Loading...
HomeMy Public PortalAboutDRC Emergency Services Contract7c) 740 Museum Drive • Mobile, Alabama 36608 1-888-721-4372 . 1-251-343-3581 • FAX 1-251-343-5554 Wayne Steele 715 North Ferdon Boulevard Crestview, Florida 32536 January 14, 2014 Via Email: wsteele@,cityofcrestview.org Phone: 850-682-6132 Fax:850-682-7359 Re: Contract between Okaloosa County and DRC Emergency Services, LLC Dear Mr. Steele: Please find enclosed a copy of the contract between Okaloosa County, Florida and DRC Emergency Services, LLC. Okaloosa County recently reissued an RFP and re -awarded and entered into a Contract with DRC Emergency Services, LLC on December 13, 2013, for the duration of three (3) years expiring on September 30, 2016. Pricing, terms and conditions are attached for your review. The City of Crestview's contract expired on December 31, 2013. DRC would like to offer the City of Crestview the opportunity to enter into a Cooperative Purchase Agreement with DRC Emergency Services, LLC, via the Okaloosa County Contract (Bid No SW- 35-13 Emergency Debris Removal). If this offer is acceptable to you, please execute the enclosed document and fax or email it to my attention to (504) 482-2852 or (lgarcia@dreusa.com). Also, if you have any questions, please feel free to contact Hunter Fuzzell (251)370-6967 or myself. I look forward to working with you and the City of Crestview. Sincerely, isa M Garcia Contracts Manager Cell: (504)715-9052 DRC Emergency Services, LLC 740 Museum Drive • Mobile, Alabama 36608 1-888-721-4372.1-251-343-3581 • FAX 1-251-343-5554 The City of Crestview, Florida, has a desire to enter into a Cooperative Purchase Agreement for Emergency Debris Removal, under the same terms and conditions as the agreement between DRC Emergency Services, LLC and Okaloosa County, Florida, dated December 13, 2013, which contract resulted from a competitive bid. The City of Crestview, has reviewed the contract and agrees to the terms and conditions and further agrees to the fair and reasonableness of the pricing. DRC Emergency Services, LLC hereby agrees to provide such services to the City of Crestview under the same price(s), terms, and conditions as the referenced contract between DRC Emergency Services, LLC and Okaloosa County. All references in the contract between DRC Emergency Services, LLC and Okaloosa County, shall be assumed to pertain to, and are binding upon DRC Emergency Services, LLC and the City of Crestview. Agreed, accepted and consented to this, the last date shown hereunder. DRC Emergency Services, LLC Mgt Mark Stafford Title: Chief Executive Officer Date: 1\ 12D ty Revised: January 14, 2014 City of Crestview Autho *zed Signature BY: NOTICE OF AWARD TO: Gerald L,ee Busby President DRC Emergency Services 740 Museum Drive Mobile, AL 36608 PROJECT CONCRETE MATERIAL DESCRIPTION: Bid # SW 35-13 The OWNER has considered the BID submitted by you for the above -described WORK in response to its Advertisement for Bids dated August 22, 2013 and Information for Bidders. You are hereby notified that your BID has been accepted for items in the amounts of Specified within your bid. You are required by the Instructions to Bidders to execute the Agreement and furnish the required CONTRACTOR'S Certificates of Insurance within fifteen (15) calendar days from the date of this notice to you. If you fail to execute said Agreement and to furnish said certificates