Disaster Debris Removal

expired opportunity(Expired)
From: Escambia County School District(School)
241604

Basic Details

started - 04 Apr, 2024 (26 days ago)

Start Date

04 Apr, 2024 (26 days ago)
due - 19 Apr, 2024 (11 days ago)

Due Date

19 Apr, 2024 (11 days ago)
Bid Notification

Type

Bid Notification
241604

Identifier

241604
Escambia County School District

Customer / Agency

Escambia County School District
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

RFP #241604 Page 1 of 40 RFP #241604 Page 2 of 40 RFP #241604 Page 3 of 40 RFP #241604 Page 4 of 40 RFP #241604 Page 5 of 40 RFP #241604 Page 6 of 40 RFP #241604 Page 7 of 40 RFP #241604 Page 8 of 40 RFP #241604 Page 9 of 40 RFP #241604 Page 10 of 40 RFP #241604 Page 11 of 40 RFP #241604 Page 12 of 40 RFP #241604 Page 13 of 40 RFP #241604 Page 14 of 40 RFP #241604 Page 15 of 40 RFP #241604 Page 16 of 40 RFP #241604 Page 17 of 40 RFP #241604 Page 18 of 40 RFP #241604 Page 19 of 40 RFP #241604 Page 20 of 40 RFP #241604 Page 21 of 40 RFP #241604 Page 22 of 40 RFP #241604 Page 23 of 40 RFP #241604 Page 24 of 40 RFP #241604 Page 25 of 40 RFP #241604 Page 26 of 40 RFP #241604 Page 27 of 40 ATTACHMENT A Price Proposal Responders shall enter pricing for each type of debris cleanup listed below. Proposed unit prices must include all applicable costs associated with debris cleanup, including, but not limited to, gathering, reducing, loading, transporting, and dumping debris. Any equipment usage
fees, as well as any fees charged by Disposal Sites shall also be included in the unit prices proposed below. All work completed under this Agreement shall be billed and paid in accordance with the unit prices established in this Attachment A. Responder must use load tickets as backup documentation for all applicable invoices per Section IV.Y.3. The School District will not provide compensation under this Agreement for any work which is not invoiced using these unit prices. The following debris type descriptions are used for reference purposes only. Contractor shall refer to the Rules and Guidelines for complete definitions of each debris type. Item No. Debris Type Description Unit of Measure (UOM) Unit Price 1. Emergency Road Clearance (Work performed shall be limited to the initial period immediately following a disaster event as defined in the Rules and Guidelines.) 1.1 Clear and remove debris from School District roadways Hourly 1.2 Sweeping and gutter cleaning Hourly 1.3 Vacuuming inlets Hourly 2. Vegetative Debris 2.1 Loading and hauling Vegetative Debris to debris collection or Disposal Site Cubic Yard 2.2 24” – 48” Diameter stump removal Each 2.3 >48” Diameter stump removal Each 2.4 Removal of hanging limbs (>2” diameter at breakpoint) Each 2.5 Removal of leaning trees (Marked for Removal) 6” – 24” diameter at 4.5’ above ground level Each 2.6 Removal of leaning trees (Marked for Removal) 24” – 48” diameter at 4.5’ above ground Each 2.7 Removal of leaning trees (Marked for Removal) >48” diameter at 4.5’ above ground Each 2.8 Reducing Vegetative Debris Cubic Yard 3. Construction and Demolition (C&D) Debris 3.1 Loading and hauling C&D Debris to debris collection or Disposal Site Cubic Yard 4. RACM and Non-RACM Debris 4.1 Loading and hauling RACM Debris to debris collection or Disposal Site Cubic Yard 4.2 Loading and hauling non-RACM Debris to debris collection or Disposal Site Cubic Yard 5. Soil, Mud, Sand RFP #241604 Page 28 of 40 __________________________________ RESPONDER’S AUTHORIZED SIGNATURE: __________________________________ DATE: Item No. Debris Type Description Unit of Measure (UOM) Unit Price 5.1 Screen debris from soil, mud, and sand Cubic Yard 5.2 Loading and hauling of soil, mud, and sand Cubic Yard 6. White Goods 6.1 Loading and hauling of white goods for recycling Ton 6.2 Recovery and disposal of hazardous materials (i.e. freon, oils, etc.), per appliance Each 6.3 Loading and hauling of electronic waste for recycling Ton 7. Abandoned Vehicles, Vessels, and Other Property 7.1 Mitigation of hazardous substances (i.e. oils, coolants, etc.) per vehicle Each 7.2 Removal, hauling, and tracking of vehicles Each 7.3 Removal, hauling, and tracking of vessels Each 8. Animal Carcasses (Putrescent) 8.1 Removal and disposal of animal carcasses Pound 9. Hazardous Waste and Materials 9.1 Collection, segregation, containerization, and temporary storage of hazardous wastes and materials Cubic Yard 10. Reduced Debris 10.1 Loading and hauling reduced material to Disposal Site Cubic Yard RFP #241604 Page 29 of 40 ATTACHMENT B Response to Questionnaire I. COMPANY PROFILE: Refer to Section V. A. 1. Primary Focus of Business: ____________________________________________ 2. Years of Experience: ______________ 3. Location of Corporate Office: ________________________________ 4. Location of Office to Serve the School District: ________________________________ 5. Total Number of Employees: _____________ 6. Organizational Chart: Provide as a separate attachment. 