Loading...
2081 Crowder Gulf Disaster Recovery & Debris Mgmt-TO FINANCE DEPARTMENT Thursday, December 20, 2018 To: City Clerk/Mayor RF.: (-n, ,k P - V The item(s) noted below is/are attached and forwarded to your office for the following action(s): F1 Development Order F] Mayor's signature F] Final Plat (original mylars) Recording F] Letter of Credit ❑ Rendering F1 Maintenance Bond Safe keeping (Vault) ❑ Ordinance Deputy City Manager ❑ Performance Bond F1 Payment Bond F1 Resolution Fj City Manager Signature El F] City Clerk Attest/Signature n City Attorney/Signature Once completed, please: F] Return originals to Purchasing- Department n Return copies EJ Special Instructions: Uh� r3oJ"Czqw From SharePoint Finance —Purchasine Forms - 2018.doe Date k S E Disaster Recovery and Debris Management 5435 Business Parkway Office: (800) 992-6207 Theodore, Alabama 36582 Fax: (251) 459-7433 May 15, 2019 Mr. John Reichardt Public Works Operations Manager via email: john.reichardt@sanfordti.gov City of Sanford 300 N. Park Avenue Sanford, FL 32771 Re: Contract Renewal for Disaster Debris Removal (RFP 14115-13) Dear Mr. Reichardt: CrowderGulf has been providing the City of Sanford Disaster Debris Removal (RFP 14115-13) per the agreement executed on August 24, 2015. This Agreement shall take effect on the date that this Agreement is fully executed by the parties hereto. This Agreement shall terminate upon the City's providing CrowderGulf with a notice of termination in accordance with the procedures of the City. Per the Agreement, section 5.b, the rates set forth in Exhibit A may be modified by CrowderGulf in accordance with the Bureau of Labor Statistics. From April 2018 to April 2019, the consumer price index for urban consumer (CPIU) rose 2.0 percent. At this time CrowderGulf is requesting the 2.0 percent increase. If the City of Sanford is in agreement to renew the contract, please sign the renewal acceptance below and return to CrowderGulf. Upon execution of this acknowledgement the contract will continue until its new expiration date of August 23, 2020 using the 2019 CrowderGulf CPI rates. We appreciate the opportunity to renew this contract and stand ready to respond immediately in the event the City of Sanford requests our services. If you have any questions or if we can be of any further assistance please do not hesitate to contact me or Ashley Ramsay-Naile at 800-992-6207 or by e-mail jramsay@crowdergulf.com. Best regards, i John Ramsay President �1(4 Date RFP 14/15-13 Disaster Related Debris Removal 2 2019 CrowderGulf CPI Pricing (2.0%)for City of Sanford, FL 1. As applicable to work governed by FEMA 9580.201 attachment 1 and FEMA 325 there is a limit of "the first 70 hours" following a declared disaster for invoices and/or payments based on time and material costs. 2. Removing debris from public property and Rights-of-way and hauling to a Temporary Debris Storage and Reduction Site 0-5 one way miles $7.14 CY 3. Removing debris from public property and Rights-of-way and hauling to a Temporary Debris Storage and Reduction Site 6-10 one way miles $7.75 CY 4. Chipping debris on public property and Rights-of-way and hauling directly to a Final Disposal 0-5 one way miles $16.32 CY 5. Chipping debris on public property and Rights-of-way and hauling directly to a Final Disposal 6-10 one way miles $17.34 CY 6. Chipping debris at Temporary Debris Storage and Reduction Site based on Cubic yards hauled in $1.28 CY 7. Hauling chipped debris to Final Disposal Site, 0-5 one way miles based on cubic yards Hauled in $1.43 CY 8. Hauling chipped debris to Final Disposal Site, 6-10 one way miles based on cubic yards Hauled in $1.73 CY 9. Picking up and hauling non -vegetative debris To Disposal Site, 0-5 one way miles 57.14 CY 10. Picking up and hauling non -vegetative debris To Disposal Site, 6-10 one way miles $7.75 CY 11. Picking