor to remove and dispose of this debris. The County utilized its County Engineer, Dungan Engineering, to monitor the Contractor's activitios. The County and its monitOring firm, needed a sys1am that could not only accurately track and document its De· brls Removal activities, but also provide County Offi· clals with real time information about the progress of the recovery. SECTION 2! St:LECTED PROJECTS Project Highlights • 29,000 CY of Debris Monitored and Documented • 650 Leaners and Hangers Documented • 700 Load Tickets Processed • 12 Debris Removal Crews • 1 Disposal Sites In Operation DebrlsTech provided its Electronic Devices to the County's Monitors and provided training ond support of these devices throughout the debris removal opera· tions. The level of documentation provided by the DobrisTech Electronic Debris Management System was a critical component of lincoln County's recovery process. Client Contac:t Information Mr. David Fields County Mrnlnlstrator 601-835·3~21 daflolds@cn lincolttms.us Protecting Communities. Leading Recovery. 22 'y RRX OISASTER MANAGEMENT Debris Monitoring Services ... 1_..: eno•neeRanc; Hurricane Katrina Inspection and Monitoring of Hurri· cane Katrina Debris Removal and Disposal, Jefferson Davis County, Mississippi Sorvices related to dobris removal on public property and tight of way, Including project 11dmlnlstration, ln~pactlon, monitoring, tick· etlng, disposal monitoring, oompllanco In· spactlons, documontation or contractor p~yments and FEMA rolmbursemant Dubris removal cost Wll$ ~pproxlmately ~,250,000 Cost tor debris removal inspacllon and moni- toring wa5 approximately $590,000, Hurricane Katrina Inspection and Monitoring of Hurri· cane Katrina Debris Removal & Dis- posal County Roads, Federal Aid Routes, Marlon County, MS Servloes reletod to debris removal on public property ami right of way, Including projeot admlnlstrotltm, lnspeclion, monitoring, tick· sting, disposal monitoring, compllanoe In· speotlons, documentation of contractor payments 11nd FHWA relmburscmenL Debris remov11l cost wet; approxlmataly $3,250,000. Cost tor debris removallnspaotlon and monl· torino w11s approximately $580,000. Hurricane Katrina Inspection and Monitoring of Hurri- cane t<atrlna Debris Removal and Disposal, Pearl River County, Mis- sissippi Services roloted to debris removal on public property and righl of woy, Including project adrnlniSttatlon, Inspection, monitoring, tick· eUng, disposal moniloring, compliance ln· sp~rctlons, documentetltm of conlractor paym~rnts and FEMA relmbursamant Debris removal cost was approximately sao,ooo,ooo. Cost for debris removal Inspection and monl· torlng was approXimatelySS,OOO,OOO. Hurricane Katrina Inspection and Monitoring of Hurrl· cane Katrina Debris Removal and Disposal, Pearl River County, Mls· sissippi Servlcas related to debris removal on public property and right or way, Including proJect edmlnlstralion, lnspacdon, monitoring, tick· etlng, disposal monitoring, compnance In· spectlons, documentation or oontrllctor payments an~ FEMA reimbursement Debris removal cos1 was epproxlmetely SBO,ooo,noo. Cost for dabri& ramovallnspeclion and moni· to ring was approxlmataly $8,000,000. SECTION 2: SElECTED PROJECTS Hurricane Katrina Inspection and Monitoring of Hurrl· cane Katrina Debris Removal and Disposal, Lawrence County, Missls· sippi Services related to debris remo\IPI on public property 11nd right of way, Including project admlnislrlltlon, lnspecdon, monitoring, tlck· etlng, disposal monitorino, compliance In· spaotlons, documanlatlon of conlraotor pevments pnd FEMA reimbursement Debris removal cost was epproxlmptoly $2.828,01l0. Cost for debris ramoval inspootlon and monl· to ring Wl!S approximately $431,060, Hurricane Katrina Inspection and Monitoring of Hurri- cane Katrina Debris Removal and Disposal, Pearl River Basin Devel· opment District Servloes related to debris removal on public property end right or way at multlpla waler parks In tha PRBDD, Including project edmin· lslrallon, lnspuclion, monitoring, tlcketlng, disposal monitoring, oompDanco Inspections. dooumenlatlon of contrntor poymenl5 end FEMA ralmburtement. Debris removal oost was a pproxlmatelv S1,050,0DD. Cos I for de· brls removallnspeotion 11nd monilorino wa5 approximately SB!i,OOD. Protec:tlng Ccmmunltles. Leading Rec:overy. 23 Sectlon03 Key Personnel corey J. Smith csmith@arxrecovery.com Corey J. Smith Is the president and CEO of Executive Companies, Inc. the parent company of ARX Disaster Manaoemont. Executive began as a reel estate endeavor that branched Into commercial real estate development, then later spawned General Contracting and Project Management Mr. Smith's diverse company holdings and experience have allowed him to manage large and small soala projects in a variety of high stress situations. ARX Dlsester Management's partnershlp with DebrlsTech created an opportunity for both companies to offer a tote I solution for Debris Removal Monitoring and to provide cities and communities with the efficient and comprehensive monitoring support they need after a disaster. Mr. Smith's experience In large construction and developmant projeots across tho Southeastern Unitod States, give him Insight Into the needs of the community when contracting for the debris removal, as well as the stringent requirements of FEMA and the municipal and state governments receiving the assistance. He developed ARX Disaster Management to create the slmplt.~Bt way for these communities, affected by fl disaster, to be sure thattha debris removal work was being done appropriately, efficiently and In compliance, Leadership of Executive Companies, Inc. has (IIIOWf!d Mr. Smith to develop the understanding of balancing speed with compliance, efficlencv with accuracy, and cost with effectiveness. The result Is a company that can provide the total package of Debris Removal Monitoring of the highest caliber from a single source that Is 100% FEMA reimburspble. Educetlcn Bachelor of Arl$ln Mass Communication Southam Mississippi, 2005 Positions • President and CEO Executive Companies, Inc. 2006-Present • 67-T Bl11ckhawk Helicopter Crow Chief · US ARMY 2000·2003 Protecting communities, Leading Recovery. 24 RRX DISASTER MANAGEMENT Brooks Wallace, P.E. btooks@arxrecovery.com Brooks A. Walluce, P.E., created DebrisTeah In 2010 In response to a need for real time auditing of debris removal projects. Mr. Wallace realized that the technology was available ro provide real-time data to FEMA and municipal supervisors overseeing clean up efforts, while creating u date base of Information that could bB referenced at any time for compliance purposes. Utilizing the technology currently available, Mr. Wallace developed the softwure platform for what has evolved into e system that is revolutionizing the process of Debris Monitoring and Compliance. Mr. Wallace hus a vast array of experience In the field of olvll engineering l!nd In debris remove! monitoring. Working as en engineer on numerous projects In South Mississippi dealing with disaster related services Including the aftermath of Hurricane Katrina, Mr. Wullace was able to identify vulnerabilities and Inefficiencies In the current process of debris removal operations and monitoring, A civil engineer by trade, Mr. Wallace has dealt with countless municipal and county projects involving infrastructure upgrades and the modernization of local and regional maps and surveys. He has worked with law enforcement agencies, municipal governments and FEMA on projects ranging from Smart Growth Plans to large-scale Utility and Aesourc e redesigns. Wrth DebrlsTech, Mr. Wallace hopes to hulp cities and communltles recover from disasters more quickly and SECTION 3: KEY PERSONN~L efficiently, so that they can return to their normal life as soon as possible. His technology coupled with the experience of his past, create an invaluable addition to the team which is ARX Disaster Menagemen~ Inc. Education Bachelor of Science Civil Engineering University of Mississippi, 2002 Positions • VP/COO A~ Disaster Management 2013 ·Present • Founder/Creator DebrisTech 2010 • Present • Prlncipi!l Engineer Dungan Engineering, PA 2002 • Present Protecting Communities. Leading Rec:cvery, 25 RRX CISFISTER MANAGEMENT Ryan Helmes, P.E. rvan@debristeoh.com Ryan A. Holmes Is a licensed engineer end Project Manager a1 OebrlsTech. Collateral duties include business development, project manaoomont,and marketing. Mr. Holmos has nearly 10 years of diversified civil engineering experience. Mr. Holmes is , uniquely talented drawing from his experience with municipal, county, and state governments along with private ollants. Mr. Holmes has worked on numerous d9bris removal and disaster recovery projects. He worked on several pro) act along tho Mississippi coast In tho uttermath of Hurricane Katrina. Most recently, Mr. Holmes assisted several communities in the recovery to Hurricane Isaac: In Mississippi and Super· storm Sandy in New York. Utilizing Debris Tech's cutting edge technology Mr. Holmes has successfully assisted the aforemontionod communities with "cradle to grave~ documentation of debris oolleotlon and dispo$$1, With OebrlsTeoh, Mr. Holmes has helped cities and communWes address their rocov9ry needs through expertise, technology end knowledge, Pest experience togothor with these skills make Mr. Holmes a valuable asset to DebrlsTech. We provide vision end leadership for our clients, irrtegretlng now technology and delivery of unparalleled DeMs Monitoring and Compliance. Arx Disaster Management poworod by DebrisTech has offered an opportunity for Mr. Holmes to showcase his diversified talents to provide practical eppllootlons of cutting edge technology In a Wf,y that Is easily SECTION 3: KEV PI!RSONNEL deployable and repeatable. Ho lntenas to utilize hls skills dtlllling with municipalities end government agencies to raise the standards of Debris Monitoring Services for 1111 companies and strives to be a loader in the Industry. Education Bachelor of Science Civil Engineering University of Mississippi, 2004 Positions • Principal & Owner DebrlsTec:h 2012 ·Present • Principal Engineer Dungan Engineering, P.A. 2007-Present Proter:l:lng l:cmmunltlee. L.eading Rec:overy. 