7. Contact Information a. Name: _______________________________ b. Phone Number: _______________________ c. After-Hours Phone Number: __________________________ 8. Last Three (3) Years’ Income Statements & Balance Sheets: Provide as a separate attachment. 9. Official Bonding Letter: Provide as a separate attachment. 10. Inventory List as Described in Section V.A.9.: Provide as a separate attachment. 11. Copy of Current State of Florida Business License: Provide as a separate attachment. II. REFERENCES: Refer to Section V. B. 1. Reference #1 a. Company Name: b. Address: c. Contact Name: d. Phone Number: e. Email Address: f. Length of Contract: 2. Reference #2 a. Company Name: b. Address: c. Contact Name: RFP #241604 Page 30 of 40 d. Phone Number: e. Email Address: f. Length of Contract: 3. Reference #3 a. Company Name: b. Address: c. Contact Name: d. Phone Number: e. Email Address: f. Length of Contract: __________________________________ RESPONDER’S AUTHORIZED SIGNATURE: __________________________________ DATE: RFP #241604 Page 31 of 40 ATTACHMENT C MOBILIZATION CHECKLIST The following checklist shall be used as a guide. Contractor shall refer to the full Specifications and Scope of Work for a more complete description of services. Post-Award 1. Ensure all designated Contractor and subcontractor employees are badged through the State of Florida or the School District. 2. Ensure all equipment is operational and safe for travel. 3. Ensure all applicable licenses and permits are current. 4. Ensure that the contact information provided to the School District for the designated point of contact is current. Pre-Mobilization 1. Contractor receives notification from the Debris Manager that Agreement activation is pending. Contractor maintains regular contact with the Debris Manager to determine timing of proposed mandatory evacuations. 2. Contractor shall review the Agreement to ensure full understanding of all services to be performed. Mobilization 1. Disaster strikes the School District. 2. The School District issues a Purchase Order (PO) to the Contractor(s) for commencement of work. 3. Rapid Response Crew (RRC) arrives on the School District ROW within twelve (12) hours of notification by the Debris Manager. 4. Within forty-eight (48) hours after notification by the Debris Manager, Contractor(s) arrives on the School District ROW with at least fifty percent (50%) of the resources requested by the School District. 5. Within seventy-two (72) hours after notification by the Debris Manager, Contractor(s) has mobilized one hundred percent (100%) of the resources requested by the School District on the School District ROW. RFP #241604 Page 32 of 40 ATTACHMENT D CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION – LOWER TIER COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Executive Order 12689, and 31 U.S.C. 6101; Debarment and Suspension, 2 CFR Part 417, Subpart C, Responsibilities of Participants Regarding Transactions Doing Business with Other Persons. (Please read instructions below before completing Certification) (1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal. _________________________________________________________________________________________________________ ORGANIZATION NAME SPONSOR AGREEMENT NUMBER OR PROJECT NAME _________________________________________________________________________________________________________ NAME(S) AND TITLE(S) OF AUTHORIZED REPRESENTATIVE(S) _________________________________________________________________________________________________________ SIGNATURE(S) DATE 1. By signing and submitting this form, the prospective lower tier participant is providing the certification above in accordance with these instructions. 2. The certification in this clause is a material representation of fact upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. 