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