26 ARX DISASTER MRNFIGSMENT Marc:us smith msmith@dunganeng.com Marcus Smith Is the IT Manager and sole IT Technician for Dungan Engineering, P.A.and DebrlsTech, LLC. Mr. Smith was hired by Dungan Engineering In 2DD8to support the growing information Technology needs of the company, end since than has completely rebuilt the company's entire IT Infrastructure from the ground up. Currently, Mr. Smith manages Dungan's computer network which consists of over 20 servers. 11nd spans three geographic locetions. Additionally, Mr. Smith has built a new, entirely separate, high performance server infrastructure for Debris Tech which will be critical in ensuring the availability, integrity and security of all of DebrisTech's customer data. Mr. Smith Is experienced in nearly all aspects of information technology Including, server administration, network Infrastructure, computer hardware maintenance, and client support In 2012, Mr. Smith worked closely with county officials In Nassau County's debris operations command center in Nassau County, New York In the aftermath of Hurricane Sandy. Mr. Smith provl!led technical support tor field debris monitors and command center staff, as weiii'IS general project coordinetion. The experience gained in the more than three months Mr. Smith spent In New York provided him with insight into the entire debris removal process as It relates to the technology provided by DebrlsTech. Mr. Smith was integral in providing Immediate response to technical issues at every level oftha DebrisTech system, and was able to very quickly accommodate the command canter staff with eny custom data that may have bean requested. Education Bachelor of Art Southam Mississippi, 2005 Positions • ITManager Dungan Engineering, PA 2008 • Present SECTION 3: KEY PERSONNEL • Network Infrastructure Technician Mississippi Air National Guard 2004 · Present Prcl:ec:tlng Communll:les. Leading Rec:overy. 27 ARX DISASTER MANAGEMENT Erin Oetllller erin@arxreoovery.com Erin B. Detillier Is the vice president of operations at Executive Companies, Inc. the parent coMpany of Arx Disaster ManageMent Executive begun as a real estate endeavor thet branched into commercial real estata development, then later spawned General Contracting and Project Management Mrs. Detillier's public accounting and bookkeeping background and experience have allowed her to menage the financial end legal side of large and small scale projects In a variety of high stress sHuations. Art. Disaster Management's partnership with DebrisTech created an opportunity for both companies · to offer a total sollltlon for Debris ReMoval Monitoring and to provide citias and communities with the efliolent end comprehensiv~;~ monitoring support thay need attar a disaster. Mrs. Oetillier's experlenoeln public accounting and private bookkeeping give her the tools and insight into the legal end financial needs of the company when contracting for the debris removal, as well as the stringent requirements of FEMA and the municipal and stete governments receiving the assistance. Her role with Arx Disester Managament Is to aid in tha confidence that the debris removal work Is being done appropriately, efficiently and in compliance. Working wlth Executive Companies. Inc. has allowed Mrs. Detilliar to develop the understanding of balancing speed with compliance, efficiency with accuracy, and cost with effectiveness. The result Is a company that oan provide the total package of Debris Removal Monitoring of the highest caliber from a single source that Is 100% FEMA reimbursable. SECTION 3: KEY PERSONNEL Education Bachelor of Science Business Administration Aocountlng Emphasis Southern Mississippi, 2009 Positions • VP of Operations Executive Companies, Inc. 201 1 • Present • Staff Accountant Moore & Powell CPA PA 2009. 2011 Protecting C:cmmunltles. l....!=!edlng Aec:over\:j. 28 Section 04 Technical pproach Management Plan Technical Rpproar::h Arx Dlsaster Manageman~ Inc. understands that Jacksonville Beach requires disaster debris monitoring services to support the oversight and management of debris recovery uontroctors and other damages Incurred by Jacksonville Beach following the recent tornado event ARX Disaster Management, Inc. shall be prepared to provide a range of services including field monitoring, and other services as needed and ordered by Jacksonville Beach. Debris Monitoring Services The Client requires the support of A AX's Debris Removal Management Team following the recent tornado event, and dabrls managament axpertise. The uontract monitors are necessary to assure Federal Emergency Management Agency (FEMA) emergency plan and debris removal oontrCtot requirements are met by monitoring the debris removal from public access roads, rights·of·way, private propeny, drainage ere as, waterways, and other public, eligible or designated areas. ARX Disaster Management, Inc. will provide services which may include: 1. Coordinate dally briefings, work progress, mffing, and key items with Jacksonville Beach. 2. Selection and parmlttlng of OMS locations and any other permltting/reguletory issues as necessary. 3. Schedullng work for all team mambars and contractors on a daily basis. 4. Hiring. training, scheduling, and managing field staff. 6. Monitoring recovery contractor operations end making/implementing recommendations to improve efficiency as well as speed up recovery work and assure all debris removal work meets FEMA eligibility guidBiines. 6. Assisting Jacksonville Beach with responding to public concerns and comments. 7. Certifying contractor vehicles for debris removal using methodology and documentation practices appropriate for contract monitoring. 8. Entering load tickets into a database spplication. 9. Dlglllzatlon of source documentation (such as load tickets). 10. Furnishing and operating an automated/electronic (paperless) debris trocklng system. 11. Develop daily operatlonal reports to keep Jacksonville Beach Informed of work progress. 12. Development of maps, GIS applications, etc. as necessary. 13. Comprehensive review, raconcllietion, and validation of debris removal contractor(s) invoices prior to submission to Jacksonvllle Beach for processing. 14. Project Worksheet and other pertinent report preparation required for reimbursement by FEMA, and any other applicable agency for disaster recovery efforts by Jacksonville Beach Stefl end designated debris removal conttectors. Protecting Communities. Leading Rer::cvery. 29 peratlanal Plan 1. Gen11ral 1.1. nie COunt requires the support ol ARX's Debris Removal Monitoring Toam following a debrls·ganarating evant such as a hurricane, storm, or other event and debris managomant expertise. TM contract monitors are necessary to assure Federal Emergency Management Aoencv IFEMA) amorgencv plan and debri~ romoval contract requirements ara mat by monitoring the debris removal from public access ropd~. rlghts·ol-way, end public property, monitoring the debris management sites, as well 011 rovlng debris monltors, to P$SUre thatt.ha debris management plan and colllracts are eHectlvolv and eiOclently lmplomented. The Client will osslgn e Debris Manager IDM). The Debris Manager will be the prlmory polrrt of oontact lor ARX ond will resolve conlraot admlnlstnlllon Issues and disputes. 1.2. Within 49 hours of notlfloatlon, AAX will provldo adequata number of professionals and qualified personnel tO monitor ell debris loading sitos and debris management sites along with associated roving debris monitors. ARX wllllncreo!e Its 5talfing from this point depending on the severity of the debris managing event At the disoration or the The Clfen~s Dobrls Manager, ARX may bo required to replace any debril! monitor. 1.3. ARX &hell provide oil debris monitors with appropriate personal protective equipment to lncludo, but fll)l be limited to, eve protection, hearing protection, nlety shoes, safety vests, hard hau, and wat and cold weather clothing, to comply With all federa~ stato, and local requirements. M. ARX Will provldo debris monitors with the means to communicate (cell phone, satellite phone, radio, eto.J with their supervisor or the Debris Manager as may be nocossery. AAX supervision Is responsible fl)r resolving issues with truck drivers, and other contractor's personnel. 