within fifteen (15) calendar days from the date of this notice, said OWNER will be entitled to consider all your rights arising out of the OWNER's acceptance of your BID as abandoned. You are required to return an acknowledged copy of this NOTICE OF AWARD and the signed contracts to the OWNER: Okaloosa County Purchasing, 602-C North Pearl St., Crestview, FL 32536. If you have any questions, please call Joanne Kublik at 850-689-5960. Dated this 20 day of November , 2013 OWNER — O i�00S •` COUNTY BOARD OF COUNTY COMMISSIONERS - BY: Richard L Brannon TITLE Purchasing Director ACCEPTANCE OF NOTICE Receipt of thheA above NOTICE OF AWARD is hereby acknowledged. This the BY: day of , 2013. m ark. Title: C r 1, l e r Ext(*skiNv- 't'" )bwc. CONTRACT This agreement, executed in Crestview, Florida this day of 2013 between the County of Okaloosa, Florida, the Owner, hereinafter called the Party of the First Part, and -3i�C�4- r_e or its successors, executors, administrators and assigns, hereinafter called the P the Second Part. WITH ESSETH: That for and in consideration of payments, hereinafter mentioned, to be made by the Party of the First Part, the Party of the Second Part agrees to furnish all equipment, machinery, tools and labor; to furnish and deliver all materials required to be furnished and delivered in and about the improvement and to do and perform all work related to Primary Emergency Debris Removal; Rid #35-13 as per the attached pricing sheets in strict conformity with the provisions of this Contract, the Notice to Contractors, the Specifications and the Plans approved by the Owner. The said Plans, Specifications, the Notice to Contractors, and the Proposal are hereby made a part of this agreement as fully and to the same effect as if the same had been set forth at length in the body of this agreement. As security for the full and faithful performance of this contract and all the incidents thereto, the Party of the Second Part will furnish a Payment & Performance Bond upon activation of the contract. in consideration of the foregoing promises, the Party of the First Part agrees to pay to the Party of the Second Part such unit prices for the work actually done as are set out in the accompanying proposal in the manner provided in the said Specifications. The Contractor shall be prepared to begin work to be performed under the contract as he set forth in his proposal, but will not proceed until he receives official notice to begin. This contract may be cancelled with 30 day written notice by either party. REPRESENTATIVES: The authorized representative of the County shall be: JIM REECE OKALOOSA COUNTY SOLID WASTE DEPARTMENT 84 READY AVE. FT. WALTON BEACH FL 32548 850-651-7394 E-Mali: ireece@co.okaioosa.fl.us r The authorized representative for Me- EM 6t/Cf 5HiL Sshall be: Pa3Iat '?cA7 fltvsdvM 71(41E n04rlt 4?-44k 0 34 (aa$ ge?-52-/-- 4:311- E-P�fiail: vuL2etC P A(cff/ • colt{ U J¢w w0= �UE� Mctce" NL� � (f) 4>-ma r--UW NJ U Z p o a 4WD=� ° a' W g UW` WOW_' 1— "I re Et 0X OEW UOW W>. Las# Revised— 06/04/2013 Page 51 All notices required by this agreement shall be, in writing to the representative listed above with a courtesy copy to the following: Jack Allen Contracts & Leases Okaloosa County Purchasing Department 602-C North Pearl Street Crestview, FL 32536 850-689-5960 / 850-689-5998 (FAX) E-Mail: iallen@co.okaloosa.fl.us IN WITNESS WHEREOF, the