HomeMy WebLinkAboutDocumentation_Regular_Tab 16_04/12/2012 ; � � VILLAGE OF TEQUESTA
�%
_ AGENDA ITEM TRANSMITTAL FORM
1. VILLAGE COUNCIL MEETING:
Meeting Date: Meeting Type: Regular Ordinance #: . _
April 12, 2012
Consent Agenda: Yes Resolution #: � i ���;4��, � , ^�� ��� ��=z�i`���� �r��:° .
Originating Department: Public Works
2. AGENDA ITEM TITLE: (Wording form the SUBJECT line of your staff report)
Hurricane Debris removal contract
3. BUDGET / FINANCIAL IMPACT:
Account #: Amount of this item. ! ��`�
Current Budgeted Amount Available: Amount Remaining after item:
Budget Transfer Required: , Appropriate Fund Balance: .:: ,
4. EXECUTIVE SUMMARY OF MAJOR ISSUES: (This is a snap shot description of the agenda item)
This item is a Hurricane Debris Removal Contract with Phillips 8� Jordan, Inc. The Contract is
piggybacked from the SWA contract.
5. APPROVALS: -� �
\ �
Dept. Head: � Finance Director: _ '
Attorney: (for legal sufficiency) Yes ❑ No ❑
Village Manager: i.�—�
• SUBMIT FOR COUNCIL DISCUSSION:
• APPROVE ITEM:
�
• DENY ITEM: �
v
-,� o TEQUESTA PUBLIC WORKS
� � MEMORANDUM
�
TO: MICHAEL R COUZZO, VILLAGE MANAGER
FROM: RUSSELL K. WHITE, PUBLIC SERVICES MANAGER
SUBJECT: PHILLIPS AND JORDAN DEBRIS REM4VAL
DATE: APRIL 2, 2012
Attached, please find an agenda item for the above subject. This is a contract for
hurricane debris and disaster recovery services. The Village would probably only use the
debris removal portion of the contract, but they provide other services as options if
required.
There is no financial implication unless we need services after a storm event, and in that
case we would go to FEMA for reimbursement. This contract has been awarded by the
S WA and we will piggyback off their contract pricing.
Due to the unexpected nature of our hurricane seasons, I recommend approval of this
item. Please place on the April 12, 2012 Village Council Meeting agenda..
Should you have any questions, please feel free to contact me.
� & JO
, 4,� � �
v
March 30, 2012
Russell K. White
Village of Tequesta
136 Bridge Road
Tequesta, FL 33469
RE: lR��;E'4VAL of Contract for Emergency Debris and Disaster Recovery Services
Dear Mr. White,
Phillips and Jordan, Incorporated is pleased to renew the SWA Contract No. 07-240 for
Emergency Debris and Disaster Recovery Services for the Village of Tequesta. Under the
same terms and conditions of SWA contract, we would like to extend our contract with the
Village of Tequesta until June 14, 2013.
Please sign below if you are in agreement and return via fax or email. If we can be of further
assistance please contact me via email, cic�r� �� �anc� .coT��, or phone at 828-479-3371.
Sincerely,
PHILLIPS AND jORDAN, INCORPORATED
Dudley Orr,
Vice President
Accepted: Village of Tequesta FL
Signature Date
Printed IVame Title
- • :. .�- -.•. . • • � �
Renewal Agreement
CONTRACT FOR EMERGENCY DESRIS AND DISASTER RECOVERY SERVICES
THIS CONTRACT, between the Village of Tequesta, a municipal corporation of the
Sta.te of Florida located at 345 Tequesta Drive, Tequesta, Florida 33469, (hereinafter referred to
as the "Village") and Phillips and Jordan, Inc., a foreign corporation, whose principal address
is 6621 Wilbanks Road, Knoxville, Tennessee 37912-1314 (hereinafter referred to as the
"Contractor").
WHEREAS, the Village requires the removal, reduction, and disposal of
hurricane/disaster debris; and
WI�IEREAS, the Contractor represents it is capable and prepared to provide such
services;and
WHEREAS, the Contractar has entered into a certain contract with the Solid Waste
Authority ("S WA") for these services, Contract No. 07-240 dated June 14, 2007 ("S WA
Contract"); and
WHEREAS, Contract No. 07-240 with the SWA was competitively bid and the Village
desires to enter into a contcact with the Contractor under the same terms and conditions as the
S WA Contract.
NOW, THEREFORE, in consideration of the promises contained herein, the parties
hereto agree as foliows:
ARTICLE 1- EFFECTIVE DATE/TERM
The effective date of this Contract sha11 be June 11, 2009.
Term of Contract shall be for a three (3) year period, unless otherwise terminated as provided
herein. The Village shall have the option of extending the Contract for additional three (3) year
periods at the same terms and conditions with approval from the Village Council. Such extension
sha11 be in the form of a written Amendment to the Contract executed by both parties. The
continuance of this Contract from year to year is contingent upon successful annual
recertification of the Contractor's capabilities. The recertification process will be a review of the
fiscal (bankruptcy, etc), logistical (equipment availability, etc.), and moral (conviction for
environmental crime, conviction for crime against a public entity, etc.) responsibility of the
Contractor and a determinaxion by the Village, based on this review, of whether or not the
Contractor continues to be a viable firm to provide the services described in this Contract.
ARTICLE 2- SERVICES TO BE PERFORMED BY CONTRACTOR
The Contractor sha11 perform Emergency Debris Removal and Disaster Recovery Services as
1
may be specifically authorized by the Village. Such authoriza.tions will be referred to as Task
Orders. Each Task Order will set forth a specific scope of services, rate/amount of compensation,
completion da.te, and other pertinent details of the task being authorize�. The Village, by virtue
of this conlract, gives the Contractor no guarantee of any work/services ar any specifie amount
of work/services that may be accomplished during the period this contract is in fu11 force and
effect.
ARTICLE 3- COMPENSATION
3.1- GENERAL
The Village shall pay Contractor in accordance with the Fee Schedule, Exhibit A, which is
attached hereto and incorporated by reference as part af this Contract. If needed, compensation
may be negotiated as a lump sum or not-to-excced amount fpr any Task Order.
The Contractor sha11 submit semi-montlily invoices for services rendered. Invoices must
reference the Task Order number. Invoices shall include a statement of progress and appropriate
audit quality detail to satisfy FEMA requirements.
Payment of the Contractor by the Village is not contingent upon the Village being reimbursed by
the Federal Emergency Management Agency. Payment to the Contractor will be made for any
work directed by the Village which is determined by Federal and Staxe agencies to be ineligible
for reimbursement.