1.6. ARX will utilize the DebrlsTech Electronlo Debris Managament System to collect end raport documentatJI)n of debrls romovalaoliviUes. More Information about Ule DebrlsTech Elactronlc Debris Management System Is provided in herein. 1.6. ARX will provide temporory office space and tempofilry sonitary facilities es necenary. 2. Load Site Monitoring Services 2.1. The prlmarytunotlon of the Loading Site Monllora Is to Issue dabris load tlokets for BllglhJa debris oleare(l. 2.2. AAX will within 48 hour~. be prepared to provlda quallned on site personnel to monitor debris removal oparotions at all debris ll)ading sites locatod thrl)uohout the Client's designated ares. Add~ional shas mav be added as debrl$ removpl uHortslncrease. Each lop ding slto may operate, epproxtmatalv 12-14 hours par day, 7 days par wouk. The Cllenfs Debris Manager fn coordination mov determine the exact number and location of loedlno sites with tho dobris removal contractor. 2.3. ARX Will provldo all empll)yees wltll Debri8Toch handheld devloas, TI1ese devlcos will provide eaoh empl~;~yae tho ability to capture GPS coordinates, take digital photogrnphs and communicate wiroJesstv wlth thn DebrisTech centro! F'rctedlng Communities. Leading Recovery. 30 RRX DISASTER MRNR13EMENT SEGTION 4: Technical Approach :Z.4.1nlermatlon Database, ARX wilfelso provide The Client with manogomon~ supervision, labor, transportation, mobile communlcorlon cqiJipment. all safety equipment, and other equipment necessary to Initiate debris load llcketsto document the removal of .s1lolb.li debris from public access roads, public rlohts·of·way, end pubfic property within the Client's designated a roe. 2.6. ARX will be pre pored to provide a Loading Site Monitor par slto por dey ate minimum of a 12·14 hour·shifL ARX will provide patsonnel with tr<~nsportation to and from loedlno slte(s), mobile communications equipment necessary to remain In contact with dispatch and suporvlsorlalat ell tlmes,ond all logistical support. 2.6. All Loading Site Monitors will speak English, be a minimum of eighteen (IS) yours of age and have a valid driver's llcunsu Issued In th11 United States. 2.7. All Loading Site Monitors will have experience In at least one (11 of the following: • Enlry Lovol Engineer • Solid Waste Silo 0 peratlons • Construction lnspecror • Lllnd Clearlno operation~ • EntrY Level Surveyor • Solid Waste Collections • Previous Similar Monitoring or Inspection Experience 2.8. Supervisors end all Identified Loading Site Monitors wnr attend a» day debris monitor training l!&sslon. Training will be tho responsibility of ARK and will ba ccordlnatad with the The Cllenrs Debris Manager. 2.9. Monitors will be capable ol working In an outside environment and be abla tc climb a stalroase ladder oliO foerhlgh. 3. Debris Man11gement Site Monitoring Services 3.1. The primary function of the Debris Manogemont Site Monitors Is to complete the documentation of the load and estimate volumes that hove boon transported to the debris mpnagomont site for processino or storag11, and/or disposal. 3.2. ARX will provide Debris Management Site Monitors with DobrlsTech handheld devl~es. Those devices will provide each employee Ule eblllty to captura GPS coordinates, take digital photographs and communicate Wlreleuly with tho OobrlsTeeh central Information Database. The Monitor Will input the ostlmatod dobris volume into the DebrisTech handheld device which will automatlcally upload all the load lnfonnallon Into the CcntrallnformaUon Database and generate a paper disposal ticket for the driver. ARX will also provide Debris Site Monitors with all safatv equipment and eU1er equlpmentnet:O$$aryta safely perform the she monhorlng funcUons. 3.3. Monitors will speak English, be capable or working In an Qutslde cnvlrenmen~ and be able to climb a staircase ladder of 10 feet high. 3.4. Monitors will be a minimum of eighteen (18) years of age and have u valid driver's license Issued In the United States. Protecting C:cmmunltles. Leading Rec:cvery. 31 FIRX DISASTER MFINRGEMENT SI:CTION 4: Technloal Appropoh 3,5, Monitors will have axperlenco In at least one ofthe following fob categories: • Entry Level Engineer • Sofid Waste Site Operations • Construction Inspector • Land Clearing Operations • Entry Level Surveyor • Solid Waste Collections • Previous Simllor Monitorlrtg or lnspeotlon Experience 3.6. Supervisors and allldontified Debris Monagomont Site Monitors wlllattond a Y.r day debris monitor training session. Training will be the re$ponslblllty of ARX and will be coordinated with the Client's Debris Manager. 4. Roving Pebris Monitor Services 4.1. Tha function of the Roving Debris Monitor is to vorltythat onlv .e1lg1lUe debris Is being removed from doslgneted public rlghts·of-wav and pubiiQ property within assigned debris pickup zones In the Client's designated t~rea. 4.2. ARX will provide at least one (11 monitor for each debris pickup zone to monitor and verify .lll1lilhl.a debris removal from deslgnlltad public acoess roads whhln the debris pickup zona. The Rovino Debris Monltorisl will be pruporedto operate a minimum ol12 to 14 hours per dey, 7 days por week. 4.3. ARX will provide ollllovlng Debris Monitors with Debris Tech handhold devices. These devices will provide each employoo the ability to oopturo BPS coordinates, taka digital photographs ond communicate wirelesslv with the 4.4. DebrlsTech Control Information Databaso. ARX will also provlda the Client with managomont. supervision, l~bor, transportation, mobile communication equlpmen~ all safety equipment, and other equipment nocessary to Initiate debris .load tickets to dooumontthe removal of aJlglbla debris from public eccess roads, public rlghts·of·way, and public property within the Client's designated area, 4.5, All Roving Dobrls Monitors Will speak English, be a minimum of olghtesn 1181 years of ago and have a valid driver's license Issued In tho United States, 4.8. All monitors wlll hove axporlsnce in at least ono of the following Job categories: • Entry Level Engineer • Solid Waste Site Operations • Con:rtnrctlon Inspector • Land Clearing Oparatlons • Entry laval Surveyor • Solid Waste Collection' • Previous Similar Monitoring or Inspection Experience. 4.7. Supervisors end allldentHied Roving Debris Monitors will attend a~ day debris monitor ttainlno session. Training will be tho responsibility of ARX and will bo coordinated With tho Cllont's Debris Manager. 4.8. ARX will provide all management, supervision, labor, trensportstlon, and equipment necesssrv to monitor tho operations of the debris romovaland disposal Contractor. 4.9. Rovlno Debris Monitors will be ooppblo of working In en outside envlronmen~ and bo obi a to climb a staircase fodder of 10 reat hloh. Protecting communities. Leetllng Rec:cvery. 32 RRX OISRSTER M~NRGEMENT SECTION 4: Teohnlt~lll Approach Debris Project Management Services 4.10.ARX will provide the Client the servlcos of an e~perienoed professional Project Manager to osslst tho Client in the oper;~tlons and coordination of all ectlvldes associated wiU1 the Debris ManagomanL The quaJIRed Individual will have direct debris managoment experience Including the management of debris removal operations, the oversight of temporary debris storago end reduction sltes, debris rocycllng end disposal, liS well as management and coordination of post debris causing ev11nt racovory and FEMA relmbvrsamant guldalines. 4.11.The Project Manager shall bo available at all times to the Dobrls Manager •. 5. Operational Requirements 5.1. Geoerol Operating Procedures! The Client may hire a Contrector(s) to romovo and transport disaster debris from the public access roadway, rights-or-way, Pnd public prnparty wilhln the Client's designated area to debris rnanpgamenV disposal sites, Eoch !gad of ..ll!lglhl.a debris shall be tracked using the DebrlsTech Electronic Debris Management System. The lolloWing guldanc~: provides the boslo procedure for the debris removal documentation process. Revised procedures, il necessary, may bo established by the Pebrls Manager and shall be followed by AFIX In lieu ol the follovvlng procedure, 5.2. J.Dad Tlck!!IS Section 1: The Debris Loadl.ng Site Monitor Is responsible lor collacting spoGlfic inlorm11t!on about each load or debris. The Monitor Will utilize the PebrisTach handheld device to soon tho barcode on the truck plecard. Scanning the barcode on 1he truck captures the unique truck ldernlflcatlon number which Is used by the Centtallnlormatlon D11tabaso to relate specific lnlormatlon about the truck to the spoc!Hc load. When the truck barcode is scann~:d, the DebrisTet:ll handheld device automatlcglly capturos the current GPS coordinates along vvith a date and timestamp. The Monitor Will then U$etha handheld device to taka 11 digital plc1ure of the loaded truck at tho site end soan the bilrcoda on a pre- printed pepertlckaL The paper licket Is given to the truck driver and all Information collacted lor the load Is Wlrelessly uploaded to the Central Information Database. 