Chairman of the Board of County Commissioners, by authority vested in him, has hereunto s s ibed his name on behalf of the County of Okaloosa, Florida, the Owner, and the said f has hereto fixed his signature, the day and year above written. WITNESS: be_C - �nco SP-rvfCO�� �L C� CONTR OR BY C Q STATE OF FLORIDA COUNTY OF OKALOOSA TITLE This contract ' accepte this ��day of �� 2013 and is effective on the / 3 day of LD 2013. ATTEST: ijai Gary Stanford Deputy Clerk of Court COUNTY Of OKALOOSA, FLORIDA Don R. Amunds, Chairm Last Revised - 06/04/2013 Page 52 BID SHEET BID #: SW 35-13 BID ITEM: EMERGENCY DEBRIS REMOVAL (STANDBY CONTRACT) ZONE PRICE PER TON PRICE PER YARD 1-0KALOOSA COUNTY $51.68 $6.46 2-0KALOOSA COUNTY $51.68 $"6.46 3-DESTIN $51.68 $6.46 4-0KALOOSA COUNTY $51.68 $6.46 5-MARY ESTHER $51.68 $6.46 6-FT. WALTON BEACH $51.68 $6.46 7-FT. WALTON BEACH $51.68 $6.46 8-FT. WALTON BEACH $51.68 $6.46 �9-FT. WALTON BEACH $51.68 $6.46 10-FT. WALTON BEACH $51.68 _ $6.46 11-OKALOOSA COUNTY $51.68 $6.46 12-SHALIMAR $51.68 $6.46 13-SHALIMAR $51.68 $6.46 14-FT. WALTON BEACH $51.68 $6.46 15-Ft WALTON BEACH $51.68 $6.46 J 16-FT, WALTON BEACH $51.68 $6.46 17-FL WALTON BEACH $51.68 $6.46 _ 18-SHALIMAR $51.68 $6.46 19-FT. WALTON BEACH $51.68 $6.46 20-FT- WALTON BEACH $51.68 $6.46 21-OKALOOSA COUNTY $51.68 $6.46 22-0KALOOSA COUNTY $51.68 $6.46 23-VALPARAISO $51.68 $6.46 24-NICEVILLE $51.68 $6.46 -25-0KALOOSA COUNTY $51.68 $6.46 26-0KALOOSA COUNTY $51.68 $6.46 27-0KALOOSA COUNTY $51.68 $6.46 26-VALPARAISO $51.68 $6.46 29-NICEVILLE $51.68 $6.46 30-0KALOOSA COUNTY $51.68 $6.46 31-NICEVILLE $51.68 $6.46 32-NICEVILLE $51.68 $6.46 33-0KALOOSA COUNTY $51.68 $6.46 34-0KALOOSA COUNTY $51.68 $6.46 _35-OKALOOSA COUNTY $51.68 $6.46 - 36-0KALOOSA COUNTY $51.68 $6.46 37-0KALOOSA COUNTY $51.68 $6.46 Last Revised - 06/04/2013 Page 53 38-CRESTVIEW $51.68 $6.46 39-0KALOOSA COUNTY $51.68 $6.46 40-0KALOOSA COUNTY $51.68 $6.46 41-0KALOOSA COUNTY $51.68 $6.46 42-0KALOOSA COUNTY $51.68 $6.46 43-CRESTVIEW $51.68 $6.46 44-CRESTVIEW $51.68 $6.46 45-CRESTVIEW $51.68 $6.46 46-CRESTVIEW $51.68 $6.46 47-CRESTVIEW $51.68 $6.46 48-0KALOOSA COUNTY $51.68 $6.46 49-CRESTVIEW $51.68 $6.46 50-0KALOOSA COUNTY $51.68 $6.46 51-0KALOOSA COUNTY $51.68 $6.46 52-0KALOOSA COUNTY $51.68 $6.46 53.0KALOOSA COUNTY $51.68 $6.46 54-0KALOOSA COUNTY $51.68 $6.46 55-0KALOOSA COUNTY $51.68 $6.46 56-0KALOOSA COUNTY $51.68 $6.46 57-0KALOOSA COUNTY $51.68 $6.46 58-LAUREL HILL $59.68 ' $7.46 59-0KALOOSA COUNTY $51.68 $6.46 60-0KALOOSA COUNTY $51.68 $6.46 61-0KALOOSA COUNTY $51.68 $6.46 62-CINCOBAYOU $'5V.11y`6 .68 $6.46 aIfya'' L� � ,i R-44) - ^A+SWORMakta $25.76 $3.22 itNfi yeL:d✓ GRINDING (i) DESIGNATED SITES) ADD'L HAULING (PER MILE) $1.76 $0.22 RIGHT OF WAY (ROW) cutting partially uprooted or split trees (Leavers) Falling partially uprooted or split trees from the ROW or the overhanging portion of the ROW and placing the debris in the ROW for removal as ROW debris. 