up and hauling non -vegetative debris To Disposal Site, 11-15 one way miles $8.06 CY 12. Picking up and hauling non -vegetative debris To Disposal Site, extra mileage charge for 16 miles and over one way miles $0.11/CY Per Mi 13. Hazardous tree removal for a 6" -12" trunk Diameter $ 30.60 Tree 14. Hazardous tree removal for a 13" - 24" trunk Diameter $ 91.80 Tree 15. Hazardous tree removal for a 25" - 36" trunk Diameter $153.00 Tree Hazardous tree removal for a 37" - 48" trunk Diameter $306.00 Tree 16. Hazardous tree removal for a 49"+ Diameter $408.00 Tree 17. Trees with Hazardous Limbs > 2" Hazardous hanging limb removal $ 76.50 Tree 18. Hazardous stump removal for a 24"- 36" Stump diameter $255.00 Stump 19. Hazardous stump removal for a 37"- 48" RFP 14/15-13 Disaster Related Debris Removal 2 Stump diameter 5357.00 Stump 20. Hazardous stump removal for a 49"+ Stump diameter $459.00 Stump 21. Fill dirt for stump holes after removal S 20.40 CY 22. Management of Debris Management Site (9/19/17 Change Order) $1.53 per incoming CY Notes: 1. Tipping fee at final disposal site will be the responsibility of the City. 2. For a multi-year contract, the prices above will be reviewed and adjusted on the anniversary date of the contract equal on the percent change in the CP! -U 1.04 Miscellaneous Requirements and Affirmations Proposals shall be on this Proposal Submission Form. 1.06 SUBMITTED, signed and sealed this 15th day of Mav Crowder04ITJ0A Venture Inc. o66rlOfferor 05/15/19 By (Signature) Date John Ramsay, President & CEO Printed Name and Title 5435 Business Parkway Business Address Theodore Al. City State 36582 Zip Code 800-992-6207 251-459-7433 Telephone No. Facsimile No. (CORPORATE SEAL) MARK THE EXTERIOR OF ENVELOPE CONTAINING YOUR BID RESPONSE: YOUR COMPANY NAME & ADDRESS AS THE RETURN ADDRESS ADDRESS OR DELIVER TO: William Smith, Purchasing Agent City of Sanford P.O. Box 1788 (300 N. Park Avenue, Room 236) Sanford, FL 32772 IN LOWER LEFT CORNER OF ENVELOPE, PROVIDE THE FOLLOWING: lFB 14/15-13 Disaster Debris Removal and Disposal Services Open Date: July 7, 2015 Open Time: 2:00 p.m. This Form Must Be Completed and Returned with your Response RFP 14115-13 Disaster Related Debris Removal CrowderGulf CPI (2.0%) Fee Schedule Solicitation Number: RFP 14/1543 Title: Disaster Debris Removal Opening Date: July 7, 2015 at 2:00 pm -Addendum NO.3 Attachment 2 to Addendum 1- Per Hour Costs: As applicable to work governed by FEMA 9580.201 attachment 1 and FEMA 325 there is a limit of "the first 70 hours" following a declared disaster for invoices and/or payments based on time and material costs. COST PROPOSAL HOURLY COSTS TO INCLUDE OPERATOR, FUEL AND MAINTENANCE EQUIPMENT HOURLY RATE JD 544 WHEEL LOADER WITH DEBRIS GRAPPLE $102.00 JD 644 WHEEL LOADER WITH DEBRIS GRAPPLE $112.20 EXTENDABOOM FROKLIFT WITH DEBRIS GRAPPLE $66.30 753 BOBCAT SKID STEER LOADER WITH DEBRIS GRAPPLE $61.20 753 BOBCAT SKID STEER LOADER WITH BUCKET $51.00 753 BOCAT SKID STEER LOADER WITH STREET SWEEPER $61.20 30-50 HP FARM TRACTOR WITH BOX BLADE OR RAKE $45.90 2- 2 1/2 CY ARTICULATED LOADER WITH BUCKET $91.80 3-4 CY ARTICULATED LOADER WITH BUCKET $102.00 JD 648E LOG SKIDDER OR EQUIVALENT $76.50 CAT D4 DOZER $61.20 CAT D5 DOZER $71.40 CAT D6 DOZER $91.80 CAT D7 DOZER $102,00 CAT D8 DOZER $127.50 CAT 125-140 MOTOR GRADER $91,80 JD 690 TRACK HOE WITH DEBRIS GRAPPLE $102.00 JD 690 TRACK HOE WITH BUCKET AND THUMB $102.00 RUBBER TIRED EXCAVATOR WITH DEBRIS GRAPPLE $107.10 JD 310 RUBBER TIRED EXCAVATOR WITH DEBRIS GRAPPLE $61.20 210 PRENTISS KNUCKLEBOOM WITH DEBRIS GRAPPLE $91.80 CAT 623 SELF LOADER SCRAPER $153.00 HAND FED DEBRIS CHIPPER $35.70 300-400 HP GRINDER $357.00 800-1000 HP GRINDER $510.00 30 TON CRANE $153.00 50 TON CRANE $173.40 100 TON CRANE (EIGHT HOURS MINIMUM) $255.00 40'-60' BUCKET TRUCK WITH CURRENT DIELECTRIC TEST $91.80 60' OR