HomeMy WebLinkAboutResolution - 2025-R0192 - Service Contract 18100, Ceres Environmental Services - 04/22/2025Resolution No. 2025-R0192
Item No. 6.22
April 22, 2025
12ESOLUTION
BE IT I��#:SOLVED BY THE CITY COUNCIL OF TIIE CITY OF LUBBOCK:
TI IAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
for and on behalf of the City of Lubbock, Service Contract No. 18100 for debris management
during FEMA activated/qualifying reimbursement events as per RFP 25-18100-TF, by and
between the City of Lubbock and Ceres Environmental Services, Inc. of Houston, TX, and
related documents. Said Contract is attached hereto and incorporated in this resolution as if
fully set forth herein and shall be included in the minutes of the City Council.
Passed by the City Council on Apri122, 2025
'�_� �
W. MCI3RAY�R MAYOR
A TEST:
C urtney Paz, City Secretary
APPROVED AS TO CONTI�NT:
�.
Erik Rejino, Assistant City Manager
APPROVLD AS 'TO rORM:
elli Leisure, Senior Assistant City Attorney
ccdocslRES.ServiceContract 18100 Ccres Environ debris management
3.10.25
Resolution No. 2025-R0192
Contract 18100
City of Lubbock, TX
Debris Management during FEMA Activated/Qualifying Reimbursement Events
Agreement
This Service Agreement (this "AgreemenY') is entered into as of the22"dday of Apr�� 2025
("Effective Date") by and between Ceres Environmental Services. Inc. (the Contractor), and the City of
Lubbock (the "City").
IZECITALS
WHEREAS, the City has issued a Request for Proposals RFP 25-18100-TF, Debris Management
during FEMA Activated/Qua(ifying Reimbursement Events and
WHEREAS, the proposal submitted by the Contractor has been selected as the proposal which best
meets the needs of the City for this service; and
WHEREAS, Contractor desires to perform as an independent contractor to provide Debris
Management during FEMA Activated/Qualifying Reimbursement Events, upon terms and conditions
maintained in this Agreement; and
NOW THEREFORE, for and in consideration of the mutual promises contained herein, the City and
Contractor agree as follows:
City and Contractor acknowledge the Agreement consists of the following exhibits which are
attached hereto and incorporated herein by reference, listed in their order of priority in the event of
inconsistent or contradictory provisions:
1. This Agreement
2. Exhibit A— General Requirements
3. Exhibit B— Proposal Price Sheet
4. Exhibit C— Insurance Requirements
Scope of Work
Contractor shall provide the services that are specified in Exhibit A. The Contractor shall execute services
as the named provider on a primary basis. The Contractor shall comply with all the applicable requirements
set forth in Exhibit B and Exhibit C attached hereto.
Article 1
1.1 The contract shall be for a term of one (1) year, with the option of four (4), one-year
extensions, said date of term beginning upon formal approval. This Contract will renew
automatically for the additional terms, unless either Party gives 90-day written notice to
terminate the Contract. Actual usage may be more or less. Order quantities will be determined
by actual need. The City of Lubbock does not guarantee any specifc amount of
compensation, volume, minimum, or maximum amount of services under this bid and
resulting contract. The Contractor must maintain the insurance coverage required during the
term of this contract including any extensions. It is the responsibility of the Contractor to
ensure that valid insurance is on file with the Purchasing and Contract Management
Department as required by contract or contract may be terminated for non-compliance.
1.2 Prices quoted shall be guaranteed for a period for six (6) months upon City approval. The
rate may be adjusted at the City's discretion for the effective change in Consumer Price Index
(CPI) or Product Price Index (PPI) as appropriate. Further, if the Contractor can provide
documentation for actual charges for material, labor, etc. that demonstrates that the change
in CPI or PPI is not sufficient, the Contractor shall provide such documentation to the City,
and at the City's sole discretion, the contractual rate may be further adjusted. If agreement
regarding a new rate cannot be reached, the City shall terminate at the end of the current
contract period. If an adjustment to pricing is granted under this section, the Contractor must
provide the Director of Purchasing and Contract Management written, quarterly
documentation to justify the ongoing adjustment. If no such documentation is timely
received, the rate will automatically revert to the initial, awarded rate.
1.3 The Contractor shall not assign any interest in this Agreement and shall not transfer any
interest in the Agreement, whatsoever, without prior consent of the City.
1.4 All funds for payment by the City under this Agreement are subject to the availability of an
annual appropriation for this purpose by the City. In the event of non-appropriation of funds
by the City Council of the City of Lubbock for the goods or services provided under the
Agreement, the City will terminate the Agreement, without termination charge or other
liability, on the last day of the then-current fscal year or when the appropriation made for
the then-current year for the goods or services covered by this Agreement is spent, whichever
event occurs frst. If at any time funds are not appropriated for the continuance of this
Agreement, cancellation shall be accepted by the contractor on 30 days prior written notice,
but failure to give such notice shall be of no effect and the City shall not be obligated under
this Agreement beyond the date of termination.
1.5 This contract shall remain in effect until the first of the following occurs: (1) the expiration
date, (2) performance of services ordered, or (3) termination of by either party with a 30 day
written notice. The City of Lubbock reserves the right to award the canceled contract to the
next lowest and best bidder as it deems to be in the best interest of the city.
Article 2 Miscellaneous.
2.1 This Agreement is made in the State of Texas and shall for all purposes be construed in
accordance with the laws of said State, without reference to choice of law provisions.
2.2 This Agreement is performable in, and venue of any action related or pertaining to this
Agreement shall lie in, Lubbock, Texas.
2.3 This Agreement and its Exhibits contains the entire agreement between the City and
Contractor and supersedes any and all previous agreements, written or oral, between the
parties relating to the subject matter hereof. No amendment or modifcation of the terms of
this Agreement shall be binding upon the parties unless reduced to writing and signed by
both parties.
2.4 This Agreement may be executed in counterparts, each of which shall be deemed an original.
2.5 In the event any provision of this Agreement is held illegal or invalid, the remaining
provisions of this Agreement shall not be affected thereby.
2.6 The waiver of a breach of any provision of this Agreement by any parties or the failure of
any parties otherwise to insist upon strict performance of any provision hereof shall not
constitute a waiver of any subsequent breach or of any subsequent failure to perform.
2.7 This Agreement shall be binding upon and inure to the beneft of the parties and their
respective heirs, representatives and successors and may be assigned by Contractor or the
City to any successor only on the written approval of the other party.
2.8 All claims, disputes, and other matters in question between the Parties arising out of or
relating to this Agreement or the breach thereof, shall be formally discussed and negotiated
between the Parties for resolution. In the event that the Parties are unable to resolve the
claims, disputes, or other matters in question within 30 days of written notification from the
aggrieved Party to the other Party, the aggrieved Party shall be free to pursue all remedies
available at law or in equity.
2.9 At any time during the term of the contract, or thereafter, the City, or a duly authorized audit
representative of the City or the State of Texas, at its expense and at reasonable times,
reserves the right to audit Contractor's records and books relevant to all services provided to
the City under this Contract. In the event such an audit by the City reveals any errors or
overpayments by the City, Contractor shall refund the City the full amount of such
overpayments within 30 days of such audit fndings, or the City, at its option, reserves the
right to deduct such amounts owing the City from any payments due Contractor.
2.10 The City reserves the right to exercise any right or remedy to it by law, contract, equity, or
otherwise, including without limitation, the right to seek any and all forms of relief in a court
of competent jurisdiction. Further, the City shall not be subject to any arbitration process
prior to exercising its unrestricted right to seek judicial remedy. The remedies set forth herein
are cumulative and not exclusive, and may be exercised concurrently. To the extent of any
conflict between this provision and another provision in, or related to, this do.
2.11 The contractor shall not assign or sublet the contract, or any portion of the contract, without
written consent from the Director of Purchasing and Contract Management. Should consent
be given, the Contractor shall insure the Subcontractor or shall provide proof of insurance
from the Subcontractor that complies with all contract Insurance requirements document, this
provision shall control.
2.12 Contractor acknowledges by supplying any Goods or Services that the Contractor has read,
fully understands, and will be in full compliance with all terms and conditions and the
descriptive material contained herein and any additional associated documents and
Amendments. The City disclaims any terms and conditions provided by the Contractor unless
agreed upon in writing by the parties. In the event of conflict between these terms and
conditions and any terms and conditions provided by the Contractor, the terms and conditions
provided herein shall prevail. The terms and conditions provided herein are the final terms
agreed upon by the parties, and any prior conflicting terms shall be of no force or effect.
2.13 Contractor acknowledges by supplying any Goods or Services that the Contractor has read,
fu(ly understands, and will be in full compliance with all terms and conditions and the
descriptive material contained herein and any additional associated documents and
Amendments. The City disclaims any terms and conditions provided by the Contractor unless
agreed upon in writing by the parties. In the event of conflict between these terms and
conditions and any terms and conditions provided by the Contractor, the terms and conditions
provided herein shall prevail. The terms and conditions provided herein are the final terms
agreed upon by the parties, and any prior conflicting terms shall be of no force or effect.
2.14 Contracts with Companies Engaged in Business with Iran, Sudan, or Foreign Terrorist
Organization Prohibited. Pursuant to Section 2252.152 of the Texas Government Code,
prohibits the City from entering into a contract with a vendor that is identified by The
Comptroller as a company known to have contracts with or provide supplies or service with
Iran, Sudan or a foreign terrorist organization.