Each individual invoice shall l� due and pa.yable thirty (30) days after receipt by the Village of
the Cnntractor's correct, fully documented, invoice. All invoices shall be delivered to:
Village of Tequesta
345 Tequesta Drive
Te uesta, Florida 33469
In order for both parties herein to close their books and records, the Contractdr will clearly sta.te
"Fina1 Invoice" on the Contxactor`s final/last billing to the Village. This certifies that all services
have been properly performed and all charges and costs ha.ve been invoiced to the Village. Since
this account will thereupon be closed, any and other further charges if not properly included on
this final invoice are waived by the Contractor.
The Village will retain five percent (5%) of the payment under each Task Order until such time
as the entire project is completed to the Village's satisfaction and all sub-contractors and any
material suppliers verify that they have been paid.
ARTICLE 4 - INSURANCE
During the performance of the services under this Contract, the Contractor shall maintain the
following insuraxice policies by a� insurance company authorized to do business in Florida.
2
1. General Liability Insurance with bodily injury limits of not less than $ 1,000,000
for each accurrence, and with property damage limits of not less than $1,000,000
for each occurrence.
2. Automobile Li�bility Insur�nce with bodily injury limits of not less than
$1,000,000 for each pezson and not less than $1,�0,000 for each accident and
with properry damage limits of not less than $1,000,000 for each accident.
3. Workers' Compens�tion Insurance in accordance with statutory requirements
and Employer's Liability Insurance with limits of not less than $500,000 for each
accident, $500,000 for each disease, and $500,000 aggregate.
4. Excess Liability Insurance with limits of not less than $10,000,000 for each
occurrence and an.nual aggregate.
Deductible amounts sha11 not exceed five percent (5%) of the total amount of required insurance
in each category. Should any policy contain any unusual exclusions, said exclusions sha11 be so
indicated on the certificate(s) of insurance.
The Contractor shall fiarnish the Village certificates of insurance which shall include a provision
that policy cancellation, non-renewal or reduction of coverage will not be effective until at least
thirty (30) days written notice has been made to the Village. The Contractor sha11 include the
Village as an additional insured on the General Liability and Automobile Liability insurance
policy required by t�e Contract. All of the Contractor's sub-connactors shall be required to
include the Village and the Contractor as additional insured on their General Liability insurance
policies.
In the event that sub-contra.ctors used by the Contractor do not have insurance, or do not meet the
insurance limits, the Contractor shall indemnify and hold harmless the Village for any claim in
excess of the sub-contractor's insurance coverage.
The Contractor sha11 not commence work under this Contract until all insurance required as
stated herein has been obtained and such insurance has been approved by the Village.
ARTICLE 5- STANDARD OF CARE
The Contractor sha11 exercise the same degree of care, skill, and diligence in the performance of
the services as is ordinazily provided by a comparable professional under similar circumstances
and the Contractor shall, at no additional cost to the Village, re-perform services which fail to
sa.tisfy the foregaing sta.ndard of care.
The Contractor warrants that a11 services shall be performed by skilled and competent personnel
to the highest professional standards in the field.
3
ARTICLE Cr INDENINIFICATION
6.1 GENE
Having considered the risks and potential liabilities that m�y exist during the performance of the
services and in consideration of the promises included herein, the Village and the Contractor
agree to allocate such liabilities in accordance with this Article 6.
6.2 INDEMNIFICATION
The Contra.ctor agrees to protect, defend, indemnify, and hold harmless the Village, its
employees and representa.tives, from any and all cla.ims and liabilities including all attorney's
fees and court costs, including appeals, for which the Village, its employees and representatives,
can or may be held liable as a result of injury (including death) to persons or damage to property
occurring by reason of any acts or omissions of the Contractor, its employees, or agents, arising
out of or connected with this Contract. The Contractor shall not be required to indemnify the
Village or its agents, employees, or representatives, when an occurrence results solely from the
wrongful acts or omissions of the Village, or its agents, employees or representa.tives.
6.3 SURVIVAL
Upon completion of a11 services, obligations and duties provided for in this Contract, or in the
event of termination of this Contract for any reason, the terms and conditions of this Article 6
sha.11 survive.
ARTICLE 7- INDEPENDENT CONTRACTOR
The Contractor undertakes performance of the services as an independent contractor and sha11 be
wholly responsible for the methods of performance. The Village shall have no right to supervise
the methods used, but the Village shail have the right to observe such performance. The
Contractor sha11 work closely with the Village in performing services under this Contract.
T'he Contractor sha11 not pledge the Village's credit or make it a guara.ntor of payment of surety
for a.ny Contract, debt, obligation, judgment, lien or any form of indebtedness. The Contractor
further warrants and represents that it has no obligation or indebtedness that would impair its
ability to fulfill the terms of this Contract.
ARTICLE & AUTHORITY TO PRACTICE
The Contractor hereby represents and warrants that it has and will continue to maintain all
licenses and approvals required to conduct its business, and that it will at all times conduct its
business activities in a reputa.ble manner.
4
ARTICLE 9- COMPLIANCE WITH LAWS
In performance of the services, the Contractor will comply with applicable regulatory
requirements including federal, state, special district, and local laws, rules, regulations, orders,
codes, criteria and standards.
ARTICLE 10- SUB-CONTRACTING
The Village reserves the right to accept the use of a sub-contractor or to reject the selection of a
particular sub-contractor and to review the capabilities of any sub-contractor to perform properly
under this Contract. Rejection of any sub-contractor will be based on, but not limited to, negative
references, insufficient resources, or conviction of a Public Entiiy Crime. If a sub-contractor
fails to perform or make progress, as required by this Contract, and it is nec;essary to replace the
sub-contractor to complete the work in a timely fashion, the Contractor sha11 promptly do so,
subject to acceptance of the new sub-contractor by the Village.
ARTICLE 11-FEDERAL AND STATE TAXES
The Village is exempt from Federal Tax and State Sales and Use T�es. Upon request, the
Village will provide an exemption certificate to the Contractor. The Contractor sha11 not be
exempted from paying sales tax to its suppliers for materials to fulfill contractual obligations
with the Village, nor sha11 the Contractor be autharized to use the Village's Tax Exemption
Number in securing such materials.
ARTICLE 12- AVAILABILITY OF FUNDS
The obligations of the Village under this Contract are subject to the availability of funds lawfully
appropriated for its purpose by the Village Council.
ARTICLE 13- AUTHORITY'S RE5PONSIBILITIES
'The Village sha11 be responsible for providing access to all project sites, and pr�viding
information required by the Contractor that is available in the files of the Village.
ARTICLE 14- TERMINATION OF CONTRACT
This Contract may be terminated by the Contra.ctor upon thirty (30) days prior written notice to
the Village in the event of substantial failure by the Village to perform in accordance with the
terms of the Contract through no fault of the Contractor. It may also be terminated by the Village
with ar without cause immediately upon written notice to the Contractor. Unless the Contractor
is in breach of this Contract, the Contractor shall be paid for services rendered to the Village's
satisfa.ction through the date of termination. After receipt of a Termination Notice and except as
otherwise directed by the Village, the Contractor shall:
a. Stop work on the date and to the extent specified.