3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is submitted if at any time the prospective lower tier participant learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4. The terms " covered transaction," "debarred," "suspended," "ineligible," "lower tier covered transaction," "participant," "person," "primary covered transaction," "principal," "proposal," and "voluntarily excluded," as used in this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. 5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered transaction be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or agency with which this transaction originated. 6. The prospective lower tier participant further agrees by submitting this form that it will include this clause titled ''Certification Regarding Debarment, Suspension, ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions,'' without modification, in all lower tier covered transactions and in all solicitations for lower tier covered transactions. 7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered transaction that is not debarred, suspended, ineligible, or voluntarily excluded from the covered transaction, unless it knows that the certification is erroneous. A participant may decide the method and frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check the Nonprocurement List. 8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render in good faith the certification required by this clause. The knowledge and information of a participant is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. 9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies, including suspension and/or debarment. RFP #241604 Page 33 of 40 RFP #241604 Page 34 of 40 Rev. 5 Attachment F ESCAMBIA SCHOOL DISTRICT RISK MANAGEMENTADDENDUM (REGULAR) Anything in the foregoing agreement to the contrary notwithstanding, each Signer thereof (other than the School Board, the Superintendent of Schools, the School District, their officers, agents and employees) hereby agrees to: A. HOLD HARMLESS/INDEMNIFICATION AGREEMENT: 1. Save and hold harmless, pay on behalf of, protect, defend, and indemnify the School Board, (including the Superintendent of Schools, the School District, their officers, agents, and employees) from and against any demand, claim, suit, loss, expense, or damage which may be asserted against any of them in their official or individual capacities by reason of any alleged damage to property, or injury to, or death of any person arising out of , or in any way related to, any action or inaction of the Signer (including its sub-contractors, officers, agents, and employees) in the performance or intended performance of this agreement, or the maintenance of any facility, or the operation of any program, which is the subject of, or is related to the performance of this agreement. The obligations of the Signer pursuant to this paragraph shall not be limited in any way by any limitation in the amount or type of proceeds, damages, compensation, or benefits payable under any policy of insurance or self- insurance maintained by or for the use and benefit of the Signer. B. REQUIRED INSURANCE: 1. Maintain, keep in full force and effect during the term of this agreement and any extensions and renewals thereof, and furnish to the undersigned good and sufficient evidence of general liability and auto liability insurance in an amount not less than $1,000,000 with an insurance company rated not lower than “A” by A. M. Best and Company. The School Board shall be named as an additional insured. The policy and evidence of such insurance shall be endorsed so as to provide coverage for all liability hereby contractually assumed by the Signer and a copy thereof shall be delivered to the undersigned before beginning performance of this agreement. Such insurance shall not be subject to cancellation, non-renewal, reduction in policy limits or other adverse change in coverage, except with 45 days prior written notice to the School Board, which notice shall be given by U.S. Certified Mail with return receipt requested to the undersigned. No other form of notification shall relieve the insurance company, or its agents, or representatives of responsibility. 