2.15 Texas Public Information Act. The requirements of Subchapter J, Chapter 552, Government
Code, may apply to this contract and the contractor or vendor agrees that the contract can be
terminated if the contractor or vendor knowingly or intentionally fails to comply with a
requirement of that subchapter. To the extent Subchapter J, Chapter 552, Government Code
applies to this agreement, Contractor agrees to: (1) preserve all contracting information
related to the contract as provided by the records retention requirements applicable to the
governmental body for the duration of the contract; (2) promptly provide to the governmental
body any contracting information related to the contract that is in the custody or possession
of the entity on request of the governmental body; and (3) on completion of the contract,
either: (A) provide at no cost to the governmental body all contracting information related to
the contract that is in the custody or possession of the entity; or (B) preserve the contracting
information related to the contract as provided by the records retention requirements
applicable to the governmental body.
2.16 No Boycott of Israel. Pursuant to Section 2271.002 of the Texas Government Code, a) This
section applies only to a contract that: (1) is between a governmental entity and a company
with 10 or more full-time employees; and (2) has a value of $100,000 or more that is to be
paid wholly or partly from public funds of the governmental entity. (b) A governmental entity
may not enter into a contract with a company for goods or services unless the contract
contains a written verification from the company that it: (1) does not boycott Israel; and (2)
will not boycott Israel during the term of the contract.
2.17 Contractor represents and warrants that: (1) it does not, and will not for the duration of the
contract, boycott energy companies or (2) the verifcation required by Section 2274.002 of
the Texas Government Code does not apply to the contract. If Contractor is a company with
10 or more full-time employees and if this Agreement has a value of at least $100,000 or
more, Contractor verifes that, pursuant to Texas Government Code Chapter 2274, it does
not boycott energy companies; and will not boycott energy companies during the term of the
Agreement. This verification is not reyuired for an agreement where a governmental entity
determines that these requirements are inconsistent with the governmental entity's
constitutional or statutory duties related to the issuance, incurrence, or management of debt
obligations or the deposit, custody, management, borrowing, or investment of funds.
2.18 Texas Government Code 2274. By entering into this Agreement, Contractor verifies that: (1)
it does not, and will not for the duration of the contract, have a practice, policy, guidance,
or directive that discriminates against a firearm entity or firearm trade association or (2)
the verification reyuired by Section 2274.002 of the Texas Government Code does not apply
to the contract. If Contractor is a company with 10 or more full-time employees and if this
Agreement has a value of at least $100,000 or more, Contractor verifes that, pursuant to
Texas Government Code Chapter 2274, it does not have a practice, policy, guidance, or
directive that discriminates against a firearm entity or firearm trade association; and will not
discriminate during the term of the contract against a firearm entity or firearm trade
association.
2.19 Confidentiality. The Contractor shall retain all information received from or concerning the
City and the City's business in strictest confidence and shall not reveal such information to
third parties without prior written consent of the City, unless otherwise required by law.
2.20 Indemnify. The Contractor shall indemnify and save harmless the city of Lubbock and its
e(ected offcials, officers, agents, and employees from all suits, actions, losses, damages,
claims, or liability of any kind, character, type, or description, including without limiting the
generality of the foregoing, all expenses of litigation, court costs, and attorney's fees, for
injury or death to any person, or injury to any property, received or sustained by any person
or persons or property, to the extent arising out of, related to or occasioned by, the negligent
acts of the Contractor, its agents, employees, and/or subcontractors, related to the
performance, operations or omissions under this agreement and/or the use or occupation of
city owned property. The indemnity obligation provided herein shall survive the expiration
or termination of this agreement.
-----INTENTIONALLY LEFT BLANK-----
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the
day and year first above written. Executed in triplicate.
�CITY OF LU BOCK CONTRACTOR
.
� �
BY: �r�
M k McBrayer, Mayor Authorized Representative
ATTEST:
Courtney Paz, City Secretary
APPROVED AS TO CONTENT:
TIA LAURIE, CORPORATE SECRETARY
Print Name
6371 Business Boulevard SUITE 100
Address
in, P.E.,�D��i Director of
ROVED AS TO FORM
SARASOTA, FL 34240
City, State, Zip Code
li Leisure, Senior Assistant City Attorney
EXHIBIT A
1. RFP OVERVIEIN
A. GENERAL INFORMATION
The City of Lubbock ("Cit�') is accepting proposals from qualified firms ("Respondents") to establish a
Standby Contract or Contracts for Debris Removal and Site Management for Debris Reduction,
Emergency Roadway Debris Clearance and Waterway Debris Removal. The City may, at its sole
discretion, recommend primary, secondary and tertiary contracts to ensure that the City will have
support in the event of an emergency. Services will not be authorized until such time as a Notice to
Proceed has been issued; typically, in response to a natural or man-made disaster. Respondents selected
for award recommendation will report to the Division Director of Public Works or his designee.
In these documents, "RespondenY' will refer to the firms who submit a response to this RFP.
Respondents selected for a contract award will then become "Consultants" or "Providers". The terms
"Consultant" and "Provider" are used interchangeably in these documents and mean the same thing. A
complete list of definitions is included in Section II of this RFP.
B. ABOUT THE CITY OF LUBBOCK
The City is located in the heart of the West Texas panhandle. It was established in 1890 and is 143.26
square miles in size. It is considered to be the Hub City of West Texas and is only bordered currently by
Wolfforth Texas. The City has 265,000 permanent residents and is also home to Texas Tech University,
Lubbock Christian University, University Medical Center and Covenant Health Systems. The City is on a
grid system, with varying house sizes, and some mature trees. The City is mostly surrounded by
agriculture and flat lands.
An Interactive map of the City and its parks, schools, and other key features is located here:
https://ewebmap.ci.lubbock.tx.us/Parcelviewe�/
The City's weekly refuse and recycling collection is primarily taken to the West Texas Regional Disposal
Facility. The City also uses the Caliche Canyon Landfill as a deposit site for non-putrescible waste.
The City currently does not have any Debris Management firms under contract. The City does plan to
engage firms for the purpose of overseeing the compliance and documentation of the debris collection
process in the event of a major disaster so that the City could be eligible for reimbursement from FEMA.
D. EVALUATION CRITERIA & SELECTiON PROCESS
Proposals will be reviewed and scored based on the following criteria in order to obtain the Best Value
for the City:
Criteria Max
Points
Experience
Includes the experience of the firm and the 20
proposed personnel. Also includes licenses
and certifications.
Availability
Plan for fulfilling Lubbock contract 10
simultaneously with other contractual
obli ations
Project Unden�tanding and Technical 25
Approach
Typical Debris Management Site Safety Plan
and O rational Plan 15
References 10
Safety S
Cost 15
TOTAL iDD
Once each proposal has been reviewed and scored, the City may at its sole discretion:
• Choose to interview one (1) or more Respondent(s),
• Begin contract negotiations without conducting intenriews, or
• Reject any and all proposals and re-bid this project
The City may recommend an award to a primary, secondary or tertiary respondent whose proposal
offers a Best Value to the City. City Council approves all award recommendations. Council typically
meets on the first and third Tuesday of each month.
E. PROPOSAL FORMAT
All proposals must include the following items, in the order listed below:
1. Corporate Information
Provide a brief introductory letter describing the Responding firm. Identify the person who will be the
point of contact during the RFP process if a Respondent is a corporation, the corporation must be
certified with the Texas Secretary of State and have a corporate status in good standing. In the case of
out-of-state corporation, respondent must present evidence of authority to do business in Texas.
Respondents must provide evidence to either condition here.
2. Project Understanding and Technical Approach
Provide a statement demonstrating an understanding of the services and support required by this RFP.
State how the Respondent will approach the project and the methodology to be used to perform the
services described in the Scope of Services. The technical approach must also outline the following:
Ability to manage activation of multiple contracts
Ability to work with a debris monitoring firm (provide references of firms Respondent has
worked with)
• Mobilization and demobilization plan
3. Contractual Obligations
Describe how the Respondent intends to maintain its capability, capacity, and availability of forces to
respond if activated by the City following a disaster. Knowing that the Respondent may have similar
contracts in other geographic areas, describe how Respondent will satisfy all contractual obligations for
the City of Lubbock simultaneously with other obligations.
4. Personne)
Provide a list of current personnel that would be assigned to the City in the event of contract activation.
The list must include but is not limited to:
• Contact persons, including telephone numbers and e-mail address
• Project manager — must have a minimum of �ve years' experience in disaster recovery
� Operations manager— must have a minimum of three years of experience in disaster recovery
• Any Other key personnel assigned to this contrad
Please provide resumes for the project manager, operations manager, and other key personnel.
Changes to the list of personnel that are provided with this proposal must be communicated to the City
at the time of an event and are subjed to approval by the City. The City also reserves the right to
request the substitution of any personnel as the City deems necessary.
5. Licenses and Certificates
List any licenses or certifications related to the scope or work described in this RFP. State if the
Respondent does not have any related or applicable licenses or certifications.
6. Typical Debris Management Site (TDMS) Safety Plan and Operational Plan
Provide a description of the firm's typical TDMS safety plan and operational plan. Any changes to the
site safety plan or operational plan must be provided to the City and are subject to City's approval. The
City also reserves the right to request changes to the Respondent's site safety plan or operational plan.
Include:
• Plan details associated with your presence on-site during debris accumulation and transport
• Your typical commitment — twenty-four hours a day for seven days, Monday through Friday
between business hours, etc.
• Your firm's plan to work with a debris monitoring firm
7. Exhibit A- Cost Worksheet — included in these documents
8. Exhibit B- Requtred Forms — included in these documents.
This section includes forms that are required by federal, state, and local agencies. Please complete the
forms in this section and return them with your proposal.
11. INTENT
The Post Disaster Debris Hauling Services Contract will encompass the incorporated areas of the City.