5
b. Terminate and settle all orders and subcontracts relating to the performance of the
terminated work.
c. Transfer a11 work in process, completed work, and other material related to the
terminated work to the Village.
d. Continue and complete all parts of the work that have not been terminated.
The Contractor shall be paid for services actually rendered to the date of termina�ion and for any
reasonable costs incurred.
ARTICLE 15- UNCONTROLLABLE FORCES
Neitller the Village nor the Contractor shall be considered to be in default of this Contract if
delays in or failure of performance sha11 be due to Uncontrollable Forces, the effect of which, by
the exercise of reasonable diligence, the non-�rformin� party could not avoid. The term
"Uncontrollable Forces" shall mean any event which results in the prevention or delay of
performance by a party of its obligations under this Contract and which is beyond the reasonable
control of the non-performing paTly. It includes, but is not lirnited to fife, flood, earthquakes,
storms, lightrung, epidemic, war, riot, civil disturbance, sabotage, and govemmental actions,
with the exception of those events that trigger the activation of this Contract.
Neither party sha11, however, be excused from performance if nonperformance is due to forces
which are preventa.ble, removable, or remediable and which the nonperforming party could have,
with the exercise of reasona.ble diligence, prevented, removed or remedied with reasonable
dispatch. The nonperforming party shall, within a reasonable time af being prevented or delayed
from performa.nce by an uncontrollable force, give written notice to the other party describing
the circumstances and uncontrollable forces preventing continued performance of the obligarions
of this Contract.
ARTICLE 16- GOVERNING LAW AND VENUE
This Contract shall be governed by the laws of the State of Florida. Any and all legal action
necessa.ry to enforce the Conh�act will be held in Palm Beach County and the Contra.ct will be
interpreted according to the laws of Florida.
ARTICLE 17- NON-DISCRIMINATION
The Contractor warrants and represents that a11 of its employees are treated equally during
employment without regard to race, color, religion, gender, age or national ori�in.
ARTICLE 1& WAIVER
A waiver by either the Village or the Contractor of any breach of this Contract shall not be
binding upon the waiving party unless such waiver is in writing. In the event of a written waiver,
6
such a waiver shall not affect the waiving party's rights with respect to any other or fixrther
breach. `The making or acceptance of a payment by either party with knowledge of the existence
of a default or breach sha11 not operate or be construed to operate as a waiver of any subsequent
default or breach.
ARTICLE 19-SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Confiract, or the occurrence
of any event rendering any portion or provision of this Contract void, sha11 in no way affect the
validity or enforceability of any other portion or provision of the Contract. Any void provision
shall be deemed severed from the Contra.ct and the balance of the Contract shall be construed and
enforced as if the Cantract did not conta.in the particular portion or provision held to be void. The
parties further agree to reform the Contract to replace any stricken provision with a valid
provision that cames as close as possible to the intent of the stricken provision.
The provisions of this section shall not prevent the entire Contra.ct from being void should a
provision which is of the essence of the Contract be determined to be void.
ARTICLE 20- BONDS
The Contractor shall m�.intain an appropriate size bond as determined by the Village after
assessment of damage and definition of the Contractor's scope of service. In case of hurricane
caused damage, a Category I storm would require a$2,000,000 Bond, a Category II would
require a$4,000,000 Bond, a Category III would require a$6,000,000 Bond, a Category IV
would require a$8,000,000 Bond, and a Category V would require a$10,000,000 Bond. The
Bond required would be a Performance and Payment Bond. The cost of the Bond is included in
the unit rates in the Fee Schedule, E�ibit A.
ARTICLE 21- MODIFICATION
The Contract may not be modified unless such modifica.tions are evidenced in writing signed by
both the Village and the Contractor. Such modifica.tions sha11 be in the form of a written
Amendment executed by both parties.
ARTICLE 22- SUCCESSORS AND ASSIGNS
The Village and the Contractor each binds itself and its partners, successors, assigns and legal
representa,tives to the other party to this Contract and to the partners, successors, executors,
administrators, assigns, and legal representatives. T'he Contractor shall not assign this Contract
without the express written approval of the Village via executed amendment.
ARTICLE 23- CONTINGENT FEES
The Contractor warrants that it has not employed or retained any company or person, other than
a bona fide employee working solely for the Contractor, to solicit or secure this Contract and that
it has not paid ar agreed to pay any person, company, corporation, individual or firm, other than
a bona fide employee working solely for the Contractor, any fee, commission, percentage, gift or
7
any other consideration contingent upon or resulting from the award or making of this Contract.
A1tTICLE 24- TRUTH-IN-NEGOTIATION CERTIFICATE
Execution of this Contract by the Contractor sha11 act as the execution of a truth-in-negotiation
certificate certifying tha.t the wage rates and costs used to determine the compensation provided
for in this Contract are accurate, complete, and current as of the date of the Contract.
The said rates and costs shall be adjusted to exclude any significant sums should the Village
deternune that the rates and costs were increased due to inaccurate, incomplete or noncutrent
wage rates or due to inaccurate representations of fees paid to outside cantractors. The Village
sha11 exercise its rights under tlus "Certificate" within one (1) year following payment.
ARTICLE 25 - OWNERSHIP OF DOCUMENTS
The Contra.ctor sha11 be required to cooperate with other contractors relative to providing
information requested in a timely manner and in the specified form. Any and all documents,
records, disks, original drawings, or other information shall become the property of the Village
for it's use and/or distribution as may be deemed appropriate by the Village.
ARTICLE 26 - ACCES5 AND AUDITS
The Contractor sha11 mainta.in financial and program records to justify all charges and costs
incurred in performing the work for a# least three (3) years following final payment by the
Village as Federal Emergency Management Agency sub-grantee as required by FEMA'S 322
Public Assistance Guide, page 114, as amended. The Village shall have access to such books,
records, and documents as required in this section for the purpose of inspection or audit during
normal working business hours at the Contractor's place of business.
ARTICLE 27- NOTICE
Any notice, demand, communication, or request required or pertnitted hereunder shall be in
writing and delivered i.n person or sent by certified mai1, postage prepa.id or by a recog,nized
ovemight express mail service as follows:
As To Village As To CONTRACTOR
Village of Tequesta Phillips and Jordan, Inc.
345 Tequesta Drive P.O. Drawer 604, 141 P&J Road
Tequesta, Florida 33469 Robbinsville, North Carolina. 28771
Attention: Village Manager Attention: Dudley Orr, Vice President
Office: 561.575.6272 Fax: 561.575.6203 Office: 828.479.3371 Mobile No: 828.735.0947
Fax.: 828.479.3010
Notices sha11 be effective when received at the addresses as specified above. Changes in the
8
respective addresses to which such notice is to be directed may be made from time to time by
either party by written notice to the other party. Facsunile transmission is acceptable notice
effective when received, however, facsimile transmissions received (i.e.; printed) after 5:00 p.m.
or on weekends or holidays, will be deemed received on the next business day. The original of
the notice must additionally be sent as required herein.