GREATER BUCKET TRUCK $153.00 FUEL/SERVICE TRUCK $51.00 WATER TRUCK 2000 GALLON $61,20 PORTABLE LIGHT PLANT $14.28 LOWBOY TRAILER WITH TRACTOR $91.80 FLATBED TRUCK $40.80 PICK UP TRUCK (UNMANNED) $14.28 SELF LOADING DUMP TRUCK WITH DEBRIS GRAPPLE $127.50 CrowderGulf CPI (2.0%) Fee Schedule SINGLE AXLE DUMP TRUCK 5-12 CY $45.90 TANDEM AXLE DUMP TRUCK 16-20 CY $61.20 TANDEM AXLE DUMP TRUCK 21-30 CY $71.40 TANDEM AXLE DUMP TRUCK 31-50 CY $86.70 Attachment 2 to Addendum 1- Per Hour Costs, page 2 COST PROPOSAL HOURLY COSTS TO INCLUDE OPERATOR, FUEL AND MAINTENANCE EQUIPMENT HOURLY RATE TANDEM AXLE DUMP TRUCK 51-80 CY $102.00 TANDEM AXLE DUMP TRUCK/TRACTOR TRAILER OVER 80 CY $127.50 POWER SCREEN $163.20 STACKING CONVEYOR $35.70 CHAINSAW $3.06 AIR CURTAIN INCINERATOR SELF CONTAINED $40.80 TEMPORARY OFICE TRAILER $15.30 RESPONSE TRAILER 20' $43.86 RESPONSE TRAILER 36' $51.00 MOBILE COMMAND CENTER $51.00 LABORER WITH HAND TOOLS $28.56 FLAGGER $28.56 SKILLED SAW MAN $32.64 CREW FOREMAN WITH TRUCK AND COMMUNICATIONS $48.96 OPERATIONS MANAGER WITH TRUCK AND COMMUNICATIONS $61.20 CLIMBER WITH GEAR $91.80 * ALL EQUIPMENT DESCRIPTIONS WILL BE IN ACOORDANCE WITH THE FEMA "TYPED RESOURCE DEFINITIONS" ** ALL EQUIPMENT RATES INCLUDE THE COST OF THE OPERATOR, FUEL, AND MAINTENANCE UNLESS OTHERWISE NOTED. *** ALL LABOR RATES INCLUDE THE APPLICABLE PERSONAL PROTECTIVE EQUIPMENT SUCH AS HARD HATS, SAFETY SHOES, GLOVES, SAFETY GLASSES/SHIELD, HEARING PROTECTION AND TRAFFIC SAFETY VESTS. ADDITIONAL EQUIPMENT AND PERSONNEL ARE AVAILABLE TO MEET ANY AND ALL POSSIBLE REQUIREMENTS CrowderGulf Disaster Recovery and Debris Management 5435 Business Parkway Office: (800) 992-6207 Theodore, Alabama 36582 Fax: (251) 459-7433 September 19, 2017 Mr. John P. Reichardt via email: John.Reichardt@sanfordfl.gov Public Works Manager City of Sanford 300 N. Park Ave. Sanford, FL 32771 Re: City of Sanford, FL - Change Order RFP 14/15-13, Addendum 3 Mr. John P. Reichardt, CrowderGulf respectfully requests the City of Sanford to consider the following change order regarding the Debris Removal Operations currently ongoing in your City. To allow the trucks to turn more loads per day, we propose Debris Management Sites (DMS/TDSR) be considered: Proposed Line item Addition- Management of Debris Management Site a $1.50 per Incoming Cubic Yards CPi increase 2.(% :'$1.53. Comparable Rates: • Casselberry (City), FL = $1.30 per Cubic Yard o Lake Mary (City), FL = $1.50 per Cubic Yard We greatly appreciate the City's consideration and if we can answer any questions, please contact Eric Nall at 251- 300-7440 or myself to discuss. Best Regards, Ashley Ramsay-Naile Vice Pres/COO 800-992-6207 AGREEMENT BY AND BETWEEN THE CITY OF SANFORD, FLORIDA AND CROWDER-GULF JOINT VENTURE, INC. FOR DISASTER DEBRIS REMOVAL (RFP 14116-131 THIS AGREEMENT (hereinafter the "Agreement") is made and entered into this Q� day of 2015, by and between the City of Sanford, Florida, a Florida municipality, (hereinafter referred to as the "City"), whose mailing address is 300 North Park Avenue, Sanford, Florida 32771, and Crowder -Gulf Joint Venture, Inc., a Florida corporation, (hereinafter referred to as "Crowder -Gulf") whose mailing address is 5435 Business Parkway, Theodore, Alabama 36582,. The City and Crowder -Gulf may be collectively referenced herein as the "parties". WITNESSETH: IN CONSIDERATION of the mutual covenants, promises, and representations contained herein and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the parties hereto agree as follows: Section 1. Recitals. The above recitals are true and form a material part of this Agreement upon which the parties have relied. Section 2. Authority. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The persons executing this Agreement for each party certify that they are authorized to bind the party fully to the terms of this Agreement. Section 3. Scope of Agreement. This Agreement is for the goods and services as set forth as attached in the bid documents submitted to the City by Crowder -Gulf (which responsive bid documents are attached hereto as Exhibit "A" and incorporated into this Agreement as if fully set forth herein verbatim) and as otherwise directed by the City to include all labor and materials that may be required including, but in no way limited to, the goods and services provided by subcontractors, if any be approved by the City. Section 4. Effective Date and Term of Agreement. This Agreement shall take effect on the date that this Agreement is fully executed by the Parties hereto. This Agreement shall terminate upon the City's providing Crowder -Gulf with a notice of termination in accordance with the procedures of the City. a ge I Section 5. Compensation. (a). The parties agree to compensation under this Agreement as set forth in the attached Exhibit "A". (b). Effective January 1, 2017 and each succeeding calendar year of this Agreement, the rates set forth in Exhibit "A" may be modified by Crowder -Gulf in accordance with the Bureau of Labor Statistics first began publishing the Chained Consumer Price Index for All Urban Consumers in August 2002 (the C -CPI -U); provided, however, in no event may the annual cost increase exceed 3%. (See, hftp://www.bis.gov/cpUsuperlink.htm). (c). Payment for services shall not be deemed acceptance of defective, deficient, or non -conforming services. Section 6. Standard Contractual Terms and Conditions. All "Standard Contractual Terms and Conditions", as provided on the City's website, apply to this Agreement. Such Terms and Conditions may be found at the City's website (www.SanfordFL.gov) to the extent, if any, not specifically contradicted by a provision of this Agreement as determined by the City. The parties shall also be bound by the purchasing policies and procedures of the City as well as the controlling provisions of Florida law as well as the documents of the City relating to this procurement activity (Exhibit "A")which shall be deemed to be incorporated herein by this reference thereto as if fully set forth herein verbatim. Crowder -Gulf agrees to take any and all actions necessary to ensure that the City is in compliance with applicable Federal Emergency Management Agency ("FEMA") rules and regulations in order that the City will be able, to the maximum extent, be entitled to FEMA grant funding and assistance and other related Federal and State funding. Section 7. Crowder -Gulfs Mandatory Compliance with Chapter 119, Florida Statutes, and Public Records Requests. In order to comply with Section 119.0701, Florida Statutes, public records laws, Crowder -Gulf shall: (a). Keep and maintain public records that ordinarily and necessarily would be required by the City in order to perform the service. (b). Provide the public with access to public records on the same terms and conditions that the City would provide the records and at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes, or as otherwise provided by law. 21P aZ�g e (c). Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. (d). Meet all requirements for retaining public records and transfer, at no cost, to the City all public records in possession of Crowder -Gulf upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the City in a format that is compatible with the information technology systems of the City. (e). If Crowder -Gulf does not comply with a public records request, the City shall enforce the contract provisions in accordance with this Agreement. (f). Failure by Crowder -Gulf to grant such public access and comply with public records requests shall be grounds for immediate unilateral cancellation of this Agreement by the City. Crowder -Gulf shall promptly provide the City with a copy of any