5.3.Lood Tickets SeptJgp2: Tho Debris Management Situ Monitor Is responsible lor determining the estimated volume of debris for each truck that enters the site, The Monitor will 11tlllze tho OebrisTech handheld d~vlca to scan the barcode on tile papor ticket as wall as the barcode on the truck. When the truck barcode Is scanned, the OebrlaTech handheld device Putomatically captures the current GPS coordinates along withe date and timestamp. Tile Monitor Will then use the handheld device to take a digital picture oftheloadod truck at U1e dlsposel slte and onter the estimated volume of the load, The DebrlsTech handheld devioe automptlcally goneratBs a paper receipt that Is given to tho UUck driver lor hi$ rocords end all Information collacted for the load Is wlralessly uploaded to the Central Information Dots base. 6.4. Operalion Requirements of Roving Dobris Monltorls); 6.4.f. The Roving Debris Monitorlsl Will provide oversight of all dabris removal end dlspospl operation provided by rha dobrla removal and disposal contractor. 6.4.2. Tho Rovlng Debris Monitor1sl wlll bo the •eyes and ears" In the field for the Projeot Manager. Therefore, their obsarvat1011s and reports must be backed up with digital photographs 11nd video as necessary, 6.4.3. The Roving Debris Monitor(s) ls/11re expected to make multiple Vlsllll to an loading sites and debris manl!gemont sltas on urandom daily basis. Protecting C:cmmunltlee. Leading Rec:overy. 33 . ARX OI5FI5TER MFINAGEMENT SECTION 4: Technical Approach 5.4.4. The Roving Debris Monitor{s) will bo responsible for traffic control Inspections as per MUTCD 111 11llloadlng sites and debris management sites. 6. Reporting 6.1. ARX will bu utilizing tho DabrlsTech Eleotronlo Debris Monogement System for documontutlon and reporting of debris removt~l octlvltlas. The DobrlsTach Electronic Debris Management System provltlos rep I timo access to all aspects m debris removal operation$ through tho DobrlsTcch Central Information Database. Data Is fed to tho Centrollnlonnatlon Database In reolllme by Debris Removal Monitors with DebrisTach handheld devioes. Authorized users hove ;~ccossto many different reports summarizing dally, weekly, or monthly acrivlly by truck number, subcontractor, etc, all available online In real time. 6.2. The Roving Debris Monilorlsl will be responsible lor complotlng the Dabrls loading Site Monitoring Checklist proVIded by the Debris Munagor. Th11 report will be submitted to an Immediate supervisor on 11 dally bnls. 6.3. The Roving Debris Monltor{s) will report any serious or safety related dlsoreponolee observed to tholr suparvlsor. Supervisors will koop tho Project Munsg11r informed of situations that impact the execution of tho dobrls removal contraot 6.4. ARX Will provide debris monitors wlth the moans to communicate (cell phon&s, satellite pltones, radios, etc.l W1th their supervisor or the Project Manager os mpy be necossary. ARX supervision Is responsible ror resolving issues with truck drivers and oUter contraotors' personnel. 7.Safetv 7.1. All ARX personnel wlll wear roqulrod sufoty equipment whenever one debris management site. The following aro mandatory: hard ha~ rellaC11ve vast, solety ehoes, long pants, appropriate cold and rainy weather olothlng, eye and hearing protection. 7.2. ARX will maintain a telephonic contact list at eoch loading site and debris management site of the ARX Project Manager, Contractor's supervisor, the Clienrs Debris Manager, nearest lire, pollee, ond emergency modical facllltl&s. 7.3. ARX will ensure that ARX personn&ladhere to all debris management llhe S1lfety requlromonts. 34 DEBRISHL~ ELECTRONIC DEBRIS MANAGEMENT SYSHM Section 05 ~ ~ p [ ~! C. t;l H 0} ti 0 q ~. f What is DebrlsTech? The DebrisTech Electronic Debris Management System is moueled attar a proven debris monitoring method that utilized a combination of hand wrinen paper tickets, electronic uatabases, and a Geographic Information System (GIS). The DebrisTech system follows this same model, but replaces the hand written tickets with real·time data collection devices. Paper receipts are still available but are no longer the primary record. Debris Tech handhelu devices and software add a new laval of dOCtJmentetion and security features. The built·in automated fraud detection and audit tools greatly reduce the potentiel for fraudulent activities that might result in costly de·obligations. The system can also provide reel·time access to agencies, such as FEMA or the Inspector General, so that auditors can begin their task early, rather than months or years later. The Tech Bahind DebrisTech Debris Removal Monitors are Issued DebrisTech handheld scanning devices, loaded wiUl custom software configured specifically for their role. DebrisTech handhelds have the ability to scan barcodes, take digital photographs, apply GPS location tagging, accept manual inputs, and communicate via the Internet using cellular networks. When loading and disposal data is collected, It Is wlrelessly uploaded to the Debris Tach Central Information Database. At the loading location, a barcoded paper tick at is provided lor the truck driver. The driver takes this ticket with the load to the disposal site. At the disposal site a second DebrisTech handheld device scons the ticket along with load and truck data. All information is recorded digitally and securely stored for post·disaster reference. 35 FIRX DISASTER MANAGEMENT SECTION !i: TECHNOLOGY The Debris Removal Process <f 02 II Monitor sun• Ttut~ DAitodo ~) 04 \.{ 06 ~f 08 Datu lllronrmimd hodlltkll & Pmodo Monitor Rmrds to tht Dnabou Sc•nnod Judged l<lad ~ 01 ~ 03 y> 05 tp 07 ~ 09 (~ 10 PPtulstrommlitod lo tho Datobut Dabrloiii.Jiodo~ onTr~tk Photo, GPS LOiaU6n II Truck AIIIVO! Photo, DPSLooaUon & bhpoaol1lcket ""'' Slomp Ot<jU(tcd •t Dbponl s~. llma Stamp ocqulrcd Prir1tad Real-time Data The DebrisTech Electronic Debris Management System provides real time access to all aspects of debris removal operations through the DebrlsTech Central Information Database. Data Is fed to the Cemrollnformation Database in real tlma by D~?brls Removal Monitors with DebrlsTech devices. Authorized users have access to many diHerent reports summarl2ing dally, weekly, or monthly activity by truck number, subcontractor, Right of Entry number, etc, This !!flows the debris management team to track the location and progress of debris removal crews, track the type and quantity of debris being collected, as well as fully document the loading end disposal locations, time, date, contractor, personnel and equipment used. The realtime system eliminates the need for a large administrative staff to manually enter paper-tickets, Cradle-to-Grave Documentation The DehrlsTech Electronic Debris Management System provides accurate accounting for all loads and detailed Information on stumps and leaning trees. A barcode application tool Is provldad to attach a unique barcode to each tree surveyed. A digital photo, GPS coordinates, timestamp, tree/ stump size, inspector ID are c:ollected with that barcode at three critical points of the removal process. • When Originally Surveyed and Marked for Removal • When Loading for Transportto the Disposal Site • When Offload ad at the Disposal Site A unique Uuck/trailer barcode scanned at the loading and offloading points provides additional Information. Real-Time Data. Real· Time Recovery. 36 ARX DISASTER MANAGEMENT SECTION 5: TECHNOLOGY The DebrisTech Electronic Debris Management System is modeled after a proven debris monitoring method that utilized a combination of hand written paper tickets, electronic databases, ond a Geographic Information System (GIS). The Debris Tech system follows this same model, but replaces the hand written tickets with real time data collection devices. Paper receipts are still available but are no longerthe primary record. DebrisTech handheld devices and software add a new level of documentation and security features. The built-In automated fraud detection end a udittools greatly reduce the potential for fraudulent activities as wolf as streamline the reconciliation process. The system can also provide real time access for authorized users so that the audit and validation process can begin immediately, rather than months or years later. Debris Tech also has the flexibility and edaptabilityto meet the specific and potentially unique debrl~ removal requirements of each specific event In most cases, the system can be customized to meet mission specific requirements within hours of the request being made. Since September 2012, DebrisTech has been utilized by more than 15 government entities in five different disasters and produced an unprecedented quality of documentation of the debris removal operations in these affected areas. DebrisTech is a field proven system that will provide complete documentation of all debris removal activities. Specifically, Debris Tech was used in Mississippi following Hurricane Isaac, New York following Super-storm Sandy, and most recently, in Moore, Oklahoma following the devastating May 20, 2013 Tornados. DebrisTech's work In Moore, DK has drawn a Jot of attention form State and Federal