Nothing contained in tYus Article shall be construed to restrict the transmission of routine
comxnunications between representatives of the Contra.ctor and the Village.
ARTICLE 2$- CONTRACT A.DMINISTRATION
Services of the Contractor sha11 be under the general direction of Mark Eycington, Chief
Operations Officer, or his successor, who sha11 act as the Village's representa.tive during the term
of the Contract.
ARTICLE 29- KEY PERSONNEL
The Contractor shalt notify the Village in the event of key personnel changes which mi�ht affect
this Contract. Notification sha11 be made within five (5) days of said changes. The Village has
the right to reject proposed changes in key personnel and rescind this Contract. The following
personnel shall be considered key personnel:
Dudley Orr, Vice President and Paul Meckes,
ARTICLE 30- TASK ORDER/PERFORMANCE
Task Orders shall be executed bilaterally and the scope of services and format of Task Order
shall be mutually agreed to by the Contractor and the Village. Since this contract has been
approved by the Village Council, individual task orders may be approved by the Village
Mana.ger. Performance will be measured by the metrics established in each Task Order. After
1/3 and again after 2/3 of the stipulated number of days of wark in the Task Order have elapsed,
the Contractor(s) shall provide a written progress report to the Village for review and acceptance.
The Village shall have the right to correct for v�ndor default or underperformaxice by any means
it deems in its best interest. The Contractor will be required to provide a daily report of quantity
of work performed under each Task Order. The daily report shall be submitted by 11:00 a.m. or
earlier the following morning.
ARTICLE 31- ENTIRETY OF CONTRACT
The Village and the Contractor agree tha.t this Contract sets forth the entire Contract between the
parties, and that there are no promises or understandings other than those stated herein. This
Contract supersedes a11 prior contracts, proposals, representations, negotiations, letters or other
communications betvveen the Village and Contractor pertaining to the services, whether written
or oral. None of the provisions, terms and conditions contained in this Contract may be added to,
modified, superseded or otherwise altered except by written instrument executed by the parties
hereto.
9
In Witness Whereof, the Village and the Contractor have executsd this Contrac�
ATTEST: VII.LAGE OF TEQUESTA
Lori McWilliams, MMC, Village Clerk Tom Paterno, M�yor
Dated:
[VILLAGE SEAL)
ATT"EST: PHILLIPS AND JORDON, INC.
Assistant Corporate Secretary Dudley Orr, Vice President
Dated:
jCORPOR.ATE SEAL]
Y:Wces\Teques�a��Phillipe Jonlan Debria Rmwval Ageamem 2009.doc
1�
EXHIBIT "A"
PHILLIPS AND JORDON, INC.
FEE SCHEDULE
HURRICANE/DISASTER DEBRIS REMOVAL, REPUCTION, AND DISPOSAL
F�RT A- VOLUME BASED PRICING FOR 3,000,000 CUBIC YARD DEBRIS DISASTER
Item/Description Estimated Unit
uanti Unit Price
1.0 Public Property and �ight-of-Way Collection, 3,000,000 CY 10.25
Loading and Hauling to a designated Temporary
Debris Site or Authority a roved Dis sa1 Facility
2A Temporary Debris Site opera.tion to include 3,000,000 CY 2.00
placement of monitoring towers, portable toilets,
keeping area clean of trash, debris acceptance, pile
mana ement, and hase I reclamation
3.0 Processing of debris through grinding and/or 2,500,000 CY 2.50
chipping
4.0 Loading, hauling and disposing wood chips to final 1,000,000 CY 9.80
destination
S.0 Loading, transporting and final disposition (disposal) 500,000 CY 14.75
of construction and/or mixed debris from Temporary
Debris Site hauling to a pernutted C&D recycling
facility or any other approved non-Authority
Dis sa1 Facili
Loading and transporting only of construction and/or
mixed debris from Temporary Debris Site to one of
the following:
A. Okeechobee Coun Landfill 400,00 CY 9.50
B. Pom a,no Beach Landfill 100,00 CY 9.50
6.0 Volume reduction through air curtain incineration or 2,500,000 CY 2.Q0
open burnin
Unit Prices, unless otherwise indicated, shall include all labor (operators, laborers, supervisors)
and materials including but not limited to: supplies, equipment maintenance, repairs, repair parts,
fuels, lubricants, cellular phones, transportation, and housing, if required, necessa.ry to
accomplish the project. T'he qua.ntities and distributions are estimated for the purpose of making
an award. Locations of sites, debris quantities, destinations, material densities, etc. may differ
substantially in an actual disaster.
Assumptions: 3,000,000 cubic yards of debris consisting of 2,500,000 cubic yards of
vegeta.tion debris and 500,000 cubic yards of mixed debris.
Page 1 of 2
EI��iIBIT "A"
FHII.LIPS AND JORDON, INC.
FEE SCHEDULE
PART B - HOURLY RATES
DEBRIS MANAGEMENT SITE SET-UP AND CLOSURE
DEBRIS CLEARANCE FOR ACCESS
OPTIONAL U5E BY COUNTY AND OTHER GOVERNMENTAL ENTITIES
E UIPMENT AND LABOR RATES
Equipment Type Hourly Hourly Total
Equipment Labor Hourly
Rate Rate Rate
Bobcat Loader $ 60.00 $ 35.00 $ 95.00
Crew Foreman wI Cell Phone and Picku 15.00 60.00 75.00
Dozer, Tracked, DS or similar 65.00 35.00 100.00
Dozer, Tracked, D6 or similar 85.00 35.00 120.00
Dozer, Tracked, D7 or similar 105.00 35.00 140.00
Dozer, Tracked, D8 or similar 145.00 35.00 180.00
Dum Truck, 18 CY-20 CY 35.00 35.00 70.00
Dum Truck, 21CY-30 CY 35.00 35.00 70.00
Generator and Li tin 20.00 -0- 20.00
Grader w/ 12 Blade 75.00 35.00 110.00
H draulic Excavator, 1.5 CY 80.00 35.00 115.00
Hydraulic Excavator, 2.5 CY 90.00 35.00 125.00
Knuckleboom Loader 115.00 35.00 150.00
Laborer w/ Chain Saw -0- 45.00 45.00
Laborer w/ small tools, traffic control, fl n -0- 32.00 32.Oa
Lowbo Trailer w/ Tractor 75.00 35.00 110.00
erations Man er w/ Cell Phone and Picku 15.00 70.00 85.00
Picku Truck, .5 Ton 115.00 -0- 15.00
Soil Com actor 81 HI'+ 45.00 35.00 $0.00
Soil Com actor to 80 HP 40.OU 35.00 75.00
Soil Com actor, Towed Unit 35.00 35.00 70.00
Truck, Flatbed 25.00 35,00 60.00
Tub Grinder, 800 to 1,000 HP 550.00 -0- 550.00
Water Truck 45.00 35.00 80.00
Wheel Loader, 2.5 CY, 950 or similar 60.00 35.00 95.00
Wheel Loader, 3.5-4.0 CY, 966 or similar 75.00 35.00 110.00
Wheel Loader, 4.5 CY, 980 or similar 95.00 35.Q0 130.00
Wheel Loader-Backhoe, 1.0-1.5 CY 60.00 35,00 95.00
Page 2 of 2
' � Original Agreement
CONTRACT FOR EMERGENCY DEBRIS AND DISASTER RECOVERY SERVICES
THIS CONi'RACT, between the Village of Tequesta, a municipal corporation of the
State of Florida located at 345 Tequesta Drive, Tequesta, Fiorida 33469, (hereinafter rEferr� to
as the "Village") and P6illips sad Jordan, Iac., a foreign coiporation, whose principal address
is 6621 Wilbanks Road, Knoxville, Tennessee 37912-1314 (her�inafter refexred to as the
"Contractor").