The City's disaster recovery planning includes considerations for removing and processing the volumes
and types of debris and wastes expected to be generated by a major disaster such as a tornado, or other
natural or man-made hazard that encompasses the procedures for disposing of that material. The
planning approach is formulated in part on the concept of strategic pre-positioning of the agreements
and resources necessary for timely, coordinated recovery operations, including removal of debris and
wastes from public property and right-of-way throughout the City using City-owned and Respondent
forces.
The City has identified the need for one or more Respondents to assist City forces in completing debris
management operations throughout the City. For the purpose of this contract, Respondents must have
the capacities to manage a large workforce and to carry the expenses associated with a major recovery
operation prior to the initial City payment and between subsequent payments, as well as the capacities
to provide the necessary bonds and insurance. Each Respondent must also have: (1) an established
management team, (2) an established network of resources to provide the necessary equipment and
personnel, (3) comprehensive workforce management, operations, and safety plans, and (4)
demonstrable experience in major dlsaster recovery cleanup projects.
The Contract(s) to be awarded for this project will be a combination of fixed fee and contingency
contracts. The City anticipates a certain level of initial work to establish the procedures for integrating
the work into the City's continuing disaster recovery program planning, along with potential costs for
4
maintaining the program over a period of time. The City anticipates that the bulk of the services will be
provided on an incident specific basis with anticipated costs identified by a joint City/Respondent team
as part of the initial program planning.
The Successful Respondent will serve as a general contractor for the purpose of the specified services
and will be able to use his/her own and Sub-Consultant/Provider resources to meet the obligations of
the contract. The Respondent will be expected to use fully qualified and properly equipped local firms
and personnel to the maximum extent practicable. When a major disaster occurs or is imminent, City
will contact the firm(s) holding the Disaster Debris Removai Contract(s) to advise them of the City's joint
or individual intent to activate the contract.
Notice to Proceed ("NTP")
The City shall issue official written notice to proceed for the services referenced in this contract. Notice
to proceed shall be sent via electronic transmission (facsimile, e-mail, etc.). If the Respondent's
authorized representative is on site in the City, then the written notice to proceed may be hand
delivered. Under no circumstances shall the City be liable for any services rendered unless the written
notice to proceed has been sent and received by the Respondent(s). The Respondent(s) must
acknowledge receipt of the written notice to proceed.
Changes in Scope of Work
The Cit�s Executive Policy Group, City's Director of Emergency Management, Cit�s Division Director of
Public Works, or their designee(s) may request changes in the scope of work to be perFormed. Such
changes, including increase or decrease in compensation must be mutually agreed upon and
incorporated by written amendment to the agreement.
Drug Free Workplace
In the interest of job safety and to protect the public, other contractors and the Cit�/s employees, the
respondent certi�es by submission of its proposal that it will make a good faith effort to maintain a
drug-free jobsite.
Mobilization
Within 18 hours of notice to proceed from the City, the Respondent will mobilize an Operations
Manager to the City of Lubbock. The Operations Manager will assist the City in planning for the
operation and mobilization of Respondent personnel and equipment necessary to perform the work. If
the Respondent does not send an Operations Manager within 18 hours after the NTP by the City, the
City may then go to the next RFP-approved Respondent for their services instead of using the first
Respondent.
Within 36 hours of notice to proceed from the City, the Respondent will mobilize equipment and
resources in the City to begin debris removal operations as directed by the City's Executive Policy Group,
Cit�s Director of Emergency Management, City's Division Director of Public Works, or their designee(s).
As part of the Respondent's mobilization effort the Respondent will provide an on-site office trailer for
the duration of the project or as directed by the City.
Safety
The Respondent(s) shall be solely responsible for maintaining safety at all work sites including TDMS and
debris collection sites. The Respondent(s) shall take all reasonable steps to insure safety for both
workers and visitors to TDMS and debris collection sites. Safety at TDMS and debris collection sites
includes traffic control such as traffic cones and flag personnel. The Respondent(s) will also be solely
responsible to ensure that all OSHA requirements are met and a safety officer assigned to the project for
the duration of this contract. See Section V— Safety in these documents for more details.
On-Site Project Manager
The Respondent(s) shall provide an on-site project manager to the City. The project manager shall
provide a telephone number to the City with which he or she can be reached for the duration of the
project. The project manager will be expected to have daily meetings with the City Debris Coordinators
and/or City authorized representatives. Daily meeting topics will include, but not limited to, volume of
debris collected, completion progress, City coordination and damage repairs. Frequenty of ineetings
may be adjusted by the City Debris Coordinators. The Respondent(s)' project manager must be available
24 hours a day, or as required by the City Debris Coordinators.
Traffic Control
The Respondent(s) will mitigate the impact of their operations on local traffic to the fullest extent
practical. The Respondent is responsible for establishing and maintaining appropriate traffic controls in
all work areas, including TDMS and debris collection sites. The Respondent will provide sufficient
signing, flagging and barricading to ensure the safery of vehicular and pedestrian traffic in all work areas.
All work shall be done in conformity with all applicable local, state and federal laws, regulations, and
ordinances governing personnel, equipment and work place safety. Any notification of a deficiency in
traffic control or other safety items shall be immediately corrected by the Respondent. No further work
shall take place until the deficiency is corrected. City Debris Coordinators will not sign any additional
load or unit rate tickets until the safety item is corrected. The expense incurred by the Respondent for
traffic control is an overhead expense contemplated as part of the Respondent's compensation under
the terms and conditions of scope of services.
Rapid Response Crew
'�
Respondent will be required to provide the City with access to one or more Rapid Response Crews
("RRC") as directed by the City. The purpose of the RRC is to respond immediately to disaster related
debris piles as directed by the City Debris Coordinators. The RRC assists in the overall cleanup effort by
responding to and collecting disaster related debris which the City deems a priority for overall recovery.
Work Hours
The Respondent will conduct those debris removal operations generating noise levels above that
normally associated with routine traffic flow, during daylight hours only. Work may be performed seven
days per week. Adjustments to work hours, as local conditions may dictate, shall be coordinated
between the City and the Respondent. Unless otherwise directed, the Respondent must be capable of
conducting volumetric reduction operations at TDMS locations on a 24 hour, 7 days a week basis.
Costs
All costs associated with all services performed will be the responsibility of the Respondent including but
not limited to: labor, equipment, transportation, communications, logistical support such as lodging,
meals, and other necessary support services, temporary office space, etc.
Time of Completion
The services shall commence upon written notice to proceed from the City's Executive Policy Group,
Cit�s Director of Emergency Management, City's Division Director of Public Works, or their designee(s).
For each event in which the contract is activated the City and the Respondent will develop a project
completion date. The project completion date may be revised if mutually agreed upon by the City and
the Respondent.
Liquidated Damages
Should the Respondent fail to complete requirements set forth in this scope of work, the City will suffer
damage. The amount of damage suffered by the City is difficult, if not impossible to determine at this
time. Therefore the Respondent shall pay the City, as liquidated damages, the following:
1. The Respondent shall pay the City, as liquidated damages, $5,000.00 per calendar day of delay
to mobilize in the City with 50% of the resources required to begin debris removal operations,
within 36 hours of notice to proceed.
The Respondent shall pay the City, as liquidated damages, $5,000.00 per calendar day of delay
to mobilize in the City with 100% of the resources required to begin debris removal operations,
within 72 hours of notice to proceed.
3. The Respondent shall pay the City, as liquidated damages, $1,000.00 per load of disaster debris
collected in the City that is not disposed of at a City approved DMS or City approved Final
7
Disposal Site. Application of liquidated damaged does not release the Respondent of all liability
associated with hauling and depositing material to an unauthorized location.
4. The Respondent shall pay the City, as liquidated damages, $500.00 per incident where the
Respondent fails to repair damages that are caused by the Respondent or subcontractor(s).
Application of liquidated damages does not release the Respondent from the responsibility of
resolving or repairing damages.
5. The Respondent shall pay the City, as liquidated damages, $500.00 per calendar day of delay to
complete the project by the agreed upon project completion date.
6. The Respondent shall pay the City, as liquidated damages, $500.00 per calendar day of delay to
remediate each DMS to the original condition based on the completion date set forth by the City
and Respondent per DMS.
7. The Respondent shall pay the City, as liquidated damages, $100.00 per incident where the
Service Provider fails provide sufficient documentation to the City to support FEMA eligibility of
the work performed. Additionally, no payment will be made for the work performed. This
liquidated damage will only apply when the contract is activated for a FEMA eligible disaster.
8. The Respondent shall pay the City, as liquidated damages, $500.00 per calendar day where the
Respondent fails provide the required Daily Reports and/or Weekly Summaries.
9. The Respondent shall pay the City, as liquidated damages, $100.00 per incident and per vehicle
where the Respondent violates roadway load rating restrictions provided by the City Debris
Manager. The amounts specified above are mutually agreed upon as reasonable and proper
amount of damage the City should suffer by failure of the Respondent to complete
requirements set forth in the scope of work.
Dama�es
The Respondent will repair any damages caused by the RespondenYs equipment or work in a timely
manner at no expense to the City. If there is disagreement between a resident and Respondent as to the
repair of damages, the City will decide and make the final determination on the repair. Any damages to
private property shall be repaired at the RespondenYs expense. Failure to restore damage to public
property or private property to the satisfaction of the City will result in the City withholding retainage
money in an amount sufficient to make necessary repairs.
To the extent that the City deems the Respondent negligent in management practices, the City may
withhold from retainage money or invoice the Respondent for time and material costs associated with
resolving issues or damages related to the RespondenYs work.