request to inspect or copy public records in possession of Crowder -Gulf and shall promptly provide the City with a copy of Crowder -Gulf's response to each such request. Section 8. Time is of the Essence. Time is hereby declared of the essence as to the lawful performance of all duties and obligations set forth in this Agreement. Section 9. Entire Agreement/Modification. This Agreement, together with all "Standard Contractual Terms and Conditions", as provided on the City's website, and including, without limitation, the exhibits hereto, constitutes the entire integrated agreement between the City and Crowder -Gulf and supersedes and controls over any and all prior agreements, understandings, representations, correspondence and statements whether written or oral in connection therewith and all the terms and provisions contained herein constitute the full and complete agreement between the parties hereto to the date hereof. This Agreement may only be amended, supplemented or modified by a formal written amendment of equal dignity herewith. Section 10. Severability. If any term, provision or condition contained in this Agreement shall, to any extent, be held invalid or unenforceable, the remainder of this Agreement, or the application of such term, provision or condition to persons or circumstances other than those in respect of which it is invalid or unenforceable, shall not be affected thereby, and each term, provision and condition of this Agreement shall be valid and enforceable to the fullest extent permitted by law when consistent with equity and the public interest. 311 Section 11. Waiver. The failure of the City to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the City hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. Section 12. Captions. The section headings and captions of this Agreement are for convenience and reference only and in no way define, limit, describe the scope or intent of this Agreement or any part thereof, or in any way affect this Agreement or construe any provision of this Agreement. Section 13. Counterparts. This Agreement may be executed in any number of counterparts, each of which shall be deemed an original, but all of which, taken together, shall constitute one and the same document. Section 14. Binding Effect. This Agreement shall be binding upon and inure to the benefit of the successors in interest, transferees and assigns of the parties. Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. The signatories hereof represent that they have the requisite and legal authority to execute this Agreement and bind the respective parties herein. Section 15. Remedies. The rights and remedies of the parties, provided for under this Agreement, are in addition to any other rights and remedies provided by law or otherwise necessary in the public interest. Section 16. Governing law, Venue and Interpretation. This Agreement is to be governed by the laws of the State of Florida. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. This Agreement is the result of bona fide arms length negotiations between the City and Crowder -Gulf, and all parties have contributed substantially and materially to the preparation of the Agreement. Accordingly, this Agreement shall not be construed or interpreted more strictly against 413 a any one party than against any other party and all provisions shall be applied to fulfill the public interest. IN WITNESS WHEREOF, the City and Crowder -Gulf have executed this instrument for the purpose herein expressed. Attest. Cynthia Porter, City Clerk Approved as to form and legality for Use and reliance by the City of Sanford, Florida By: William L. Colbert City Attorney Attest. Ashley RamsRamsayjNaile) Vice President THE CITY OF By: Jeff Triplett Mayor Dated: CROWDER-GULF JOINT VENTURE, INC. By: John 13,6ffsay President Dated:— 46- to -15 5 1 P a g