WHEREAS, the Village requires the removal, reduction, and disposal. of
hurricane/disaster debris; and
WHER.EAS, the Con�actor represents it is capable and prepared to provide such
services; and
WHEREAS, the Contractor has entered into a certain contract with the Solid Waste
Authority ("SWA'� for these services, Contract No. 07-244 dated June 14, 2007 ("SWA
Contract'�; and
WHEREAS, Contract No. 07-240 with the SWA was competitively bid aad the Village
desires to enter into a contract with the Contractor u�er the same t�ms and conditions as the
SWA Contract.
NOW, THEREFORE, in consideration of the promises contained herein, the parties
hereto agree as follows:
ARTICLE 1- EFFECTIVE DATE/TERM
The effective date of this Contract shall be daue 11, 2009.
Term of Contract shall be for a three (3) year period, unless otherwise terminated as pmvided
herein. The Village shall have the option of extending the Contract for additional three (3) year
periods at the same terms and conditions with approval from the Village Council. Such extension
shall be in the form of a written Amendment to the Contract exe,cuted by both parties. The
continuance of this Contract from year to year is contingent upon successful annual
recertification of the Contractor's capabilities. The recertification process will be a review of the
fiscal (banl�uptcy, etc), logistical (equipment availability, etc.), and moral (convicfion for
environmental crirne, conviction for crime against a public entity, etc.) respansibility of the
Contractor and a determination by the Village, bas$d on this review, of whether or not the
Contiractor cflntinues to be a viable firm to provide the services describ� in this Contract.
ARTICLE 2- SERVICES TO BE PERFORMED BY CONTRACTOR
The Contractor shall perform Emergency Debris Removal and Disaster Recovery Services as
1
may be specifically authorized by the Village. Such authorizations will be rcf�tred to as Ta�ssk
Orders. Each Task Onder will set forth a specific scope of services, rate/amount of compensation,
completion date, and ather pertinent details of the task being authorized The Village, by viriue
of this conttact, gives the Contrxtor na guarantee of any work/services or any specific a�m�ount
of work/services that may be accomplish� during the period this contract is in full force and
effect.
ARTICLE 3- COMPENSAT'IQN
3.1- GENERAL
T'he Village shall pay Conhactor in acc�rda�ce with the Fee Schedule, Exhibit A, which is
attached hereto and inc�rporatsd by reference as part of this Cflntiact. ff needed, compensation
may be negotiated as a lump sum or not-to-exceeci amount for any Task Order.
The Coatractor shall submit semi-mont}ily invoices for services rendered. Invoices must
reference the Task Qrder number. Invoices sha11 include a statement of progre�s and appropriate
audit quality detail to satisfy FEMA requirements.
Payment of the Contractor by the Village is not contingent upon the Village being rei,mbursed by
the Federal Emergency M�na�ement Agency. Payment to the Contara�ctor will be made for any
work directed by the Village which is determined by Federal and State agencies to be ineligible
for reimbursement.
Each individual invoice shall be due and payable thirty (30) days after receipt by the Village of
the Contractor's correct, fiilly documented, in�oice. All invoices shall be delivered to:
Village of Tequesta
345 Tequesta Drive
T uesta, Florida 33469
In order for both par�ics herein to close their books amd records, the Contractor will clearly state
"Final Invoice" on the Contractar`s finaUlast billing to the Village. This certifies that all services
have been properly perform�l and all charges a�i costs have been invoical to the Village. Since
ttus account will thereupon be closed, any and other further charges if not properiy includ� on
this final invoice are waived by the Contractor.
The Village will retain five percent (5%) of the payment undez each Task Order until such time
as the entiire project is completed to the Village's satisfaction �d all sub-contractors and any
material suppliers verify that they have beea paid.
ARTICLE 4 - tNSURANCE
During the performance of the services under this Cantcact, the Contractor shali naaintain the
following insurance policies by an insurance company authorized to do business in Flurida.
2
i
1. Gcneral L�iability Ynsurance with bodily injury limits of �t 1� than $ 1,0OO,OQO
for each occurrence, and with praperty damage limits of not less than $1,000,000
for each occurrence.
2. Autamobile Liability Insnraace �vith bodily injury limits of not less tt�an
$1,000,000 for each person and not less than $1,000,000 far each accident and
'with property damage limits ofnot less than $1,000,000 for each accident.
3. Workers' Compensation Insurance in aecordance with statutory requireme�nts
and Employer's Liability Insurance with limits of not less than $500,000 for �ch
accid�t, $5�,000 for each dis�ase, and $500,000 a�gregate.
4. Excess Liability Insurance with limits of not less than $10,000,000 far each
occurrence and annual aggregate.
I�ducdble amounts shall not exc�d five percent (5%) of the total aanount of roquix�ed insurance
in each category. Should any policy contain any unusual elcclusions, said exclusions shall be so
indicated on the certificate(s) of insurance.
The Contra�ctor shall furnish the �illage certificates of insur�nnce which shall include a provision
that policy cancellation, non-renewal or reduetion nf coverage will not be effective until at least
� thiriy (30) days written notice has be,en made to the Village. The Canhactor shall include the
� Village as an additional insured on the Ge�neral Liability aud Automobile Liability insurance
policy required by the Contract All of the Contractor's sub-contractors shall be required to
include the Village and the Contractor as additional insured on their General Liability insurance
polici�.
Tn the event that sub-contractors used by the Contractor do not have insurance, or do not meet the
insurance limits, the Contractar shall indemnify and hold harniless the Village for any claim in
excess of the sub-contractor's insurance coverage.