stakeholders. There have been numerous occasions where both FEMA and USACE personnel working in the region have made special trips to Moore to see the system in operation. Debr!sTech's work in Moore, OK has also prompted FEMA to create a Best Practices video that highlights Debris Tech's technology and processes that are being utilized in the recovery process, The Dcbrisleoh system fully complies with tho Specifications ourllnod In Section 10 Item E, of RFP/11-1314. A mere comprohcnsive lechnlcol pap or desorlblng how the DcbrisTeoh system llXcceds these speclficutiDils is available upon request. Real-Time Data, Real-Time Recovery, 37 FIRX DISASTER MANAGEMENT SECTION 6: TI!CHNOLOGY Llil --------~····-- Site Managers and Tower personnel are issued DebrisTech handheld scanning devices, loaded with custom software configured specifically for their role. Debris Tech h11ndhclds have the ability to scan barcodes, take digital photographs, apply GPS location tagging, accept manual inputs in unrestricted fields, and communicate vi11 the Internet using the cellular network and other means It required. When loading and disposal data Is collected, it Is wirelessly uploaded to the Debris Tech Central Information Database. If cellular service is not available, the data is queued on the device and transmitted when cellular network connectivity is obtaino(l or alternatively when the devices are in range of the Mobile Command and Communications Center for download and transmission of the dato via satellite communications. At the loading location, a barcoded papertickot is provided for1he truck driver, The truck driver takes this tlcket with the load to the disposal site. At the disposal site a second PebrisTech handheld device scans the ticket along with load and truck data. A receipt for the truck driver is printed certifying the delivery. The paper receipts serve as tangible evidence for the driver and backup documentation In the event o contractor disputes pay1hent for a particular load. State or the Art Tablet Field Devices-current generation Apple !Pads® with 36/46 connectivity housed In rugged OtterBox™ enclosures. • OebrlsTeoh Mobile Line Printer (MLP) Technology • Debris load Ticket App • Serialized Barcoded Ticket Objects • Debris Disposal Ticket App • Barcoded Pia cords for Trucks and Trailers • Truck Certification App • Employee ID Badge Printer • Right of Entry System App • Mobile Command and Communications Center • Debris Tech Central Debris Management Dat11base Real· Time Data, Reill-Time Re(:overy. 36 RRX DISASTER MANAGEMENT SECTION 5: TECHNOLOGY Manual entry of data and the potential mistakes inherent are virtually eliminated with the Debris Tach process by using unique serialized debris ticket objects and pn automated tracking system built around them. The DebrisTech truck certification process registers authorized debris hauling vehicles and equipment by electronically registering debris contractor trucks, trailers and other hPullng equipment Digital Images of each truck, trailer or other hauling equipment Is electronically linked to eoch individual registration/certlflcatlon. Each vehicle registration idontilles the mission (contract number) and responsible governmental entity. Each registration record Is permanently tied to the bar coda that is affixed to the truck body or trailer body, supplying unique identification data tor contractor vehicles and equipment. Standard forms of measure are utilized (e.g. feet and inches) to record the vehicle volume capacity utilizing Industry standard equations In each registration record created. Optionally, each driver of each truck may be Issued a unique bar coded Debris Tech ID that ties the driver to the food pnd/or haul vehicle. Each member of the certification team is issued a unique bar coded ID that Is scannad and becomes part ol the certification registration form. The member certifying the vehicle must also sion the electronic form, using the signature capture feature. The DobrisTech System automatically rejects vehicles that are not c~rtified and associated with the current evant end responsible government entity. Vehicles that need recertification (obscured bar code pie cards, changes in sideboards, spot check of capacities for random audits, etc.) can be compared electronically and automatically to the audlttablos and other CQC audit records of previous cartiflcatlons and registrations. Cartillclltlon records arll FlaB I· Time Dfltft, Real· Time Reoovery. 39 ARX DISASTER MANAGEMENT SJ;CTION 5: TECHNOLOGY available online and In downloadable and printable form for authorized users. Each monitor is also issued a unique identification badge that contains the employee ldentitication barcode and Project ID barcode. Like the other barcodes, they are used to easily mark the ticket with the Identity of the monitor or Inspector that collects and/or reviews the data but they are not intended nor t:an they be used to circumvent the signature capture requirement. Each ticket h~s a barcode that Is scanned using specially configured I Pads. A limited number ofthoso secure ticket objects are issued to monitors and Inspectors. W~hout a physical ticket no electronic tickets can be created. This is the first of a three factor ticket authentication system. The uniquely configured IP!ld Is the second foetor. The apps used for collecting data are registered Individually to unique serialized IPad IDs and will not function on unauthorized devices. These !Pads in most cases are Issued to individuals, but a third factor, a literal signature by the monitor or Inspector is required at each data collection point through a built-In signature capture feature o1 the I Pad. This factor reminds the submitter, that they are personally responsible for the accuracy of the data submitted. During debris operations, at each point of the process, 1he transport barcodes aro scanned along with the tickets establishing and verifying that the load and transport are Inseparable throughout the process. This method has distinct advantages over other systems because the tracking device physically stays with the transport equipment at all times and mixing of trucks and trailer combinations are Immediately detected. Up to four debris hauling pieces of equipment c11n be tracked per ticket, but in practice no more than three are likely. A key advantage of these barcoded tickets is that they represent the load-and they travel with the load. At any point in the disposal process, the barcode con be scanned, and the load's complete history Is available for roviow. This history includes photos of the debris when it is loaded and when It ls!lssessed atthe disposal site or intermediate checkpoint. A load presented for disposal (and subsequent billing) without a barcode Is rejected. These tickGt objects or tokens are in different forms depending on the type debris baing removad. Stumps are tagged with a special single swin11 hammer applicator. The tag consist of two parts, both with the barcode serial number, one that remains attached to the stump, and a second that can break away. The ta11 also servos as a size reference when using photos to audrt the diameter called out by the Inspector. White goods are Issued a yellowtickot With an adhesive barcode label attached. Its barcode can optionally be tracked further through the coolant recovery and recycling processes. Real· Th11e OatR. Real· Time Recovery, 40 RRX DISASTER MANAGEMENT SECTION 5: TECHNOLOGY Leaning and hanging trees as well as each load of bulk debris are Issued pre· printed serialized borcode tickets, about the size of a business card. These ticket objects not only serve as a tracking device, but also 11s a physical receipt for the driver. Before the lot~d monitor hands the ticket to the driver, the ticket is "swiped" through an integrated Mobile Una Printer (MLP). The printer records in human readable form key information such as a timestamp and debris characteristics. This gives the driver physical proof that the load has been properly submitted electronically. When tha ticket is presented at the disposal site or scale station, it is swiped again to print the measured or called size of the load. Electronic images of each stump,leaner/hanger, while gooo or debris load are time stamped and marked with the transport equipment codes as well as the current GPS coordinates at each point of the process. These points Include the loading point, intermediate loading or weighing points (if used) and the final disposal site. All data, including these images are transmitted back to the Central Database in real time, which allows for immediate viewing of field activities via a secure website from virtually any location with an internet copnection. At each data collection point the final step of cornmlnlng the data is to press the submit button. While all data has been checked for reasonableness as it was scanned or entered, a final series of data validation checks are performed. If the date passes these checks, the dat11 is stored locally on the device. Then an attempt is made to submitthe data to the central Debris Management Database Immediately. If connectivity is poor or non-existent