Existing Utilities
Some trees and debris that are to be removed under this contract may be blocked or entangled with
overhead powe�, telephone and television cables. In this case, it shall be Respondent's responsibility to
8
coordinate directly with the utility owners to arrange for the removal of the debris without damage to
the overhead and underground utility lines (i.e. water, sewer and gas). The Respondent will pay all such
costs to the utility company for any adjustments. The City may choose either to have the Respondent
make the necessary repairs or have the Respondents pay all costs incurred to repair damaged utilities
that are a result of the Respondent, as determined by the affected utility company. Repairs to all
municipal and privately-owned utilities shall be made by the Respondent.
Ownership of Debris
All debris residing in the City ROW and City provided TDMS shall be the property of the City until �nal
disposal at a prope�ly permitted disposal site.
Environmental Protection
Any and all fluids or chemicals (work-related materials such as oil-dri, absorbents, etc.) used by the
Respondent must be used and disposed of in accordance with all rules and regulations of local, state and
federal regulatory agencies.
Respondent and subcontractors shall not perform maintenance on over-the-road equipment at TDMSs.
Maintenance of equipment that typically remain at the TDMS (e.g., track hoes, front end loaders,
grinders, etc.) may be conducted at the TDMS provided best management practices are followed and all
wastes are managed and disposed of in accordance with all rules and regulations of local, state and
federal regulatory agencies.
Respondent shall, at its own expense, ensu�e that noise and dust pollution is minimized to comply with
all local and state ordinances and the approval of the City Debris Coordinators. Respondent will comply
in a timely manner with all directions of the City Debris Coordinators regarding the use of a water truck
or other approved dust abatement measures.
Respondent will comply with all federal, state and local laws, rules, regulations and ordinances regarding
environmental protection.
Respondent will immediately report and document all incidents to the City Debris Coordinators or the
authorized representative that affect the environmental quality of TOMS such as, but not limited to,
hydraulic fluid leaks, oil spills or fuel leaks.
Respondent must notify the City regarding any fluid or chemical spillage so that the City or its authorized
�epresentative can review and approve of the cleanup.
Payment
The City or its authorized representative will monitor, verify and document with load tickets or unit rate
tickets the completion of all work, as de�ned in the scope of work. The Consultant or Provider(s) will be
provided with copies of this documentation. These documents will be used by the Consultant or
9
Provider as backup data for invoice submittals. Work not ticketed or not authorized by the Ciry will not
be approved for payment. Additionally, any ticket submitted for payment must be properly completed.
Tickets missing loading address, truck number, certified capacities, collection monitor signature, disposal
site, load call or disposal monitor signature will not be paid, nor will the City be responsible for unpaid
incomplete tickets.
If requested with written approval by the City, private property debris removal operations will be
invoiced separately from ROW collection removal operations. The City reserves the right to request
additional invoice separation by debris type:
(C&D, vegetative debris, Household Hazardous Waste (HHW) etc.), program (ROW collection,
private property debris removal, etc.).
Invoices shall be submitted to the City's authorized representative on a bi-weekly basis. All invoices
must be submitted in electronic copy (Microsoft Excel format) of the invoice detail. Contact information
to send email electronic invoices will be provided at the time of event. The City will pay invoices on a
monthly basis.
The invoice detail must consist of a tabular report listing all ticket information required by the City.
Invoice detail submittals will be checked against City records. City records are the basis of all payment
approvals. Only 100 percent accurate and complete invoices shall be forwarded by the City authorized
representative to the City for payment.
A 5 percent retainage will be withheld from each reconciled invoice until the end of the project. In order
to recover the retainage, the Respondent must successfully complete, and receive a letter of completion
from the City, for all work zones. Retainage will be held until �nal reconciliation is complete. The
respondent will provide a notarized statement that all sub-contractors have been paid in full prior to
payment of the retainage. Portions of the retainage may be held by the City to repair damages caused
by the Respondents to public or private property.
No separate payment will be made for mobilization and demobilization operations. These costs are to
be included in the respective unit p�ices bid for debris removal and will not be adjusted based on the
total amount of debris actually removed in the contract.
The Respondent is responsible for payment to all subcontractors utilized for the services rendered
within this scope of work. The Respondent shall execute release waivers with all subcontradors to
release the City from payment to subcontractors directly. The release waivers for all subcontractors shall
be provided to the City prior to final retainage release. Payment for disposal cost incurred by the
Respondent at the City approved Final Disposal Sites will be made at the cost incurred by the
Respondent. The Respondent must submit a copy of all applicable disposal site permits, a copy of the
invoice(s) received by the City approved Final Disposal Site, an electronic copy tabulating all scale or load
tickets issued by the City approved Final Disposal Site, and proof of Respondent payment to the City
approved Final Disposal Site.
Respondent must submit a final invoice within 30 days of completion of scope of work. Completion of
scope of work will be acknowledged, in writing, by the City Debris Coordinators. The final invoice must
10
be marked "FINAL INVOICE" and no additional payments will be made after the Respondent's final
invoice.
When this contract is activated for an event funded by state or federal funds, the Respondent will
comply with all requirements of the state or federal government applicable to the use of the funds.
Additionally, when this contract is activated for an event funded by state or federal funds, the City will
only pay for those items deemed eligible by the Federal Emergency Management Agency (FEMA), unless
the City otherwise agrees in writing.
The Respondent will provide and retain all records pertaining to the services and the contract for these
services and make them available to the City for a period of seven years following receipt of final
payment for the services referenced herein.
111. DEFINITIONS
Definitions are provided for those terms listed below. In this section, "Consultant" and "Provider" are
used interchangeably and refer to the Respondent(s) selected for a contract award.
1. Agreement Execution — The date on which Consultant or Provider executes and enters into an
Agreement with the City to perform the Work for each of the four cities.
2. Agreement Price—The total monies, adjusted in accordance with any provision herein, payable
to the Consultant or Provider under this Agreement.
3. Authorized Representative — City employees and/or contracted individuals designated by the
Director of Emergency Management or his designated staff contact.
4. Chipping or Mulching —The process of reducing woody material, such as lumber and vegetative
debris, by mechanical means into small pieces to be used as mulch or fuel.
Cleanup Crew — A group of individuals and/or an individual working for the Consultant or
Provider collecting disaster debris.
Consultant — the firm selected for the award of this contract. Also "provider". The party or
parties contracting directly with the City to perform Work pursuant to this Agreement.
Construction and Demolition Debris (C&D) — FEMA Publication 325 defines eligible construction
and demolition (C&D) debris as damaged components of buildings and structures such as:
lumber and wood, gypsum wallboard, glass, metal, roofing material, tile, carpeting and floor
coverings, window coverings, plastic pipe, concrete, fully cured asphalt, heating, ventilation and
air conditioning systems and their components, light fixtures, small consumer appliances,
equipment, furnishings and fixtures that are a result of a disaster. Current eligibility criteria
include: Debris must be located within a designated disaster area and be removed from an
eligible applicant's improved property or right-of-way. Debris removal must be the legal
responsibility of the applicant. Debris must be a result of the major disaster.
8. Contrad — The Agreement Documents specifically identified and incorporated herein.
9. Contract Time — The period of time stated in this Agreement for the completion of the work.
10. City — The City of Lubbock, Texas.
11
11. City Approved Final Disposal Site — A final disposal location approved in writing by the Director
of Emergency Management or his designated representative.
12. Debris — Items and materials broken, destroyed or displaced by a natural or man-made federally
declared disaster. Examples of debris include, but are not limited to, trees, const�uction and
demolition debris and personal property.
13. Debris Clearance — Clearing roads by pushing debris to the roadside to accommodate emergency
traffic.
14. Debris Monitoring — Actions taken by applicants in order to document eligible quantities and
reasonable expenses during debris adivities to ensure that the work complies with the contract
scope-of-work and/or is eligible for federal or state grant reimbursement.
15. Debris Removal — Picking up debris and taking it to a temporary or final debris management site,
composting facility, recycling facility, permanent landfill or other reuse or end-use facility.
16. Debris Removal Consultant/Provider—Also referred to as the "Consultant or Provider" in this
document, conducts debris removal operations per the terms of the contract. Term includes
primary Consultant/Provider(s), sub-consultant/Providers and individual crews.
17. Demobilization — Following the completion of services provided under the resulting contract,
the Consultant or Provider will remove all equipment, supplies and other associated materials
involved in the services provided to the City. The Consultant or Provider will leave all sites
utilized clean and restored to the original state as approved by the City and verified through soil
and groundwater samples.
18. Demolition —The act or process of reducing a structure, as defined by the State of Texas or local
code, to a collapsed state. It contrasts with deconstruction, which is the taking down of a
building while carefully preserving valuable elements for reuse.
19. Department —The Director or designee of requesting department(s) named in this solicitation.
20. Disaster Specific Guidance — Disaster Speci�c Guidance (DSG) is a policy statement issued in
response to a specific post-event situation or need in a state or region. Each DSG is issued a
number and is generally referred to, along with their numerical identification.
21. Drawings - Collectively, all the drawings, receipt of which is acknowledged by the City, listed in
this Agreement, and also such supplementary drawings as the Consultant or Provider may issue
from time to time in order to clarify or explain such drawing or to show details which are not
shown thereon.
22. Eligible — Eligible means qualifying for and meeting the most current stipulated requirements (at
the time written Release Orders are issued and executed by the City to the Consultant or
Provider) of the Public Assistance grant program, FEMA Publication 321, FEMA Publication 322,
FEMA Publication 323, FEMA Publication 325 and all current FEMA fact sheets, Public Assistance
guidelines, guidance documents and disaster specific documents. Eligible also includes meeting
any changes in definition, rules or requirements regarding debris removal reimbursement as
stipulated by the Federal Emergency Management Agency during the course of a debris removal
project.