The Contractor s,hall not comme,nce work under this Contra,ct until all insurance required as
stated herein has been obtained and such insurance has been approved by the Village.
ARTICLE 5- STANDARD OF CARE
The Contractor sha11 exercise the same degree of care, skill, and diligence in the performance of
the services as is ordinazily provided by a comparable professional under similar circumstances
and the Contractor shall, at no additional cost to the Village, re-perform services which fail to
' satisfy the foregoing standazd of care.
The Contractor warrants that all setvices shall be performed by skilled and competeat pers��el
to the highest professional standards in the field.
3
i -- -
ARTICLE 6- INDEMI�TIIFICATION
6.1 GENERAL
Having considered the risks and potential liabilities that may exist during the performance of the
services and in consideration of the promises included herein, the Village and the Contractor
agree to allocate such liabilities in ac�ardance with this Article 6.
6.2 INDEMNIFICATION
The Contra.ctor agrees to protect, defend, indemnify, and hold harmless the Village, its
employees and representa.tives, from any and all claims and liabilities inciuding all attomey's
i fees and court costs, including appeals, for which the Village, its employees and representatives,
can or may be held liable as a result of injury (including death) to persons or damage to property
occurring by reason of any acts ar omissions of the Contractor, its emplvyees, or agents, arising
out of or connected with this Contrac� The Contractor shall not be required to indemnify the
Village or its agents, employee.s, ar representatives, when an occurrence results solely from the
wrongful a�ts or omissions of the Village, or its agents, employe.e.s or represe�tatives.
63 SURVIVAL
Upon completion of all services, obligations and duties provided for in this Contract, or in the
event of termination of this Contract for any reason, the terms and conditions of this Article 6
shall survive.
� ARTICLE 7- INDEPENDENT CONTRACTUR
The Contractor undertake.s performanc� of the service.s as an independent contractor and shall be
wholly resgonsible for the methods of performance. The Village shall have no right to supervise
the methods used, but the Village shall have the right to observe such performance. The
Contra.ctur shall work closely with the Village in performing services under this Contract.
The Contractar sh�ll not pledge the Village's credit or make it a guarantor of pa.yment of surety
for any Contxact, debt, obligation, judgment, lien or any forna of indebtedaaess. The Cc�ntractor
further warrants and represents that it has no obligation or indebtedness that would impair its
ability to fulfill the terms of this Contract.
ARTICLE & AUTHORITY TO PRACTICE
The Cantractor hereby represents and warrants that it has and will continue to maintain all
licenses and approvals r�uired to conduct its business, and that it will at all times conduct its
business activities in a reputable manner.
4
i
ARTICLE 9- COMPLIANCE WITH LAWS
In gerformance of the services, the Contractor will comply with applicable re�ulatory
requirements including fecieral, state, special district, and local laws, rules, regulations, ordets,
codes, criteria and standards.
ARTICLE 10- SUB-CONTRACTING
The Village reserves the right to accept the use of a sub-contractor or to reject the sele�tion of a
pa.rticular sub-contractor and to review the capabilities of any sub-contractor to perform properly
under this Contract. Rejection of any sub-contra.ctor will be based on, but not limited to, negative
references, insufficient resources, or conviction of a Public Entity Crime. If a sub-contractor
fails to perform or rnake progress, as required by this Contract, and it is necessaty to replace the
sub-contractor to complete the work in a timely fashion, the Contractor shall promptly do so,
subject to acceptance of the new sub-contractor by the Village.
ARTICLE 11-FEDERAL AND STATE TAXE3
The Village is exempt from Federal Tax and State Salcs and Use Taxes. Upon r�uest, the
Village will provide an exemption certificate to the Contractor. The Contractor sha11 not be
exempted from paying sales tax to its suppliers for materials to fulfill cantractual obligations
with the Village, nor shall the Contractor be authorized to use the Village's Tax Facemption
Number in securing such materials.
ARTICLE 12- AVAILABILITY OF FUNDS
The obligations af the Village under this Contra,ct are subject to the availability of fimds lawfuliy
appropriated for its purpose by the Village Council.
ARTICLE 13- AUTHORITY'S RESPONSIBILITIES
The Village sha11 be responsible for providing access to all project sites, and pmviding
information required by the Contractor that is available in the file.s of the Village.
ART'ICLE 14 TERMINATION OF CUNTRACT
This Contra+ct may be terininated by the Contractor upon thirty (30) days prior written notice to
the Vi1la.ge in the event of substantial failure by the Village to perform in accordance with the
terms of the Contract through no fault of the Contractor. It may also be terminated by the Village
with or without cause unmediately upon written notice to the Contractor. Unless the Contractor
is in breach of this Contract, the Contractor shall be paid for services rendered to the Viliage's
satisfaction through the date of termination. After receipt of a Termination Notice and except as
otherwise directed by the Village, the Conh�actor sha11:
a. Stop work on the date and to the e�ctent specified.
5
b. Terminate and settle all orders and subcontr�cts rel�titng to the performance of the
tsrcnir�ted work.
� c. Traa.sfer all work in process, completed work, and other material relat� to the
�
termin,ated work to the Village.
d. Continue and complete all parts of the work that have not be�en terminated.
The Contractor st�all l� paid for services actnally rendered to the date of tennination and for aay
� reasonablc costs incurred.
ARTICLE 15- UNCONTROLLABLE FORCES
Neither the Village nor the Contractor shall be cansidered to be in default of this Contract if
delays in or failure of performance shall be due to Uncontrollable Fomes, the effect of w�ich, by
the exercise nf reasanable diligence, the non-performing party could not avoid. The term
"Uncontrollablc Forces" shall mean any event which results in the prevention or delay of
performance by a party of its dbligations uader this Contract and wluch is be}�ond the reas�anable
control of the non-performin� party. It includes, but is aot limitcd to fife, flood, earthquakes,
storms, lightning, epidemic, war, riot, civil disturbaace, sabotage, and governmental actions,
with the exception of those events that trigger the a�ctivation of this Contract. �
Neither pariy shall, however, be excused from perfarmance if no�rform�ce is due to forces
which are preventable, removable, or remediable and which the nonperforming party could have,
with the exercise of reasonable diligence, prevente�i, remaved or remedied with reasonable
dispatch. The nonperforming party shall, within a reasonable time of being prevented or delayed
from perfor�iance by an uncontxollable farce, give writte,n notice to the othe� party descn�bing
the circumstances and uncontrollable forces preventing continued performance of t,he obligations
af this Contra�ct.
ARTICLE 16- GOVERNING LAW AND VENUE
This Contract shall be governed by the laws of the State of Florida. Any and a11 legal action
necessary to enforce the Contract will be held in Palm Bcach County and the Contract will be
interpreted according to the l�ws of Flarida.