the system will notify the operator thatthe ticke1 was stored but not submitted, After several tickets have accumulated or significant time hos passed without any tickets baing submitted, the operator is again reminded that all tickets are only stored locelly and he should try to upload the info 11galn. At the end of each day, each device's database Is backed up inns entirety to the Backup Server for permanent storage and a fresh, updated database is deployed to the device, The preservation of the original files that were on each device provides for yet another backup of the original data, as well as 11nother audit ready record of each ticket generl!ted by the system. The Debris Tech System also includes a Right of Entry module that streamlines the ROE process. The DebrisTech ROE Module automates the entire ROE process, from the application phase to ROE Closeout Every aspect of the ROE prooram is captured electronically and is accessible through the Debris Tech Debris Management Database. Applications, Field Inspections, ROE Approvals, Work Orders, Final Inspections, 11nd ROE Closeout Documents are all available to authorized users In real time. This real time access allows managers and contractors to always have up to date Information about the status of every ROE entered ir1to the system. Also, because tho ROE system Is an Integrated part Debris Tech System, ell information associated with the ROE, including the debris tickets generated trom the ROE, Is available in the same,·user-frlendly web interface. Real-Time Data, Real-Time Recovery. 41 RRX DISFlSTER MANAGEMENT As ticket tracking Information is submitted throughout each point of the debris removal process, the Debris Tech Debri$ Management Database makes the new Information available immediately to authorized system users through a secure web browser Interface compatible with most computing and porta bill d~tvlcer;;. The main observation view shows graphically, and in e tabular form, each load and Its current state, Truck icons indicate the load's type and state by showing It loaded, In transit or empty and returning for another load. Suspected problems are highlighted and the table can be filtered to only show data for a specific debris type, subcontractor, truck. dumpsite or project •' \ . SECTION 5: TECHNOLOGY ~ 2 t i . The DebrisTech System also has interactive mapping features that allow authorized users to view the exact pickup end disposal location for each debris ticket in real time. Clleklng on the load's truck Icon from the debris ticket list will show the pickup and disposal point for a specific load on a map. Clicking on the Truck icon in the header will show all loads In the ourrent filter on a map. This feature is especially useful when trying to determine where a specific truck or subcontractor Is working or has worked, or simply to see wh11r~ debris removal operations ere taking place in real time. These ere but a few of the extensive Geographical Information System (GIS) capabllitias present in the system. Detailed information for each load Is available by olioking on the E·ticket icon. This page initlelly shows the electronic version of the tloket that will move forward for verification and billing purposes. Once it has be on subjected to certain automated and human review processes it will be marked as reviewed and ready for billing. The E·tlckat c ontalns all key Information lnoluding photos, timestamps, GPS coordinates, monitor names and signatures, hauling time and distance as well os other oooent data. This ticket I~ available to authorized stakeholders as a PDF, and in other downloadable forms. In its online form, auditors can also zoom In on photos for closer Inspection. OEBRISHCH. ~c ._,lhJPJ raa. ~~1Rrr~Otlr'fl'io4"',.... .. _. ... ~ h:l!n...-tJf.l. ~·,.. t•41 ,,.,.,.,, ,..,. ,..... wow~~ Iii """'"' ~ . !>'1)1•:>«<· , ~ 0001~r4 ~ C: & D I' !IOO<il4:t • ;; ~~~ 1~ OH> v ~·~• , (llilii'OIIl lll l: I Ia > (>JON~ 1 ;. ~~u J.) Cit> ' tw:"''1l ~ ~It ·!!'a lt.r.r• • ~<~~-·~ .. ' ,, (1."9191911 ·I~ t41> ·,· 1!('0!•11 ~t .. ... l'llllllQl18 ,,;p r•n ·, ·M1Ntt• .. ·U il'.!llhlb:l ~ f.lll -~~-:.. __ , ___ :1' '-f.j :-1!: J I~ ... t:J) ~' ,\ .... ; ... ,. ... '1)1) • ::.! flrl q ~·•l"nll • 0...... tt lr ..,..,.. 11 .a~ r,...,, trqm:n.,. t y toft' Uo<na:IO :'Iii~ f,'tJi.1l ' f,1!J"Jl !I!II;.',I,Jj 1 lfll<~! ·: 0%1) U,.O..,ii\1 'h!~) I P"1!1'tJ ' MMj SSC.o.&.~ I 6M'Wll6t-ll I Ul ~~ , ... ., .. , ·. t \~f) . 1.1'-U (<.\1'~~ ., t.ffl!oW"I •: ~.N ........ ~~ : ~,., " 1 •flU 1.1~ •. ,, lD~r. , w.l.wP.• ., o:~o~ lboonw "'"'I.U 1'1'\1'1 7•1\.1~ :!i~ .. J ~ , llNil!lP(.!< , Ol-J ..... ,...,:n> ·'"1-l-.) ; , ····~ ,., ..... ,, ~"'''~~~· • ,.,.,~.,111' ' 0;!1\ 41<-1{• I 'tlrl1.\ ' to ~·\.I) M:lo"ll !i~.~~tr. ' lofflhl.l!oi.Of ' 0 ll ........ -<~! ........... .. U 4dt '.; lLtt..1'J maw· .: IAWAWrillt a. -ZfM _...wr.am.m Real-Time Data. Real· Time Recovery. 42 RRX OISRSTER MANAGEMENT SECTION !i: TECHNOLOGY ---------------------···--·····"'·~- The DebrisTech system was designed from tho ground up to allow geographically diverse management and administration. This means that personnel mnnngementactivities as well as delegated DebrisTech system administration activities can be performed from any location. In recent disasters however, the best location has been from the DebrisTech Mobile Command and Communications Center. Often limos the commend center is deployed immediately following an event and Is self-contained, not requiring local infrastructure to be functional. Having fully equipped and qualified personnel on the ground In the days Immediately following an event is a kay component to a successful deployment of the system. The PebrisTech system has cenaln common roles with privileges predefined, that determine who can create, update, and delete specifica.tlons, task orders, ROEs, transport container registrations, but it is nlso flexible in that new separated or combined roles can be created where field conditions, personnel training and experience permit. ~1.\llJl"_, .. , •. , .. } .,. .. ,. .. ~., p;~t'---...1"t:'.II'C··-,-.,,..,. ... ; . !12 01 1-tr--t. •!J :!f hM' ;l-;:;o9-'1t' .... ," 1'~ ~ ·'.1 ,. ... l"t-1 •" ._. 1 ••• DfBAIS1! !:II I'CJ ......,..,., u. ;r ou.to~,~ •• ~~ .,, , ... ~.--'-·t..lo.o.• .. ~_..MJ~ .... , • ..,..,. '"'*" ·':'" Jllh ""'~::... ,.._,. :.:..:!· •• •' Q. ,... ,., P.~":. ... , ....... , ..... ,,. :-......... ~)-C-.tL'L•'•''JI~"I .,,;;•"-==.,• __ _ '?::~ ::: ~:::.~~I' :,n ;, ~·--"'~·~--- .--.,.;.;:r~ &, .._. __ _ Real-Time Data. Real-Time Recovery. 43 RRX DISASTER MANAGEMENT In response to an event as soon as authorities permit access, Debris Tach sends one of its Mobile Command and Communications Centers to the project area. Each Mobile Commond nnd Communications Center is a specially aquipped, self-contained unit that provides oftioa and living quarters for its key team members. Each unit has computers, printers, badglng and placarding systems, communication systems, training systems and an appropriate number or load and disposal site deploymant kits. The load deployment kits typically contain 10 ruggedized tablets with MLPs, batteries, chargers, and Ink cartridges and e number of preprinted tickets. Tho disposal site kits typically Include 4 tablets with MLPs, remote scanners, laser printers, paper and printer cartridges. Tho kits are authorized for carry-on luggage and when necessary may travel ahead of the Mobile Command and Communications Center by air II~ e. Because Debris Tech is standardized on Apple's IPads as the basis for Its field unit, and has partnered with national cellular providers, ramping up to hundreds of units can be done In a very short period, Debris Tech has created a customization system 1hat can transform a best of class consumer Qfade SJ:CTION !i: TECHNOLOGY tablet to a ruggedized Debris Removal Monitoring Device In minutes, Utilizing the !Pad's and AppleTV's mirroring feature, and the Mobile Command ~nd Communications Center's outdoor video screen, DebrisTach's first responders can train Iaroe groups of locally hired monitors at any location. Because of the iPad's Inherently simple and user- friendly desion, a typical training class usually lasts less than 2 hours. Real-Time Data, Real-Time Rec(J\Iery. ARX DISASTER MANAGEMENT SECTION !i: TECHNOLOGY In a typical deployment, DebrisTech's first responders arrive and nssess the severity of the event and determine how many support per5onnel will be required to deploy and fully support tho system. A typical support staff Initially consists of one Technical Svpport Coordinator per deployment, one Technical Support Technician per disposal site and one Technician per 25 deployed devices. The Support CoordinatCJr is responsible for training the device operators and truck certification personnel. Within 10·14 days of the initial deployment, the support staff can typically be reduced to one Support Coordinator and one Support Technician per 20 deployed clevlces. Once a deployment is initiated, a new server Instance of the Debris Tech Debris Management Database System Is created and replicated at two or more locations. In the case of this contract, a third replication is set up for government use. One server instance is de51gneted as the primary server and field devices submit their data to It through a secure channel over a common carrier. The other servers are updated within minutes !usually seconds) and contain an exact copy of the records submitted by the field devices. One of the secondary servers is designated as a failovar server should the primary server fail, or be inaccessible due to a regional communications outage. Debris Tech's primary server location Is served by a redundant primary fiber loop ancl its secondary and tertiary servers are geographically remote and served by different ISPs. Upon completion of a mission, a copy of Pll date collected is delivered to tho Client in Micro5oft Excel and PDF format The data can also remain accessible through the DebrlsTeoh Debris Management Database for any period as required by the contract. Real-Time Data. Real-Time Recovery. 