2. If this agreement involves performance by officers, employees, agents or sub- contractors of the Signer, the Signer shall also maintain, keep in full force and effect during the term of this agreement and any extensions and renewals thereof, and furnish to the undersigned good and sufficient evidence of workers’ compensation insurance in the amount required by Florida Statutes Chapter, 440, and Employer Legal Liability Insurance in the amount of $100,000. Approved: Initials of each Signer: Signer: Kevin T. Windham, CFE, CSRM, Director-Risk Management Escambia School District 75 North Pace Boulevard Pensacola, FL 32505 04/18/11 Page 1 of 1 RFP #241604 Page 35 of 40 RFP #241604 Page 36 of 40 ATTACHMENT H State of Florida Vendor Certification Regarding Scrutinized Companies Lists Respondent Vendor Name: Vendor FEIN: Vendor's Authorized Representative Name and Title: Address: City: State: ZIP: Phone Number: Email Address: Section 287.135, Florida Statutes prohibits or limits agencies from contracting with companies, for goods or services, that are participating in a boycott of Israel, are on the Scrutinized Companies that Boycott Israel list, the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or has been engaged in business operations in Cuba or Syria. Both lists are created pursuant to Section 215.473, Florida Statutes. As the person authorized to sign on behalf of Respondent, I hereby certify that the company identified above in the sector entitled "Respondent Vendor Name" is not participating in a boycott of Israel, is not listed on the Scrutinized Companies that Boycott Israel List, the Scrutinized Companies with Activities in Sudan List, or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List and has not been engaged in business operations in Cuba or Syria. I understand that pursuant to Section 287.135, Florida Statutes, the submission of false certification may subject the company to civil penalties, attorney's fees, and/or costs. Certified By: VENDOR’S AUTHORIZED REPRESENTATIVE SIGNATURE Print Name and Title: Date: RFP #241604 Page 37 of 40 RFP #241604 Page 38 of 40 ATTACHMENT J STATE OF FLORIDA VENDOR CERTIFICATION REGARDING E-VERIFY RFP #241604 Page 39 of 40 ATTACHMENT K Submission Checklist Use this checklist to ensure that you have included all required items in your Proposal. For specific submission instructions, refer to Section VIII. B. on Pages 23-25. ENVELOPE 1 __ Complete Proposal (Refer to Section VIII. B. on Pages 23-25)- One (1), Signed Original __ Request for Proposal (RFP) & Proposal Acknowledgement Form (Page 1) __ Company Profile (Refer to Section V. A. on Pages 22) __ 1. Primary Focus of Business on Attachment B (Pages 30 - 31) __ 2. Years of Experience on Attachment B (Pages 30- 31) __ 3. Location of Corporate Office on Attachment B (Pages 30 -31) __ 4. Location of Office to Serve School District on Attachment B (Pages 30- 31) __ 5. Total Number of Employees on Attachment B (Pages 30 - 31) __ 6. Organizational Chart __ 7. Contact Information on Attachment B (Pages 30- 31) __ 8. Last Three (3) Years' Income Statements & Balance Sheets __ 9. Official Bonding Letter __ 10. Inventory List __ 11. Copy of Current State of Florida Business License __ Information for Three (3) References on Attachment B (Pages 30-31) (Refer to Section V. B. on Page 22) __ Attachment C - Mobilization Checklist (Page 32) __ Attachment D - Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion - Lower Tier Covered Transactions (Page 33) __ Attachment E - Escambia School District Public Records Addendum (Page34) __ Attachment F - Escambia School District Risk Management Addendum (Page 35) __ Proof of Required Insurance (Certificate of Insurance) __ Attachment G - Drug Free Workplace (Page 36) __ Attachment H - Vendor Certification Regarding Scrutinized Companies Lists (Page 37) __ Attachment I - Non-Collusion Affidavit (Page 38) __ Attachment J - Vendor Certification Regarding E-Verify (Page 39) __ Attachment K - Submission Checklist (Page 40) ENVELOPE2 __ Attachment A - Price Proposal (Pages 28 - 29) (Refer to Section VI. on Page 22) Completed in its ENTIRETY RFP #241604 Page 40 of 40

75 North Pace Blvd Pensacola, FL 32505Location

Address: 75 North Pace Blvd Pensacola, FL 32505

Country : United StatesState : Florida

You may also like

Disaster Recovery Debris Mgmt & Removal Services

Due: 27 Aug, 2024 (in 3 months)Agency: Terrebonne Parish Consolidated Government

Disaster Debris Removal/Emergency Services

Due: 02 May, 2024 (Tomorrow)Agency: City of Sanibel

RFP - Stream Debris Removal

Due: 14 May, 2024 (in 13 days)Agency: Johnston County

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.