ARTICLE 17- NON-DISCRIIVIINATION
The Contractor warrants and represents that all of i� employees are ix�ated �ually during
employment without regard to race, caolor, religioq ge�er, age or natiional origin
ARTICLE 1& WAIVER
A waiver by either the Village or the Contra�ctor of any breach of this Contract shall not be
binding upon the waiving pariy unless such waiver is in writing. In the event of a written waiver,
6
I
such a waiver shall not affect the waiving pazty's rights with respect to any other or further
breach The making or acceptance of a payment by either party witli knowledge of the existence
of a default or breach shall not operate or be construed to operate as a waiver of any subsequent
default or brea�h
ARTICLE 19-SEVERABILITY
The invalidity, illegality, or unenforceability of any provision of this Contract, or the occurrence
of any event rendering any portion ar provision of this Contract void, shall in no way affect the
validity or enforceability of any other portion or provision of the Contract. Any void provision
shall be deem� severed from the Contr�ct and the balance of the Contr�ct shall be construed and
, enforced as if the Contract did not contain the particular portion or provision held to be void. The
parties fiuther agree to reform the Contr�t to replace any stricken provision with a valid
' provision that comes as close as possible to the intent of tlle stricken provision.
The provisions of this s�tion shall not prevent the e�ntire Contract from being void should a
pmvision which is af the essence of the Contract be deternuned to be void.
ARTICLE 20- BONDS
The Contractor shall maintain an appropriate size bond as determined by the Village after
assessment of damage and definition of the Contractor's scope of service. Tn case of hurricane
caused damage, a Category I storm would require a$2,�0,000 Bond, a Category II would
require a$4,000,000 Bond, a Category III would require a$6,000,000 Bond, a Categary IV
would require a$8,000,000 Bond, and a Category V would require a$10,000,�0 Bond. The
Bond required would be a Performance and Payment Bond. The cost of the Bond is includ� in
the unit rates in the Fee Schedule, Exhibit A.
ARTICLE 21- MODIFICATION
The Contract may not be modified unl�s.s such modifications are evidenced in writing signed by
both the Village and the Contractor. Such modifications shall be in tbe form of a written
Amendment executed by both pazties.
ARTICLE 22- SUCCESSORS AND ASSIGNS
The Village and the Contractor each binds itself and its partners, successors, assigns and legal
representatives to the other party to tlris Contract and ta the partners, successors, executors,
adminis�rrators, assigns, and l�gal representatives. The Contractor shall not assign this Contract
withaut the express written approval of the Village via executed amendment.
A►RTICI.E 23- CONTINGENT FEES
I The Contractor warrants that it has not employed or retained any company or person, other than
� a bona fide employee working solely for the Contractar, to solicit or secure ttris Contract and that
' it has not paid or agreed to pay any person, company, corporation, individual or firm, other than
a bona fide exnployee working solely for the Contractor, any fee, commission, percentage, gift or
7
any ather consideration contin�ent upon or resulting &nm thc award or making of tlus Contract.
ARTICLE 24 TRUTH-IN-NEGOTIATION CERTIFICATE
Execution of this Contr�ct by the Contractor shall act as the �ecution of a truth-in-negotiation
certificate certifyin$ that the wage rates and costs used to detern�ine the compensatian providecl
for in this Contra�ct are accurate, cflmplete, and current as of the date of the Conh�c�
The said rates and costs shall be adjusted to exclude any significant sums should the Village
detemiine that the rates and costs were increased due to inaccurate, incomplete or noncurrent
wage rates or due to inaccurate representations of fees paid to outside contractors. The Village
sha11 exercise its rights under this "Certificate" within one (i) year following paymen�
ARTICLE 2S - QWNERSHIP OF DOCIJMENTS
The Contractor sh,all be required to cooperate with other contirractors relative to providing
information requested in a tim►ely manner and in the spe.cified foim. Any and all documents,
re�ords, disks, original drawings, or other information shall become the property of the Village
for it's use and/or distribution as may be deemed appropri�tte by the Village.
ARTICLE 26 - ACCESS AND AUDITS
The Coatractor shall maintain finanaial and pmgram records to justify ail charges and costs
incun9ed in performing tt►e woxk for at least three (3) y�rs following final payment by the
Village as Federal Emergency Management Age�y sub-grantee as required by FEMA'S 322
Public Assistance Guide, page 114, as aznend�. The Village shall have access to such books,
records, and documcnts as requireti in this section for the purpose of inspection or audit during
normal working business hours at the Contractor's place of business.
ARTICLE 27- NOTICE
Any notice, demand, communication, or naquest required or permitted hereunder shall be in
writing and delive,r� iri pezson or sent by certified mail; postage prepaid or by a recognized
ove�night express mail service as follows:
As To V�ltsge As Tv CONTRACTOR
Village of Tequesta Pltillips and Jordaa, Inc.
345 Tequesta Drive P.O, Draw�r 604,191 P&J Raad
T�uesta, Fiorida 33469 Robbinsville, North Carolin,a 28771
Attention: Village Manager Attention: Dudley Orr, Vice Presid�ttt
Office: 561.575.6272 Fax: 561.575.6203 Office: 828.479.3371 Mobile No: 828.73S.Q94'7
Fax.: 828.479.3010
Notices shall be effective when received at the addresses as spe�ified above. Changes in the
8
� y
respe�tive addr�ses to which such notice is to be directed may be made fmm time to time by
either party by written notice to the other party. Facsim�ile transmission is acceptable notice
effective when received, however, facsimile transmissions received (i.e.; printsd) after 5:� p.m.
or on weekends or holidays, will be d�ed receiveci on the next busiaess day. The origin�l of
the notice must additionally be sent as required herein.
Nothing contaixned in this Article shall be consuued to r�trict the iraasmission of routine
� communications betwe.en representatives of the Contractor and the Village.
ARTICLE Z& CONTRACT ADMINISTRATION
Services of the Con�actor shall be under the general direction of Mark Eycing�on, Cbicf
Operations Officcr, or lus successor, who shall act as the Village's representative during the term
of the Contract.
A,RTICLE 29- KEY PER50NNEL
The Contractor shall notify the Village in the event of key personnel changes which might affeet
tlus Contract. NotiScation shall be made within five (5) days of said changes. The Village has
the right to reject proposed changes in key perso�el and rescind this Contract. The following
personnel shall be considered key personn�l:
Dadley Onr, Vice Pre�ident �nd Mitch Beasl�y, B��es�s Devebpment
ARTICLE 30- TASK ORDER/PERFORMANCE
Task Orders shall be execnted bila.terally and the scope of services and format of Task Onter
sha11 be mutually agreed ta by the Contractor and the Village. Since thia con�ract has be.en
approved by the Village Council, individual task orders may be appmved by the Village
Manager. Performance will be measured by the metrics establish� in exh Task Order. After
ll3 and again af�er 2/3 ofthe stipulat�l number of days of work in the Task �der have elapsed,
` the Contractor(s) shall provide a written progress report to the Village for review az�d acceptance.