45 Section DB Occupational License & GenerallnatructJDI1U Request for Taxpayer Identification Number and Certification _.. July ~1, 2014 Olwl Form to !he flllllJIIOtor, DO 1\01 H11d 141 th; IRB. llerbl, Ueroqvo;t&etgl>'esi'OU 0101111 01/19flliJrl FotrnW•91a= I:"~YI'l!r' 11101110 lllqlmtur'll fOIII1 Bb if&Ub&l&nUo!l)l WMIIJoo olallA-Fot~I<Dt~,youete ~au.e.~llrou= • M. lndMduol '11116 be u.s. eftiDln ot U.B.!Wclent ahn, ·II~ COI)!Oiatbn, ~y, arii:IIDdallancn>ll1od Dt ~ lo lhll Unlllld Slu* ot utodllt lid le'o\'8 o/1110 Unlll<l Btaleo, • N!-(C!Uiet DWI a fOielgn etlal8), or til ciiiiMS!la 111111 (M cloffnod In llog!MUons DOCCicnBOt.7701·'1). -9 46 Section 08 Ccc:upational License & W-9 ISSUED TO; STATE OF MISSISSIPPI PRIVILEGE TAX UCENSE ARX DIASTER MANAGEMENT INC 311TEU.YRD PfOAYUHI!, MS 311411D BUSINESS LOOAT!ON; TYPE Of bUSINESS: 311 TELLY RD DISASTER MANAGEMENT !JCENSE NYMBEfl! 12338 SFFEOTIW DATE: 8/0112013 EXPIRAnDN DATS1 OD/3012014 LICEHBED ACTNITY TOT&, UCENSE FeE coao Z1·17.00tA. ZGrv (OJ 10 Thrco (31 Emplo)'lln 8.(10 .Ac=wtll DV: Tolall'llld: ~ 'IHIIIuctHI!PIIOVIDU'QI!III!IOYI!TAXPA'I'SilTIII!PRMU!OBOPCOIIIILIG"'IIIIBIW<I!88AIRUIIAA!DBYni8~CODalli7J 1IIJll ~ala HOTTIIAIIfFIIII.WU!Aim Ill VAUD DilLY W1TIIIH TIID TllRIIII'ORIAI.UIIITII 01' Till crrY OF PIMYUHil IBIIIJI: DATEI 712212014 46 Section07 Proof Of Bonding From Surety The lnsu/Qnw Center July 22, 2014 Arx DlsPotor MnnlllJ&mant, Ina. 311 TollyRd PlcayuM, MB 39468 Subji!Cl: Banding CII,DIIelty To Whom II MPY Conoom: N:x Dlmtor Menaocmont,lno., CII/Ten\ly llae a bon4 ptogram IIMh u.s. Spocflllty lnsUtBnc;e Company, An A+ '1N Be1lt Rated Cenlur. for thD a bUlly to band proJe~ VP to $6,0110,000 aJnole 111\d e~ sggtegBted bOndJng c&JilleltY oi'SMOO,OOO. We hJehly lt!CDrnmsnd Arx DlaBBiet Msnagaman~ Inc. to )'OU and &land rw<~y 111111 ablo to tllillll bon do ror IIIla cof\llactor aunr lime. P~ bo l'dvlaed lllalllla llnal approve! of &UMIY bornls will be be~ on tho pat\ICIJ!er tennu, cond!Uone,lllld epodllcaUonu fer the ftnatlzod conlmcl lent1Blhl!llll'e pmenlod to the BUI'Diy for underwrftl119 conaldelllllon. 213 Porlor /lvo~vo • 3953!1 • P.O. Do~ j/20 • Biloxi, MS S9S93·0228 • 228·074·2QDD • PI\)( 228-4~2·7420 \Y'IYWW,bi&J,com 47 Appendix R -Required Farms FORM 1: PropQsal Tender Form FORM 2: Proposal Award Notice Form FORM 3: Required Disclosure Form FORM 4: Drug-Free Workplace Compliance Form FORM 5: Non collusion Affidavit FORM 6: Non Bankruptcy Affidavit FORM 7: Schedule of Subcontractors 48 City of Jm:k11onvllle De«cll Date: 07/03/2014 RFP#: 11-1314 Debrl$ Mollltorlng Serv/cqs FORM 1: PROPOSAL TENDER FORM (pngc 1 of3) RFP NUMBER: 11-1314 DEBRIS MONITORING SERVICES TO: THE CJTY OF JACKSONVILLE BEACH, FLORIDA DATE: July 23.2014 Provide an hourly price for each of the positions listed below. If your company provides other related position's, ple11se add as appropriate. Note that descriptions are indicative of the type of work nonnally performed but descriptions arc not comprehensive. a e : ate tructure T bl l R S Db I M e r s on tor ng Labor Classification Hourly Rate Principal $125.00 Project Manager $85.00 Field Operation Mana~or $75.00 Field Coordinator $50.00 Disposal Site Monitor with DobrisTech Device $36.00 Load Site Monitor with DebrisToeh Device $36.00 FEMAIFHWA Liason $90.00 BillingOnvoicingManager $75.00 Data Mana~er $80.00 Automated Ticket Analvst $70.00 a e : ate tructure or rogram T bl 2 R S fi p M anaaement Labor Classification Hourly Rate Principal In Charge $150.00 Su~iect Matter Exuert $135.00 PrQject Manager $135.00 Senior DamnJXe Assessment Estimnto)' $100.00 Dama£e Assessment Estimator $75.00 Clerical $35.00 Senior FEMA Program Advisor $150.00 FEMA PA Pro~ram Coordinator $125.00 Grants Manal!ement SuoeiVisor $90 Grants Manager $15 FEMA ProJect Specialist $65 Proposal Tender Form City of JRclmmJJille Beach Date: 07/03.11014 RFP#: 11-1314 Debris MOJutorlng Set'JiiCtJS FORM 1: PROPOSAL. TENDER FORM (pnge2Qf3) NQ!E.: Respondent is solely responsible for developing I detennining I verifYing for this project all plans I all methods I all quantities I all measurements and all manufacturers' requirements I recommendations necess11.ry to provide a satisfactory fully completed project under the provisions of the RFP, to the CITY's satisfaction, to include coSts for all labor, all equipment, all materials, all rental I leasing I purchasing of equipment and materials, all preparations, aU repairs, all safety work, all quality control work, all disposal work, all mobilization and demobilization work, all sub-contractor work, all taxes, all insurance, aU bonding if required, all inspection work, all verification work, all warranty work, all pennitting at all JcvcJs of government, all contrac~or overhead, all contractor profit, and any I all other project related work and/or cost/expense that is not listed, and all of which shall be the basis for the Respondent's proposal for this RFP, the cost of such is incorporated into the hourly rates as proposed on page 1 of the Proposal Tender Fonn. I hereby certify that I have read and understand the requirements of RFP 11-1314 Debris Monitoring Services and as the Respondent, will comply with all requirements. and that I am duly authorized to execute this proposaVoffer document and any Contract(s) and/or other transactions required by award of this RFP. SUBMIITED BY: Ryan A. Holmes Printed Name of Authorized Submitter COMPANY NAME: ARX Disaster Management Inc. ADDRESS: ~3~11~TI~e~lly~R~o=ad~----------------------------------- CJTY, STATE & ZIP: ...:P..:;;lc::=a:.c.:yu""'n~e,~--"M::.;:S;...;3::..:9c...:..46,.,.6'------------------ TELEPHONENUMBER:~6~01~·9~1~B4_o_o_o ____________________ ~----------- EMAIL ADDRESS: corey@arxrecovery.com LICENSE NUMBER: E\'!Oooool,oct \ { \'2.'&'?1~ Ryan A. Holmes Title (typed or ne~~tly printed) Poge36of43 Proposal Tender Form Cll)' of JaoksoiiVflle Bene /I Oate: 07/03/2014 RFPfk II-1314 Debris Monltor/11g Sen/ces FORM 1: PROPOSAL TENDER FORM (page 3 of3) AUU!iiNDA RI!:CEIM' VEBIFICA TIQN Respondent sball acknowledge receipt or a11addenda 1 Jf any, to the RFP, by filllng In Addenda Numbers and dates below. Addendum il: -Dated: --Addendum#: ~ Oared: -- Addendum#: -Dnted: --Addendum #1: -Dated: - Addendum#: -Doled: --Addoodum #: -D11ted: -- PROPQ§AL DQbUM!ijNT T!,!RN-IN CHECKLIST The following documents are to be completed, signed pnd submitted m; part of the SubmiHal Package in TCsponsu to this RFP. Failure lo provide tho listed documents may be CIIUSe for the CITY to consider rejection of the submitted proposal. This consideration will be at tho sole discretion of the CITY. INITIAL SECJ'ION SECTION TITLE Check-Off ~~~) FORM I PROPOSAL TENDER FORM (completed Pages 35 tbru 37) J l<~ I FORMl PROPOSAL A WARD NOTICE FORM-(completed Page 38) I ~Li:: I FORM3 REQUIRED DISCLOSURE FORM (completed Page 39) ~~~ J FOR]\f4 DRUO·FREE WORKPLACE COMPLIANCB FORM (completed P11ge 40) 1 lL~ r FORMS NONCOLLUSION AFFIDAVIT (completed Page 41) I~J FOR~6 NON BANKRUPTCY AFFIDAVIT (completed Page 42) I e:t J FORM7 SCHEDULE OF SUBCONTMCTORS (completed P11ge 43) 1~1 TABl Respondent's profile and submittal letter 1~1 TAB2 References 1~1 TAB3 Experience of Personnel ,(2.~] TAB4 Approach, Methodology and Timeliness (@.\:1-) TABS Electronic Device and Automated Debris Management System 1~1 TAB6 Occupational License and W-9 I P#") TAB7 ProofofBond ability from Surety Company NOTE: Please INITIAL Check-Ot'fofench documelll I activity/requirement that is attached to the Proposal Tender Fonn and/or is required by the RFP and/or Addcndn. Ryan A. Holmes Title (typed or neatly printed) PPge37 of43 Proposal Tender Form Cit)l of Jacksonville Beach D111e: 07/03/2014 FORM2 PROPOSAL A WARD NOTICE RFP#: 11-J:J/4 Debris Monitnr/11g Servicos City ~f. Tacksonvi{Ce ~eacfi 1460A Shetter Avenue, Jacksonvlllc Bcacb, FL 32250, (904) 247-6229 NOTICE: Items 1 to 6 are to be completed by the Respondent. The Respondent is to submit the fonn to the CITY along with the Proposal Tender Form and other required documents. I. Company Name: ARX Disaster Management lno. 2. Address: ..::3:...:.11.:....1i.:..:ec:.:.IIY._,A...::o:..:;a:;;..d _______________ _ 3. City, State & Zip: ...:.P..:.:lc::.=ae<;yu::.:.n::.=e.z..:, M=S.