1. Partially uprooted leaner (price is inclusive of excavating the root ball and placing it in the ROW) Less than 24" $ 300.00 per tree 24" - 36" a. $ 370.00 per tree Greater than 36" $ 700.00 per tree Diameter of tree @ 2 ft. from base Right of Way (ROW) removal of dangerous hanging limbs (Bangers) Removing hanging or partially broken limbs from frees in the ROW or limbs hanging over the ROW and placing the debris in the ROW for removal as ROW debris. $ 85.00 per tree Last Revised - 06/04/2013 Page 54 $ SAND COLLECTION (PUBLIC PROPERTY) AND/OR PRIVATE PROPERTY IF DIRECTED BY THE COUNTY & SCREENING RATE Removal and collection of disaster deposited same from public property. Sand will be hauled to a designated location, screened, and stockpiled at a debris management site(s) and clean sand returned and dumped at a final disposal location determined by the Owner. (Debris generated from screened rejects will be hauled to a debris management sites) or other designated location according to debris collection rates). 23.16 $ 24.10 25.10 DEMOLITION OF STRUCTURES per cubic yard for 0-15 miles, one-way haul per cubic yard for 15.1-30 miles, one-way haul per cubic yard for over 30 miles, one-way haul 1. Structure demolition with construction and demolition debris loaded at the designated work zone and hauled to an approved commercial landfill. Contractor shall disconnect and cap the sewer and water line and coordinate all required disconnects by private utility companies. Search safely accessible structures, including garages and detached outbuildings, and remove all white goods, e-waste and household hazardous waste for ROW collection. Does not include removal of concrete slabs. 0-5 miles, one way haul 5.1-10 miles, one way haul Over 30 miles, one way haul $ 14.62 $ 14.62 $ 15.62 per cubic yard per cubic yard per cubic yard 2. Structure demolition with RACM construction and demolition debris loaded at the designated work zone and hauled to an approved Type I/II landfill. Contractor shalt disconnect and cap the sewer and water line and coordinate all required disconnects by private utility companies. Search safely accessible structures, including garages and detached outbuildings, and removal all white goods, e-waste and household hazardous waste for ROW collection. Does not include removal of concrete slabs. 0-5 miles, one way haul 5.1-10 miles, one way haul 10.1-15 miles, one way haul 15.1-30 miles, one way haul Over 30 miles, one way haul 38.62 $ per cubic yard 38.62 $ per cubic yard $ 38.62 per cubic yard $ 38.62 per cubic yard 39.62 $ per cubic yard Last Revised - 06/04/2013 Page 55 EOC and Field Operations Feeding Requirements Desaiptiora F Prepared for Okaloose County Board of County Commissioners by DRC Emergency Services, LLC. Bid # SW35-13 al imeal Total 5ut aC7 Sun Meadow Hot Meal atiat Sun Meadow Hot Meal Field Operations Feeding Requirement Sun Meadow Hot Meal Sun Meadow Hot Meal ? Meals Ready to Eat 41* Lunch pt+ g;x Midnight Breakfast O Dinner 200 $ 13.95 200 $ 13.95 Heater Meals 10,000 2,7 2,790.00 2,790.00 $ 185,000.00 r ANTI -COLLUSION STATEMENT: The below signed bidder has not divulged to, discussed or compared his bid with other bidders and has not colluded with any other bidder or parties to bid whatever. (Note: No premiums, rebates, or gratuities permitted either with, prior to, or after any delivery of materials. Any such violation will result in the cancellation and/or return of material (as applicable) and the removal from bid list (s). DRC Emergency Services, LLC Bidder's Company Name Authorized Signature -- Manual 740 Museum Drive Gerald Lee Busby Mobile, AL 36608 Address (251)343-3581 Phone # Authorized Signature - Typed President Title (251)343-2221 Fax # 63-1283729 hfuzzell@dreusa.com or jwatson@dreusa_com Federal ID # or SS # E-mail address Last Revised — 06/04/2013 Page 56