e ► s µ r Rip -1877- 9 WS RM X CoItem No. "F, CITY COMMISSION MEMORANDUM 15-140-E AUGUST 24, 2015 AGENDA To: Honorable Mayor and Members of the City Commission PREPARED BY: F. William Smith, Purchasing Manager SUBMITTED BY: Norton N. Bonaparte, Jr., City Manager SUBJECT: Award of IFB 14/15-13 ContinuingContrato provide Disaster Debris Removal and Disposal Services STRATEGIC PRIORITIES: ❑ Unify Downtown & the Waterfront ❑ Promote the City's Distinct Culture ❑ Update Regulatory Framework ❑ Redevelop and Revitalize Disadvantaged Communities SYNOPSIS: Approval to award the subject solicitation to the lowest responsive and responsible bidder, Crowder Gulf, Joint Venture, Inc. of Theodore, Alabama, (Crowder Gulf) is hereby recommended. This action will provide an extended contract which is in compliance with Federal Emergency Management Agency (FEMA) support requirements and formally provides an arrangement with a company who will immediately mobilize and deploy to perform the services necessitated by a storm or related natural disaster. FISCAL /STAFFING STATEMENT: This is not applicable or used unless there is a declared local emergency. BACKGROUND: This action will provide the City with an "in place" process which has been developed as a result of employing sound planning, management and procurement practices to provide a tool with which to obtain and mobilize necessary emergency services to efficiently and effectively respond to events. Further, this action provides a business relationship with a company who is committed to the City which has been established using formal competitive procedures, documented competitive prices, verified references, insurance certifications and documentation which will be on file to comply with FEMA requirements. This is an essential step in the "on-going" disaster management process preparedness to maintain a position of being ready to provide an immediate and effective response if an event occurs. A copy of the announcement of the competitive bidding procurement activity and a copy of the tabulation sheet which reflects Crowder Gulf's submission as the lowest responsive and responsible bid received by the City as related to the subject solicitation is attached. LEGAL. REvIEw: The City Attorney prepared the contract document to be executed with Crowder Gulf based upon the terms and conditions developed by the City Attorney and the Purchasing Manager. RECOMMENDATION: It is staffs recommendation that the contract award to Crowder Gulf be approved on a continuing basis with a termination clause. SUGGESTED MOTION: I move that the proposed contract award to Crowder Gulf be approved on a continuing basis with a termination clause. Attachments: Invitation page of IFB 14/15-13 Tabulation Sheet Proposed Contract including solicitation and response Submission Opening Certification ► City of Sanford Florida — Purchasing Division 300 N. Park Avenue (P.O. Box 1788) Sanford, Florida 32771 R�_177_ Phone: 407.688.5028 FAX: 407.688.5021 email: purchasing@sanfordfl.gov REQUEST FOR PROPOSALS (RFP) Date Issued: 06-26-2016 SOLICITATION REQUEST FOR PROPOSALS FOR CONTRACTOR TO PROVIDE DISASTER TITLE DEBRIS REMOVAL FOR THE CITY OF SANFORD, FLORIDA SOLICITATION NUMBER RESPONSE DUE: OPENING DATE & TIME RFP 14/15-13 06-29-2016 at 2:00 P.M. Deliver Responses to Response Opening Location 300 N Park Avenue (City Hall) Room- 236 300 N Park Avenue (City Hall) Room 117 (City Commission (second floor) Chambers) THERE IS NO PRE -PROPOSAL CONFERENCE DATE and TIME OF CONFERENCE SCHEDULED OR ANTICIPATED N/A Note: The indicated pre -proposal conference being non -mandatory enables the submission of a proposal without having attended the pre -proposal conference. It is noted that the City will not conduct another such meeting either with a group or an individual relative to the solicitation identified