=o3.:::..946=6 _______________ _ 4. Attention: Corey J. Smith 5. Phone: ... e~0.;..1· ... 91-6-4;...,;,;;;o ... oo;;.._. _____ Fax: 601-798-6161 6. E-mail address: corey@srxrecoverv.com PLEASE PRINT CLEARLY ITEMS BELOW TO BE COMPLETED BY THE CITY OF JACKSONVILLE BEACH ****************************************************************************** Proposals were received and evalu11ted, and lhe following recommendation will be presented to the City Manager for aw11rd ofRFP No, 11-1314 per the attached Proposal Tabulation form(s). A written notice of intent to file a protest must be filed with the Purchasing Administrator within three (3) days after receipt by the respondent of the Proposal Award Notice from the Purchasing Administrator in accordance with the procedures set forth in Section XII K., City of Jacksonvllle Beach Purchasing Mnnuul. If awarded RFP or combination of RFP Items, please do not proceed with any work prior to receiving an official City of Jacksonville Beach Purchase Order and/or Notice-to-Proceed Jetter. Thunk you for your proposal. Sincerely, CITY OF JACKSONVILLE BEACH Is/Jason Phltldes Purchasing & Procurement Division Page 38 of43 PropoSIII Tender Form CIIJI (lj JacksmiVJIIe Beach Dace: 07/03!2014 FORM3 REQUJRED DISCLOSURE RFP#: 11-1314 Debris Mo11itor/11g Services The following disclosure is of all material facts pertaining to any felony conviction or any pending felony charges in the last three {3) years in this State or any other state or the United States against (l) respondent, (2) any business entity related to or affiliated with respondent, or {3) any present or former owner of respondent or of any such related or affiliated entity. This disclosure shal1 not apply to any person or entity which is only a stockholder, which person or entity owns twenty (20) percent or less of the outstanding shares of a respondent whose stock is publicly owned and traded:· Signed: ~, Contractor: AAX Disaster Management Title: VP or Operations Page39 of43 Proposal Tcncler Form ' I City l'/ Jacksonville Be nell Dale: 07/03/2014 FORM4 DRUG-FREE WORKPLACE COMPLIANCE RFP#: ll-1314 Debris Monitoring Scrv/t:e., IDENTICAL TIE PROPOSALS -Preference shall be given to businesses with drug-free workplace programs. Whenever two or more proposals, which are equal with respect to price, quality and service, are received by the State or by any political 5ubdivision for the procurement of commodJties or contractual services, a proposal received from a business that certifies that it has implemented a drug· free workplace program shall be given preference in the award process. Established procedures for processing tie proposals will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying employees that the unlawful manufacture, disbibutlon, dispensing, possession or use <?f a controlled substance is prohibited in the workplace ~md specifying the actions that will be taken against employees for violations of such prohibition. 2) Infonn employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation and employee assistance programs and the penalties that may be imposed upon employees for drug abuse violations. 3) Give each employee engaged in providing tbe commodities or contractual services that are under contract a copy of the statement specified in subsection (1). 4) In the statement specified in subsection (1), notifY the employees that, t~s a condition of working on the commodities or contractual services that are under contract, the employee will abide by the tenns of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee's community, by any employee who Js so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Pagc40of43 Proposal Tender Form City of Jaclcsonvllle Beacl• Date; 07/03/2014 RFP #: 11-1314 Debri.~ Mtmlrorlng Services FORMS NON-CO~LUSION AFFlDA VJT __ ?,_'G_'A_t-+--'-~...;..::...• .....:-\t:..:-Q.:....:\:.::..M..:.;~=S. ____ _,. being first duly sworn deposes and says that: I. 2. 3. 4. 5. By: He (it) is the VP of Operations , of the respondent that has submitted the attached proposal; He is fully informed respecting the preparation and contents of the attached proposal and of all pertinent circumstance!! respecting such proposal; Such proposal is genuine nnd is not a collusive or sham proposal; Neither the said respondent nor any of its officen;, partners, owners, agents, repre.~entatives, employees, or parties in interest, Including this affidavit, have in any way, colluded, conspired, connived or agreed, directly or indirectly, with any other respondent , firm or pen;on to submit a collusive or sham proposal in connection with the Contract for which the attached proposal has been submitted; or to refrain from responding in connection with such Contract; or have in any manner, directly or indirectly, liought by agreement or collusion or communication, or conference with any respondent firm, or person to fix the price or prices in the attached proposal or of any otbcr respondent or to fix any overhead, profit> or cost elements of the proposlll price or the proposal price of any other respondent, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage against other Respondents, or any person interested in the proposed Contract; The price or prices quoted in the attached proposal are fair and proper and are not tainted by any collusion, conspiracy, connivance, or unlawful agreement on the part of the respondent or any ~~entnti..,, owners, employees or p,.mes ;n ;uteres~ inoludjng his 7z~ ..,...... Sworn and subscribed to before me this ---~~J~--day of ..l u ~ 2Q...!..!L in the State of_--:..f"..:l.::.:o":..:''.IOJ4e....._ _______ , County of___.'P~u~I(~A.~..ol ---- --~'<&~~~~~11'-':~.L::~::..::.!..:-------Notary Public My Conunission Expires: .........:..Ds..__._t.._.lt.e<...J/t..:II.O:=.:..;I't.__ ____ _ PHge4I of43 Proposal Tender Foa-m City of Jaclr:rollvllle Boach Dote: 07/03/2014 FORM6 NON-BANKRUPTCY AFFIDAVIT STATE OF f\olh11'A. ) COUNTYOF P~A\.. ) RFPN: lJ.JJU Dehrls Monitorl11g Sef'lllces Ryan A. Holmes is an officer and member of the finn of 6BX P!sal!!er ManaqwEml Inc. , being fJISt duly sworn, deposes and states that; 1. The subsequent certification statement is a true and accurate statement as of the date shown below. 2. The affiant under$tands that the intentional inclusion of false, deceptive or fraudulent statements on this Non-Bankruptcy Affidavit constitutes fraud; and, that the City of Jacksonville Beach, Florida, considers such action on the part of the affiant to constitute good cause for denial, suspension, revocation, disqualification, or rejection of affiant's participation in RFP ll-1314. 3. Certification Statement: This is to certify that the aforementioned finn has not filed for bankruptcy in the past seven (7) years and that no owner/officer or principal of the aforementioned firm has tiled for bankruptcy personally in the past seven (7) yean; or has been an owner/officer or principal of a firm which has filed for bankruptcy in the past seven (7) years. AffiadL Sworn to before me this 23~ day of .I;.)'t (Name of affiant) ..-J He/She is personally known to me or has produced _ _..[):.u:Jr•Lll.'vcl.!.t.ll.& _:l.:..:: c.L=n!.al...,e ~-·as idtmtification. ~ Notary's Printed Name Expiration ofNotary's Commission Page42 of43 Proposal Tendor Form Clf)l of Jacksonville Beacll Dare: 07/03/2014 FORM7 RF'P #:11-1314 Debris MonilorlngSmlces SCHEDULE OF SUBCONTRACTORS ], DebrlsTech Electronic Debris Manaaement S~stem (Company name) (type ofwork) 925 Good~ear Blvd. 601·916·1113 (address) (telephone#) Pioa:iune 1 MS 39466 27-3382906 (city/state/zip) (federal J.D. #) 2. (Company name) (type of work) (address) (telephone#) (city/state/zip) (federal J.D. #) 3. (Company name) (type ofwork) (addres~) (telephone #) (city/state/zip) (federall.D. #) Signed!~ Title: VP of Operations Contractor: ARX Dlsastef Management, Inc. Page43 of43 Proposnl Tend~r Form Ct:KIIJ-R,;Ait:. UUI:!Ii NOT At-1-JICMAIIVI:LT f.IK Nlt:UA:I~T AMt:NU, t:Ait:NU u"' ~'"'"' 1nc ....,.VCIV\1;1C ...-r-un.uJCU .. , uac .-...~­ BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTII"ICATe HOLDER. lBancorpSouth Insurance Services, rno. trhe Insurance Center rAvenue 39530 Disaster Management, Inc. 311 Telly Road Picayune MS 39466 EXECCON-02 1\I!HICL..I!S (AIIaah ACORD 1 OI,Addfllanuf Ra-SahiHiuJe, If 111111'0 IPN41 fG roqufmd) JackscnviDe Beach Is additional Insured as ~ects General Uablllty Including completed operations, Auto Liability, Excess Uabilily llutlon Uablllty for wori< performed by Named Insured as required In Written contracl SO Day NOC Name/Numl)er. RFP 11-1314 Debrfs Monlforlng Services . CERTIFICATE HOLDER City of Jacksonville Beach 1460A Shetter Avenue Jacksonvme Beach FL 32250 CANCELI.AnON SHOULD ANY OFlliE ABOVE DESCRIBED POUCIES BE CAHC&LLI!D BeFORE THE E!XPIAAT10N DATE THEREOF, NOTICE! WILL BE DELIVERED IN ACCORDANCE WITH THE POUCY PROVISIONS. AUTHORIZED REPRESiiHI'ATIIIl! ......-....... ~ Contact Information ARX Disaster Managanent, Inc 311 Tally Road Picayune, MS 39465 Corey J. Smith, President corey@arxrecovery.com 1601}916-4000 DebrisTech 925 Goodyear Boulevard Picayune, MS 39466 Brooks Wallace, President brooks@debristech.com (601 )916-1113