The Village shall have the right to correct for vendar default or underperformance by any means
, it deems in its best interest. The Contractor will be required to pravide a daily repart of quantity
of work performed under each Tas1c Order. The daily report shall be submitted by 11:00 a.m. or
earlier the following mornir►g.
ARTICLE 31- ENTIRETY OF CONTRACT
The Village and the Cantractor agree that this Contr�ct s�ts forth the �ntire Contract between the
parties, and that there are no promises or understazidiags other than those stated herein. Ttiis
Contract supeis0des all prior contracts, proposals, representations, negodations, letters or other
communications between the Village and Contractor pert�ining to the services, whether written
or oral. None of the provisions, terms and canditions contained in this Contract may be addod to,
modified, superseded or otherwise altered except by written inst�vmcnt executecl by the parties
hereto.
9
In Witness Whereof, the Village and the Cantractor have executed this Contract.
ATTEST: VILLAGE OF TEQUESTA
11 1 �t. � tf�L.� .,1.� @.1��►-� �� ����.✓
Lori McWilliams CMC, Village Clerk Pat Watictns, Mayor
` „�ptu►Nl �a�
���� �F �
;''���.�' pRPO��QG�, Dated: (rs - I l- p�
[VILI�� �
�
_ lJ���� L m :a °
;,,� •y_ �AT�p:� ,.
.
,,, �� � ��: P,,
�•.,, d ��p�,.+
ATTEST: ���'"'�r•„��•Q"`'�
PHILLIPS AND JORDAN, INC.
� � � �' �
Connie H. Nichols, Corporate Secretary Dudley Orr, ice President
Dated. (�� �� , ��QQ
[CORPORATE SEAL]
r.+�cslYCquestav�grcerreneslrntltips Jwd� Det� Re,novat ngrear,eo� Zoos.ett
10
i -
. .
EXHIBIT "A"
PHILLIPS AND JORDAN, INC.
FEESCHEDULE
HiTRRICANE/DISASTER DEBRIS REMOVAL, REDUCTION, AND DISPOSAL
PART A- VOLUME BASED PRICING FOR 3,000,000 CUBIC YARD DEBRIS DISASTER
Item/Description Esti�ted U�it
an ' Unft Price
1.0 Public Properly and Right-of-Way Collection, 3,�O,OOQ CY 10.25
Loading and Hauling to a designated Temporary
Debris Site or Authori a roved Di sal Facili
2.0 Temporary Debris Site operation to include 3,OOQ,04Q CY 2.�
placemetrt of monitaring towers, partable toilets,
keeping azea clean of trash, debris acceptance, pile
mana ement, and hase I reclamation
3.0 Processing of debris through grinding and/or 2,500,000 CY 2.50
chipping
4.0 Loading, hauling and dis�sing wood chips to final 1,000,000 CY 9.80
destination
5,0 Loading, iransporting and final disposition (disposal} SQ0,000 CY 14.75
of construction and/or mixed debris from Tetnporary
Debris 5ite hauling to a permitted C&D recycling
facility or any other approved non-Authority
Di sa1 Facili
Loading and transporting only of construction and/or
mixed debris from Temporary Debris Site to one of
. the followin :
A. Okeechobee Coun Landfill 4(�4,00 CY 9.50
B. Pom ano Beach Landfill 1(?0,00 CY 9.50
6.0 Volunne reduction through air curtain incineration or 2,500,000 CY 2.00
o en bumin
Unit Prices, unless otherwise indicateci, shall include all labor (operators, lak�rers, supervisors)
and materials including but not limited to: supplies, equipment mainte�ance, repairs, repair parts,
fuels, lubricants, cellular phones, transportation, and housing, if required, n�essary to
accomplish the project The quantities and distributions are estimatad for the p�pose of making
an award. Locations of sites, debris quantities, destinations, material densities, etc. may differ
substantially in an actual disaster.
Assumption.s: 3,000,000 cubic yards of debris consisting of 2,500,000 cubic yards of
vegetation debris and 500,000 cubic yazds of mixed debris.
Page 1 of 2
t ' � I
EXI�BIT "A"
PHII.LTPS AND JORDAN, INC.
FEE SCHEDULE
PART B - HOURLY R.ATES
DEBRIS MANAGEMEIVT SITE SET-UP AND CLOSURE
DEBR�S CLEARANCE FOR ACCESS
OPTIONAL USE BY COUNTY AND OTH�R GOVERNMENTAL ENTITIES
E UIPMENT AND LABOR RATES
Equipment Type Hourly Hourly Total
Equipment Labor Hourly
Rate Rate Rate
Bobcat Loader $ 60.� $ 35.00 $ 95.00
Crew Foreman w/ Cell Phone and P"ic 15.� 60.� 75.00
Dozer, Track DS or similar 65.00 35.00 100.00
Dozer, Tracked, D6 or similar 85.00 35.00 120.00
Dozer, Tracked, D'7 or similar 105.00 35.00 140.00
Dozer, Tracked, D8 or similaz 145.00 35.00 180.00 .
Truck, 18 CY-20 CY 35.00 35.� 70.00
Dum Truck, Z1GY-30 CY 35.00 35.40 70.00
Generator and Li tin 20.00 -0- 20.00
Grader w/ 12 Blade 75.00 35.� 110.Q0
H draulic Excavator, 1.5 CY 80.00 35.� 115.00
H draulic Excavator, 2.5 CY 90.00 35.00 125.(�
Knuckleboom Loader 115.00 35.00 150.04
Laborer w/ Chain Saw -0- 45.� 45.00
Laborer w/ small tools, tita�ic control, fla rson -0- 32.00 32.00
Lowbo Trailer w/ Tractar 75.00 35.00 11U.00
rations M er w/ Cell Phone and Pic 15.00 70.0(! 85.OQ
Pic Truck, .5 Ton 115.00 -0- 15.00
Soil Com tor 81 HP+ 45.00 35.00 80.00
Soil Com actor to 80 HP 4(}.00 35.(,� 7'S.�
Soil Com actor, Towed Unit 35.00 35.OQ 70.00
Truck, Flatbed 25.00 35.OA 60.00
Tub Grinder, 800 to 1,004 HP 550.00 -0- 550.00
Water Truck 45.OQ 35.00 80.�
Wheel Loader, 2.5 CY 950 or similar 60.00 35.00 95.00
Wheel Loader, 3.5-4.0 CY, 966 or similar 75.i10 35.00 110.00
Wheel Loader, 4.5 CY, 980 or similaz 95.0(l 35.40 130.00
w�i ��a� s��, i.ai.s cY 6o.oa 3s.00 9s.00
Page 2 of 2