12
23. Executive PoBcy Group- a policy group comprised of senior leaders and executives of the City of Lubbock.
24. Emergenty Relief Program — Provides for the funding of emergency roadway clearing and first
pass disaster debris removal on federal aid highways.
25. E-Scrap — End of life electronics, typically televisions, computers and related components.
26. FEMA Publication 325 — Debris Management Guide — This publication is specifically dedicated to
the rules, regulations and policies associated with the debris cleanup process. Familiarity with
this publication and any revisions, can aid a local government to limit the amount of non-
reimbursable expenses. The Debris Management Guide provides the Framework for the debris
removal process authorized by the Stafford Act including: Eliminating immediate threats to lives,
public health and safety. Eliminating immediate threats of significant damage to improved
public or private property. Ensuring the economic recovery of the affected community to the
benefit of the Community-at-large.
27. Field Inspector— Monitor or the City's selected Debris Monitoring Firm representative.
28. Force Account Labor — Labor perFormed by the applicant's permanent, full time or temporary
employees.
29. Garbage — Waste that is regularly picked up by an applicant. Common examples of garbage are
food and other putrescible waste, packaging, plastics and papers.
30. Grinding — Reduction of disaster-related vegetative debris through mechanical means into small
pieces to be used as mulch or fuel. Grinding may also be referred to as chipping or mulching.
31. Hazardous Hangers — A Hanger is a hazardous limb that poses significant threat to the public.
The current eligibility requirements for hazardous hangers according to FEMA Publication 325
are:
• The limb must be greater than two inches in diameter;
• The limb must be suspended in a tree and threatening a public-use area; and
• The limb must be located on improved public property.
32. Hazardous Leaners — A tree is considered hazardous and defined as an eligible leaner when the
tree's present state is caused by a disaster, the tree poses a significant threat to the public and
the tree is six inches in diameter or greater as measured two feet from the ground. The current
eligibility requirements for leaning trees according to FEMA Publication 325 include:
• The tree has more than 50 percent (50 %) of the crown damaged or destroyed (requires
written documentation from an arborist).
• The tree has a split trunk or broken branches that expose the heartwood.
• The tree has fallen or been uprooted within a public use area.
• The tree is leaning at an angle greater than 30 degrees.
33. Hazardous Stump - A stump is defined as hazardous and eligible for reimbursement if all of the
following criteria are met. The current eligibility requirements for hazardous hangers according
to FEMA Publication 325 are:
13
• The stump has 50 percent or more of the root-ball exposed.
• The stump is greater than 24 inches in diameter when measured 24 inches from the
ground.
• The stump is located on a public right-of-way.
• The stump poses an immediate threat to public health and safety.
34. Household Hazardous Waste (HHW) — Waste with properties that make it potentially harmful to
human health or the environment. Hazardous waste is regulated under the Resource
Conservation and Recovery Act (RCRA). In regulatory terms, a RCRA hazardous waste is a waste
that appears on one of the four hazardous wastes lists or exhibits at least one of the following
four charaderistics: ignitability, corrosively, reactivity or toxicities.
• HHW must be located within a designated disaster area and be removed from an
eligible applicanYs improved property or right-of-way.
• HHW removal must be the legal responsibility of the applicant.
• HHW must be a result of the major disaster.
The collection of commercial disaster related hazardous waste is generally not eligible for
reimbursement. The City may utilize existing environmental Consultant/Provider to remove this
type of waste in a large- scale debris generating event.
35. Hold Harmless — Generally, a contractual arrangement whereby one party agrees to hold the
other party without responsibility for damage or other liability incurred as a result of a particular
action or transaction.
36. Liaison — Authorized representative of the Director of Emergency Management who shall act as
a Liaison between the City and the Consultant or Provider for all matters pertaining to this
Agreement, including review of Consuitant or Provider's plans and work.
37. Monitor — Person that observes day-to-day operations of debris removal crews to ensure they
are performing eligible work, meeting the Cit�s expectations and contractual requirements and
are in compliance with all applicable Federal, State and local regulations. (May also be referred
to as a Field Inspector.)
38. Mutual Aid Agreement—A written understanding between communities and States obligating
assistance during a disaster. See FEMA RP9523.6, Mutual Aid Ag�eements for Public Assistance
and Fire Management Assistance.
39. National Response Framework (NRF) — A plan developed to facilitate the delivery of all types of
Federal assistance to States following a disaster. It outlines the planning assumptions, policies,
concept of operations, organizational structures and specific assignments and agencies involved
in Federal assistance to supplement State, tribal and local efforts.
40. Outbuilding — Any structure secondary to a house such as a barn, shed or outhouse separated
from the main structure.
41. Provider - the firm selected for the award of this contract. Also "consultant". The party or
parties contracting directly with the City to perform Work pursuant to this Agreement.
14
42. Recycling — The recovery or use of wastes as a raw material for making products of the same or
different nature as the original product.
43. Refrigerant — Otone depleting compound that must be removed from white goods or other
refrigerant containing items prior to recycling or disposal.
44. Regulated Waste — Any waste that is regulated by the EPA, TCEQ or local rules/ordinance.
45. Respondent— any firm who submits a proposal in response to this RFP. The firm or firms
selected for an award will then become "consultants" or "providers".
46. Right of Entry — As used by FEMA, the document by which a property owner confers to an
eligible applicant or its Consultant or Provider or the United States Army Corps of Engineers the
right to enter onto private property for a specific purpose without committing trespass.
47. Right-of-Way— The portions of land over which facilities such as highways, railroads or power
lines are built. It includes land on both sides of the facility up to the private property line.
48. Scale/Weigh Station — A scale used to weigh trucks as they enter and leave a landfill. The
difference in weight determines the tonnage dumped and a tipping fee is charged accordingly.
It also may be used to determine the quantity of debris picked up and hauled.
49. Specifications —The written technical provisions including all appendices thereto, both general
and specific, which form a part of the Agreement Documents.
50. Sub{onsultant or Provider—Any person, firm, partnership, joint venture, company,
corporation, or entity having a contractual agreement with Consultant or Provider or with any of
its sub-Consultant or Providers at any tier to provide a part of the Work called for by this
Agreement.
51. Supplemental Agreement — A written order to Consultant or Provider signed by the City and
accepted by Consultant or Provider, effecting an addition, deletion or revision in the Work, or an
adjustment in the Agreement Price or the Contract Time, issued after execution of this
Agreement.
52. Temporary Debris Management Site (TDMS or TDMS) — Site where collected debris is taken by
the Consultant or Provider(s) for staging, separation, reduction, and processing prior to final
disposal.
53. Tipping Fee — A fee charged by landfills or other waste management facilities based on the
weight or volume of debris dumped.
54. United States Army Corps of Engineers (USACE) —A component of the United States Army
responsible for constructing and maintaining military installations and other government-owned
and controlled facilities. The USACE may be used by FEMA when direct Federal assistance,
issued through a mission assignment, is needed.
55. Vegetative Debris — As outlined in FEMA Publication 325, Eligible Vegetative Debris consists of
whole trees, tree stumps, tree branches, tree trunks and other leafy material. Vegetative debris
will largely consist of mounds of tree limbs and branches piled along the public ROW by
residents and volunteers. Current eligibility criteria include:
15
• Debris must be located within a designated disaster area and be removed from an
eligible applicant's improved property or right-of-way.
• Debris removal must be the legal responsibility of the applicant.
• Debris must be a result of the major disaster.
56. Volatile Organic Compounds (VOCs) — VOCs are hydrocarbon compounds that have a low boiling
point which allows them to evaporate quickly. Many VOCs are toxic and ground-water
contaminants of concern because they may persist in and migrate with groundwater to a
drinking-water supply.
57. White Goods —As outlined in FEMA Publication 325, White Goods are defined as discarded
disaster related household appliances such as refrigerators, freezers, air conditioners, heat
pumps, ovens, ranges, washing machines, clothes dryers and water heaters. White goods can
contain ozone-depleting refrigerants, mercury or compressor oils that the federal Clean Air Act
prohibits from being released into the atmosphere. The Clean Air Act specifies that only
qualified technicians can extract refrigerants from white goods before they can be recycled. The
eligibility criteria for white goods are as follows:
• White goods must be located within a designated disaster area and be removed from an
eligible applicanYs improved property or ROW.
• White goods removal must be the legal responsibility of the applicant.
• White goods must be a result of the major disaster.
58. Work — Any and all obligations, duties and responsibilities, including furnishing equipment,
engineering, design, workmanship, labor and any other services or things necessary to the
successful completion of the Project, assigned to or undertaken by Consultant or Provider under
this Agreement.
IV. RESPONDENT QUALIFICATIONS
In this section, "ConsultanY' and "Provider" are used interchangeably and refer to the
Respondent(s) seleded for a contract award.
Respondent must be engaged in the business of providing disaster debris hauling and
monitoring for a minimum of five years within the last seven years.
Respondent must have the capacity to manage a large workforce and to carry the expenses
associated with a major recovery operation prior to the initial City payment and between
subsequent payments, as well as the capacity to provide the necessary bonds and insurance.
3. Respondent must have an established management team, an established network of resources
to provide the necessary equipment and personnel, comprehensive workforce management,
operations, and safety plans, and demonstrable experience in major disaster recovery cleanup
projects.
16
Respondent must be in good financial standing, not in any form of bankruptcy, current in
payment of all taxes and fees such as state franchise fees. The City reserves the right to request
a copy of vendor's audited or un-audited �nancial statement. When financial statements are
requested, the City will review the vendor's audited or un-audited financial statement to this
solicitation in accordance with Texas Government Code, Title 10, Subtitle D, Section 2156.007 to
evaluate the sufficiency of the vendor's financial resources and ability to perform the contract or
provide the service required in the solicitation. The City will be the sole judge in determining the
sufficiency of the vendor's financial resources and ability to perform the contract or provide the
service.