herein. INSTRUCTIONS, SUBMISSION DOCUMENTS, GENERAL INFORMATION ABOUT ADDENDA AS IT OCCURS, ETC. MAY BE CITY OF SANFORD PURCHASING: OBTAINED AT: WWW.MYVENDORLINK.COM WWW.SANFORDFL.GOVIINDEX.ASPX?PAGE=881 Blackout Period/Cone of ADA Assistance RFI's and/or Questions must be directed to: Silence applies: Call: purchasing(a)-sanfordfl.gov 06-26-15 thru 07-30-16 407.688.5025 48 407.688.5030 hours in advance Fax: 407.688.5021 This Request for Proposals is to secure agreement(s) with one or more contractors to provide disaster debris removal and disposal services within the City of Sanford, Florida. www.myvendorlink.com is the official solicitation posting site for the City. Information, applicable forms, documents, specifications, instructions, etc. are available at no cost to all interested parties for review, downloading and printing at this site. Also, information regarding addenda, responses to RFI's, plan -holder lists, evaluation results, etc. are posted on this site. Electronic notification is provided to registered plan -holders as related to each specific solicitation. A Cone of Silence/Black-out-period applies to this solicitation: Attempts to contact City Commission members, members of the Evaluation and Selection Committee or any other City official and/or employee other than through the City of Sanford Purchasing Manager during this procurement process shall not be allowed. Any attempts to contact, fraternize, or influence personnel indicated I above may result in disqualification of the offending party or firm. CITY OF SANFORD, FLORIDA - PURCHASING DIVISION SOLICITATION OPENING CERTIFICATION AND MINUTES (Section 255.0518, Florida Statutes) A. Solicitation Title Disaster Debris Removal B. Number RFP 14/15-13 Opening Date 7/712015 Time 2:00 p.m. Location of Opening: City Commission Chambers On this date the opening of the solicitation response identified above is hereby verged and the public announcements recorded below regarding the solicitations received were duly made. It is noted that no other business was conducted, there were no discussions and no input was received from anyone in attending. There was no attendance record made. Ili Announced the name of each bidder and the amount of their bid. X RFP- Announced the name of each respondent. r RFQ- Announced the name of each respondent. if any submission was not opened and/or announced, check this item and indicate specific information on tabulation below. c 2. Name of City Eyee ho nounce a bids: k-'1 Em, � Certification (1) By:.t&A//' Si nattu,�r - �We f printed name and ti le A -- F Certification Cert cation (2) — All submissions were opened and read. The tabulation below reflects the information read. Any solicitation(s) not opened and/or read are so noted below along with reason for exclusion. 3. The public notice required by § 286.0105 and 286.011 Florida Statutes is attached hereto. 4. The following listed persons attended and spoke at the bid opening identified above. Tabulation �li�: r� � • 1r��!rr s�l�i�j• — C�[._�.Lflr+� - iFARM _ 1'1 re if tabu) ion is ached in lieu of using the above tabulation or if additional pages are attache. It is noted that this is page one of _ pages. h TZP p a ui •S c .�e$�.��o i�� ^ L L L L L L L L L L a LaaaaaI�L y 8 S 8 8 8 a S 8$ 88x88$$$$88i$ 1:1I-t� I- Wf s L L L a L s L L L L L L $ a Laaaaa��L a a tg>a8ese'i 9 n L L L L L L L it'll L L a Laaaaa"�L L L L I I L L L L L L L a LalaaiR''1L 8 8 $$SSg 88� N N N L L L 1 L L L L L L L 1 Laaaa��'N�L a $ $ $ n 8$$8�o a� p8 L L L I L L L L L rf L f III Laaaaa�'�L wWWw�$� I d LaaaaaL L L L L L L L L L L 161 L L L L L L L L L Laaaaa�L L L L L L L L L L L Laaaaa���L Mir E $d E gIs �.4 =,�'Eg E� �E �E�a=s Oo��E }E; a S`k�38.§�ir'3`• E E '3 a^ E` E 3 e �• 5 �^ �+ b8 .n p' v' v E^ d M A E n b� n E s: E 3 3 E E fi y3g g g Y�� E w� E� S S 0 8 z` and sx$ z x .. t x R x 2 z W � »� E:8«