V. SAFETY
In this section, "ConsultanY' and "Provider" are used interchangeably and refer to the Respondent(s)
selected for a contract award.
1. Respondent must be thoroughly familiar with all prevailing safety measures pertinent to its
operation and shall meet or exceed those measures. This shall include, but not necessarily be
limited to Environmental Protection Agency (EPA) regulations, State of Texas regulations, local
city ordinances, and Occupational Safety and Health Agency (OSHA) regulations. In addition, the
Respondent shall be wholly responsible for instructing its employees in these safety measures
and seeing that they are fully complied with in every respect.
2. Respondent will provide all required safety signage, barricades, and flashers/strobes.
3. All employees and subcontractors shall follow all applicable safety procedures, safety training
certi�cation when required by federal or state law, have immediate access to all appropriate
safety equipment, and shall be trained in the use of that equipment.
4. All vehicles and equipment shall have proper safety signage, be fit for their intended purpose,
and meet all OSHA, and State of Texas requirements.
5. Contractors discovered working without necessary safety devices or equipment in place will be
required to stop all work in progress until adequate equipment has been obtained and approved
by to the City Debris Manager.
6. Any hazardous condition or any damage to City property is to be immediately reported to the
City's Emergency Operations Center.
7. Respondent will not permit unsafe practices which will be grounds for termination of the
contract.
VI. SCOPE OF WORK
In this section, "Consultant" and "Provider" are used interchangeably and refer to the
Respondent(s) seleded for a contract award.
17
i. Annua) Coordination Meetine
The successful Consultant or Provider(s) may be asked to attend an annual coordination meeting at
the City's facility at no additional cost to the City.
2. Descrintion of Desienated Areas
a. The designated area for debris removal (the City right-of-way) is comprised of the
incorporated areas for the City and includes public property and Right-of-Way (ROW),
City parks and City debris staging areas within the City may include private segments
within the jurisdictional boundaries of the City. City Debris Coordinators may also
authorize the Consultant or Provider to perfonn debris removal on non-City roadways
or other areas, as directed in writing.
b. City Debris Coordinators will authorize and approve which services the Consultant or
Provider shall provide from the scope of services and which zones/areas must be
prioritized.
c. All debris identified by the City Debris Coordinators shall be removed. The number of
complete passes the Consultant or Provider shall conduct through each City is at the
discretion of the City Debris Coordinators. Partial removal of debris piles is strictly
prohibited. The Consultant or Provider shall not move from one designated work area to
another designated worlc area without prior approval from the City or its authorized
representative. Any eligible debris, such as fallen trees, which extends onto the ROW
from private property, shall be cut at the point where it enters the ROW, and that part
of the debris which lies within the ROW shall be removed. The Consultant or Provider
shall not enter onto private property during the performance of this contract unless
specifically authorized by the City Debris Coordinators in writing.
Loose leaves and small debris shall be removed within the designated area. No debris
shall be left on the road surFace. No single piece of debris larger than three inches in any
dimension shall be left at the point of collection.
d. Consultant or Provider shall deliver all disaster related debris to the City approved
Temporary Debris Management Site (TDMS) or City approved Final Disposal Site that
has been approved to receive disaster-generated debris and adhere to all local, state
and federal regulations.
e. All Final Disposal Sites must be approved, in writing, by the City Debris Coordinators.
The Consultant or Provider will be responsible for the handling, reduction and final haul-
out and disposal of all reduced unreduced debris. TDMS operations and remediation
must comply with all local, state and federal safety and environmental standards. The
Consultant or Provider reduction, handling, disposal and remediation methods must be
approved, in writing, by the City Debris Coordinators.
f. Payment for disposal costs such as tipping fees incurred by the Consultant or Provider at
a City approved Final Disposal Site that meet local, state and federal regulations for
disposal will be reimbursed by the City as a pass-through cost. Prior to reimbursement
by the City, the Consultant or Provider must furnish electronic format scale/weight
18
tickets numbers with load ticket or haul out ticket numbers and other applicable
information. The Consultant or Provider will also be required to provide proof of
Consultant or Provider payment to the City approved Final Disposal Site.
�. The Consultant or Provider shall conduct the work so as not to interFere with the
disaster response and recovery activities of local, state and federal governments or
agencies, or of any public utilities.
h. The City reserves the right to inspect the TDMS, verify quantities and review operations
at any time.
3. Temporary Debris Manasement Sites
The Consultant or Provider is responsible for providing a sufficient number of TDMS to support the
event in which the contract is activated. The City has pre-identified potential TDMS for use during a
disaster, see attached figure 1. The proposed TDMS must be approved by the City. Depending on
the event, the City may provide the Consultant or Provider with TDMS locations within the City.
The cost associated with acquiring, preparing, leasing, renting, operating, and remediating land
used as TDMS in the City is a cost borne by the Consultant or Provider and compensated based on
the Consultant or Provider's bid for site management and reduction of debris.
The Consultant or Provider wili prepare and maintain the TDMS facility to accept and process all
eligible storm debris. Preparation and maintenance of facilities shall include the following:
a. Maintaining the TDMS approach and interior road(s) for all weather conditions for the
entire period of debris hauling, including provision of crushed concrete for any roads
that require stabilization for ingress and egress.
b. Ensuring only Consuitant or Provider vehicles and others specifically authorized by the
City will be allowed to use the TDMS.
c. P�oviding TDMS utilities which include but are not limited to water, lighting, and
portable toilets.
d. Providing traffic control which includes but is not limited to traffic cones and staff with
traffic flags.
e. Providing TDMS dust control and erosion control which includes but is not limited to an
operational water truck, silt fencing, and other best management practices.
f. Providing TDMS fire protection which includes but is not timited to an operational water
truck (sufficient and equipped for fire protection), fire breaks, and a site foreman.
g. Providing 24-hour site security for each TDMS.
h. Restoring the site to its original condition prior to site use. Site remediation includes
returning original site grade, sod, and other physical features and street sweeping any
paved areas. Site remediation also includes returning the site to its original condition as
verified through soil and groundwater samples. Site remediation does not include
restoring fencing, concession stands, lighting, and other permanent structures that may
19
have to be demolished at the Cit�s direction. The City may also establish designated
homeowner drop-off sites. The Consultant or Provider will be responsible for removing
all debris from those sites daily.
The Consultant or Providers Operations Manager will assign a Foreman to each TDMS,
who will be responsible for the management of all operations of the site, including
tra�c control, dumping operations, segregation of debris, grinding, fire protection, and
safety. The TDMS Foreman will be responsible for monitoring and documenting
equipment and labor time and providing the daily operational report to the Consultant
or Provider's Operation Manager, who will in turn provide this information to the City.
These daily reports must meet the requirements of FEMA or other reimbursement and
regulatory governmental agencies.
The Consultant or Provider will be responsible for returning all utilized TDMS to their
original condition prior to site use. TDMS remediation will include, but is not limited to,
returning the original site grade, fill dirt, base material, sod, and other physical features.
TDMS site remediation will also include returning all utilized sites to their original
condition as verified through soil and groundwater samples. TDMS remediation will
abide by all state and federal environmental regulatory requirements and is subject to
final approval by the County and the Texas Commission on Environmental Quality
(TCEQ). All debris, mulch, etc. is to be removed adequately; fill dirt and/or other base
material (if required) must meet standards for intended use; new sod or seeding must
meet standards for intended use.
4. Scope of Services
Under this contract, work shall consist of coordinating and mobilizing an appropriate number of
cleanup crews, as determined by the City Debris Coordinators. Work shall also include the clearing
and removing of any and all "Eligible" debris as most currently de�ned (at the time written notice to
proceed is issued to the Consultant or Provider) by the Public Assistance grant program guidelines,
Federa) Emergency Management Agency (FEMA) Publication 321— Public Assistance Policy Digest,
FEMA Publication 322 — Public Assistance Guide, FEMA Publication 323 — Public Assistance Applicant
Handbook, FEMA Publication 325 - Debris Management Guide, all applicable state and federal
Disaster Specific Guidance (DSG) documents, FEMA fact sheets and policies and as directed by the
City Debris Coordinators. Eligible also includes meeting any changes in definition, rules or
requirements regarding debris removal reimbursement as stipulated by FEMA during the course of a
debris removal project. The aforementioned definition of "eligible" applies to all uses throughout
Scope of Services items 1 through 16. Work will include: i) examining debris to determine whether
or not debris is eligible; 2) loading the debris; 3) hauling debris to City approved TDMS or City
approved Final Disposal Site(s); 4) reducing disaster related debris; 5) hauling reduced debris to a
City approved Final Disposal Site; and 6) disposing of reduced debris at a City approved Final
Disposal Site. Debris not defined as eligible by FEMA Publication 325 or state or federal DSGs or
policies will not be loaded, hauled or dumped under this contract unless written instructions are
given to the Consultant or Provider by the City Debris Coordinators. It shall be the Consultant or
Provider's responsibility to load, transport, reduce and properly dispose of any and all disaster
20
generated debris which is the result of the event under which the Consultant or Provider was issued
notice to proceed, unless otherwise directed by the City Debris Coordinators, in writing.
City personnel will complete the initial debris clearance for access from pubiic streets, including the
moving of debris to unblock a street. The City intends to perform debris clearance for access within
its own forces or under existing contracts between the City and local firms. However, in a significant
disaster, these resources may be insufficient to perform the clearance activities in a timely manner
and the Consultant or Provider may be directed to perform them.
After activation of the contract and after a preliminary damage assessment, the City and the
Consultant or Provider, together, will establish a schedule of events depending on the severity of
the disaster surrounding the City. This schedule of events shall include the dates for the:
• Last pass of the removal of public and/or private vegetative debris
• Last pass of the removal of construction and demolition debris
These last pass dates shall be very important to both the City and the Consultant or Provider
because of the liquidated damages that may be implemented, if the Consultant or Provider does not
meet these dates.
Scope of services under this contract includes, but is not limited to:
a. Emergency Road Clearance
Under this contract, work shall consist of all labor, equipment, fuel and associated costr
necessary to clear and remove debris from City roadways, to make them passable
immediately following a declared disaster. All roadways designated by the City Debris
Coordinators shall be clear and passable within 70 working hours of the Notice to
Proceed from the City to conduct emergency roadway clearance work. The City may
choose to extend the Consultant or Providers 70-hour limit through a written request.
This may include roadways in the City or other governmental agencies under the legal
responsibility of the City. Clearance of these roadways will be performed as identified by
the City Debris Coordinators. The Consultant or Provider shall assist the City and its
representatives in ensuring proper documentation of emergency road clearance
activities by documenting the type of equipment and/or labor utilized (i.e.,
certification), starting and ending times, and zones/areas worked.
b. ROW Vegetative Debris Removat
Under this contract, work shall consist of all labor, equipment, fuel, traffic control costs
and other associated costs necessary to pick up and transport disaster-related
vegetative debris existing on the City ROW to a City approved TDMS or an City approved
Final Disposal Site in accordance with all federal, state and local rules and regulations.
1. For the purposes of this contract, vegetative debris that is piled in immediate close
proximity to the street and is accessible from the street with loading equipment
(i.e., not behind a fence or other physical obstacle) will be removed.
2. Removal of vegetative debris existing in the City will be performed as identified by
the City Debris Coordinators.
21
3. Once the debris removal vehicle has been issued a load ticket from the City's
authorized representative, the debris removal vehicle will proceed immediately to a
City approved TDMS or a City approved Final Disposal Site. The debris removal
vehicle will not collect additional debris once a load ticket has been issued.
4. All debris will be removed from each location before proceeding to the next location
unless directed otherwise by the City or its authorized representative.
S. Entry onto private property for the removal of vegetative hazards will only be
permitted when directed by the City or its authorized representative. The City will
provide specific Right-of-Entry (ROE) legal and operational procedures.
6. The Consultant or Provider must provide traffic control as conditions require or as
directed by the City Debris Coordinators.
c. ROW C&D Debris Removal
Under this contact, work shall consist of all labor, equipment, fuel, traffic control costs
and other associated costs necessary to pick up and transport Construction and
Demolition (C&D) debris existing on the City ROW to a City approved TDMS of City
approved Final Disposal Site in accordance with all federal, state and local rules and
regulations.
1. For the purposes of this contract, C&D debris that is piled in immediate close
proximity to the street, and is accessible from the street with loading equipment
(i.e., not behind a fence or other physical obstacle) will be removed.
2. Removal of C&D debris existing in the City ROW will be performed as identified by
the City Debris Coordinators.
3. Once the debris removal vehicle has been issued a load ticket from the Cit�s
autho�ized representative, the debris removal vehicle will proceed immediately to a
City approved TDMS or a City approved Final Disposal Site. The debris removal
vehicle will not collect additional debris once a load ticket has been issued.
4. All debris will be removed from each location before proceeding to the next (ocation
unless directed otherwise by the City or its authorized representative.
5. Entry onto private property for the removal of C&D hazards will only be permitted
when directed by the City or its authorized representative. The City will provide
specific ROE legal and operational procedures.
6. The Consultant or Provider must provide traffic control as conditions require or
directed by the City Debris Coordinators.
d. Demolition, Removal, Transport and Disposal of Non-RACM Strudures
Under this contract, work shall consist of all labor, equipment, fuel, traffic control costs
and other associated costs necessary to decommission, demolish and dispose of Non-
Regulated Asbestos Containing Material (Non-RACM) structures on private property
within the jurisdidional limits of the City. Under this service, work will not include
Asbestos Containing Materia) (ACM) testing, decommissioning, structural demolition,
22
debris removal and site remediation as the City currently has a local contract in place for
asbestos remediation and abatement. Further, debris generated from the demolition of
Non-RACM structures, as well as scattered C&D debris on private property, will be
transported to a City approved Final Disposai Site in accordance with all federal, state
and local rules and regulations.
1. Decommissioning consists of the removal and disposal of all HHW, E-Scrap, White
Goods, and Waste Tires from a Non-RACM structure at a properly sanctioned facility
in accordance with all applicable federal, state and local rules and regulations.
2. Any structurally unsound and unsafe structures will be identified and presented to
the City for direction regarding decommissioning.
3. Removal and transportation of Non-RACM demolished structures and scattered
C&D debris on private property will be pe�formed as directed in writing by the City
Debris Coordinators.
4. Once the debris removal vehicle has been issued a load ticket from the Cit�s
authorized representative, the debris removal vehicle will proceed immediately to a
City approved Final Disposal Site. The debris removal vehicle will not collect
additional debris once a load ticket has been issued.
S. Entry onto private property for the removal of C&D hazards will only be permitted
when directed in writing by the City or its authorized representative. The City will
provide specific Right-of-Entry (ROE) legal and operational procedures for private
property debris removal programs if requested.
6. The Consultant or Provider is required to strictly adhere to any and all local, state
and federal regulatory requirements for the demolition, handling and transportation
of Non-RACM structures (such as obtaining demolition permits, etc.).
e. Demolition, Removal, Transport and Disposal of RACM Strudures
Under this contract, work shall consist of all labor, equipment, fuel, traffic control costs
and other associated costs necessary to decommission, demolish and dispose of RACM
structures on private property within the jurisdictional limits of the City. Under this
service, work will include ACM testing, decommissioning, structural demolition, debris
removal and site remediation. Further, debris generated from the demolition of
structures, as well as scattered C&D debris on private property, will be transported to a
City approved Final Disposal Site in accordance with all federal, state and local rules and
regulations.
i. Decommissioning consists of the removal and disposal of all HHW, E-Waste, White
Goods, and Waste Tires from a RACM structure at a properly sanctioned facility in
accordance with all applicable federal, state and local rules and regulations.
2. Any structurally unsound and unsafe structures will be identified and presented to
the City for direction regarding decommissioning.
23
3. Removal and transportation of RACM demolished structures and scattered C&D
debris on private property will be performed as directed in writing by the City Debris
Coordinators.
4. Once the debris removal vehicle has been issued a load ticket from the City's
authorized representative, the debris removal vehicle will proceed immediately to a
City approved Final Disposal Site that accepts RACM debris. The debris removal
vehicle will not collect additional debris once a load ticket has been issued.
5. Entry onto private property for the removal of C&D hazards will only be permitted
when directed in writing by the City or its authorized representative. The City will
provide specific ROE legal and operational procedures for private property debris
removal programs if requested.
6. The Consultant or Provider is required to strictly adhere to any and all local, state
and federal regulatory requirements for the demolition, handling and transportation
of RACM structures (such as obtaining demolition permits, burrito wrapping of
debris, etc.).
f. TDMS Management, Operations and Reduction Through Grinding
Under this contract, work shall consist of all labor, equipment, fuel, traffic control costs
and other associated costs necessary to manage and operate TDMS for the acceptance,
management, segregation, staging and reduction through grinding of disaster related
debris. Grinding must be approved by the City Debris Coordinators prior to
commencement of reduction activities. The TDMS layout and ingress and egress plan
must be approved by the City Debris Coordinators.
1. The management of TDMS includes assistance in obtaining necessary local, state
and federal permits or approval and operating in accordance with all rules and
regulations of local, state and federal regulatory agencies which may include, but
are not limited, to the U.S. Environmental Protection Agency (EPA) and TCEQ. The
Consultant or Provider shall also be responsible for any and all costr associated with
third-party groundwater and soil testing.
2. The Consultant or Provider is responsible for operating the TDMS in accordance
with Occupational Safety and Health Administration (OSHA), EPA and TCEQ
guidelines.
3. Debris at TDMS will be clearly segregated and managed independently by debris
type (C&D, vegetative debris, Household Hazardous Waste (HHW) etc.), program
(ROW collection, private property debris removal, etc.) and applicant(s).
4. All un-reduced storm debris must be staged separately from reduced debris at the
TDMS.
S. The Consultant or Provider is responsible for all associated costs necessary to
provide TDMS utilities such as, but not limited to, water, lighting and portable
toilets.
24
6. The Consultant or Provider is responsible for all associated costs necessary to
provide TDMS traffic control such as, but not limited to, trafFic cones and staff with
traffic flags.
7. The Consultant or Provider is responsible for all associated costs necessary to
provide TDMS dust control and erosion control such as, but not limited to, an
operational water truck, silt fencing and other best management practices (BMPs).
8. The Consultant or Provider is responsible for all associated costs necessary to
provide TDMS fire protection such as, but not limited to, an operational water truck
(sufficient and equipped for fire protection), fire breaks and a site foreman.
9. The Consultant or Provider is responsible for all associated costs necessary to
provide qualified personnel, as well as lined containers o� containment areas, for
the segregation of visible contaminants that may be mixed with disaster debris. The
Consultant or Provider is also responsible for all associated costs necessary for
contaminant disposal at a permitted Hazardous Waste Treatment, Storage and
Disposal Facility (TSDF), as requested by the City.
10. The Consultant or Provider is responsible for providing 24-hour TDMS security.
ii. The Consultant or Provider will only permit Consultant or Provider vehicles and
others specifically authorized by the City or its authorized representative on site(s).
12. The Consultant or Provider shall provide a tower(s) from which the City or its
authorized representative can make volumetric load calls. The tower(s) provided by
the Consultant or Provider will at a minimum meet the specifications provided in
the Technical Specifications of this RFP (See Section IV.4.H below.)
Upon completion of haul-out activities, the Consultant or Provider will be
responsible for remediating the physical features of the site to its original condition
prior to site use. Site remediation will include, but is not limited to, returning the
original site grade, sod, and other physical features and street sweeping any paved
areas. Site remediation does not include restoring fencing, concession stands,
lighting, and other permanent structures that may have been demolished at the
City's direction for TDMS operations. All debris, mulch, etc. is to be removed
adequately; fill dirt and/or other base material (if required) must meet standards for
intended use; new sod or seeding must meet standards for intended use. Site
remediation will also include returning all utilized sites to their original condition as
verified through soil and groundwater samples. Site remediation will abide by all
state and federal environmental regulatory requirements and is subjed to final
approval by the City and TCEQ.
g. TDMS Management, Operations and Redudion Through Air Curtain Incinerators
Under this contract, work shall consist of all labor, equipment, fuel, traffic control costs
and other associated costs necessary to manage and operate TDMS for the acceptance,
management, segregation, staging and reduction through an Air Curtain Incinerator
(ACI) of disaster related debris. ACI reduction must be approved by the City Debris
25
Coordinators, Division of Forestry, TCEQ and any other applicable regulatory agencies as
required prior to commencement of reduction activities. TDMS layout and ingress and
egress plan must be approved by the City Debris Coordinators.
1. The management of TDMS includes assistance in obtaining necessary local, state
and federal permits o� approval and operating in accordance with all rules and
regulations of local, state and federal regulatory agencies which may include, but
are not limited, to EPA and TCEQ. The Consultant or Provider shall also be
responsible any and all costs associated with third-party groundwater and soil
testing.
2. The Consultant or Provider is responsible for operating the TDMS in accordance
with OSHA, EPA and TCEQ guidelines.
3. Debris at TDMS will be clearly segregated and managed independently by debris
type (C&D, vegetative debris, Household Hazardous Waste (HHW) etc.), program
(ROW collection, private property debris removal, etc.) and applicant(s).
4. All un-reduced storm debris must be staged separately from reduced debris at the
TDMS.
S. The Consultant or Provider is responsible for all associated costs necessary to
provide TDMS utilities such as, but not limited to, water, lighting and portable
toilets.
6. The Consultant or Provider is responsible for all associated costs necessary to
provide TDMS traffic control such as, but not limited to, traffic cones and staff with
traffic flags.
7. The Consultant or Provider is responsible for all associated costs necessary to
provide TDMS dust control and erosion control such as, but not limited to, an
operational water truck, silt fencing and other BMPs.
8. The Consultant or Provider is responsible for all associated costs necessary to
provide TDMS �re protection such as, but not limited to, an operational wate� truck
(sufficient and equipped for fire protection), fire breaks and a site foreman.
9. The Consultant or Provider is responsible for providing 24-hour TDMS security and
fire watch.
10. The Consultant or Provider will only permit Consultant or Provider vehicles and
others specifically authorized by the City or its authorized representative on site(s�.
11. The Consultant or Provider shall provide a tower(s) from which the City or its
authorized representative can make volumetric load calls. The tower(s) provided by
the Consultant or Provider will at a minimum meet the specifications provided in
Section IV.4.H below.
26
12. The Consultant or Provider is responsible for all associated costs necessary to test
residual ash from processing for arsenic and other Volatile Organic Compounds
(VOCs) as deemed necessary based on TDMS operations.
Upon completion of haul-out activities, the Consultant or Provider will be
responsible for remediating the site to its original condition prior to site use. Slte
remediation will include, but is not limited to, returning the original site grade, sod,
and other physical features and street sweeping any paved areas. Site remediation
does not include restoring fencing, concession stands, lighting, and other
permanent structures that may have been demolished at the City's direction for
TDMS operations. All debris, mulch, etc. is to be removed adequately; fill dirt and/or
other base material (if required) must meet standards for intended use; new sod or
seeding must meet standards for intended use. Site remediation will also include
returning all utilized sites to their original condition as ve�ified through soil and
groundwater samples. Site remediation will abide by all state and federal
environmental regulatory requirements and is subject to final approval by the City
and TCEQ.
h. Inspection Towers
As directed by the City, the Consultant/Provider shall provide an inspection tower at
each Debris Management Site (DMS) and disposal site, as described below or approved
equivalent. The tower shall be of sound construction. The inspection tower shall comply
with standard OSHA requirements and local codes, withstand a 45 mph wind load,
provide adequate height to enable inspectors to view over the protective rail down into
the loaded debris hauling containers, and have a minimum covered working area of 8
feet X 12 feet. The tower is for the purpose of the City/Monitor viewing and grading
loads. FEMA and the state emergency management agency may occupy the tower at
their discretion for QA/QC purposes. Others may use the inspector tower to view loads
under special circumstances. If the inspection tower does not allow for full view of the
entire waste hauling vehicle, load ratings will be based on the portion of the vehicle
visible from the tower.
i. TDMS Management, Operations and Redudion Through Controlled Open Burning
Under this contract, work shall consist of all labor, equipment, fuel, traffic control costs
and other associated costs necessary to manage and operate TDMS for the acceptance,
management, segregation, staging and reduction through controlled open air burning of
disaster related debris. Controlled open air burning must be approved by the City Debris
Coordinators, City Fire Marshal, Texas Forest Service, TCEQ and any other applicable
regulatory agencies as required prior to commencement of reduction activities. TDMS
layout and ingress and egress plan must be approved by the City Debris Coordinators.
1. The management of TDMS includes assistance in obtaining necessary local, state
and federal permits or approval and operating in accordance with all rules and
regulations of local, state and federal regulatory agencies which may include, but
are not limited, to EPA and TCEQ. The Consultant or Provider shall also be
27
responsible for any and all costs associated with third-party groundwater and soil
testing.
2. The Consultant or Provider is responsible for operating the TDMS in accordance
with OSHA, EPA and TCEQ guidelines.
3. Debris at TDMS will be clearly segregated and managed independently by debris
type (C&D, vegetative debris, Household Hazardous Waste (HHW) etc.), program
(ROW collection, private property debris removal, etc.) and applicant(s).
4. All un-reduced storm debris must be staged separately from reduced debris at the
TDMS.
S. The Consultant or Provider is responsible for all associated costs necessary to
provide TDMS utilities such as, but not limited to, water, lighting and portable
toilets.
6. The Consultant or Provider is responsible for all associated costs necessary to
provide TDMS traffic control such as, but not limited to, traffic cones and staff with
traffic flags.
7. The Consultant or Provider is responsible for all associated costs necessary to
provide TDMS dust control and erosion control such as, but not limited to, an
operational water truck, silt fencing and other BMPs.
8. The Consultant or Provider is responsible for all associated costs necessary to
provide TDMS fire protection such as, but not limited to, an operational water truck
(sufficient and equipped for fire protection), fire breaks and a site foreman.
9. The Consultant or Provider is responsible for all associated costs necessary to
provide qualified personnel, as well as lined containers or containment areas, for
the segregation of visible HHW/contaminants that may be mixed with disaster
debris. The Consultant or Provider is also responsible for all associated costs
necessary for HHW/contaminant disposal at a permitted TSDF, as requested by the
Gty. The cost associated with qualified personnel and lined containers/containment
areas for HHW/contaminant segregation, as well as HHW/contaminant disposal
from TDMS locations, is a cost reflected in this scope of services item 13. Depending
on the volume of HHW per TDMS location, the City may choose to collect and
dispose of HHW segregated from disaster debris at TDMS locations.
10. The Consultant or Provider is responsible for providing 24-hour TDMS security and
fire watch.
11. The Consultant or Provider will only permit Consultant or Provider vehicles and
others specifically authorized by the City or its authorized representative on site(s).
12. The Consultant or Provider shall provide a tower(s) from which the City or its
authorized representative can make volumetric load calls. The tower(s) provided by
28
the Consultant or Provider will at a minimum meet the speci�cations provided in
this RFP.
13. The Consultant or Provider is responsible fo� all associated costs necessary to test
residual ash from processing for arsenic and other VOCs as deemed necessary based
on TDMS operations.
14. Upon completion of haul-out activities, the Consultant or Provider will be
responsible for remediating the site to its original condition prior to site use. Site
remediation will include, but is not limited to, returning the original site grade, sod,
and other physical features. Site remediation does not include restoring fencing,
concession stands, lighting, and other permanent structures that may have been
demolished at the Cit�s direction for TDMS operations. All debris, mulch, etc. is to
be removed adequately; fill dirt and/or other base material (if required) must meet
standards for intended use; new sod or seeding must meet standards for intended
use. Site remediation will also include returning all utilized sites to their original
condition as verified through soil and groundwater samples. Site remediation will
abide by all state and fede�al environmental regulatory requirements and is subject
to final approval by the City and TCEQ.
j. Haul-0ut of Reduced Deb�is to a City Approved Final Disposal Site
Under this contract, work shall consist of all labor, equipment, fuel, traffic control costs
and associated costs necessary to load and transport reduced material such as ash,
compacted C&D or mulch existing at a City approved TDMS to a City approved Final
Disposal Site in accordance with all federal, state and local rules and regulations. The
Consultant or Provider shall not receive any payment from the City for haul-out or load
tickets related to reduced or un-reduced debris transported and disposed of at a non-
City approved Final Disposal Site.
k. Removal of Hazardous Leaning Trees and Hanging Limbs Under this contract, work shall
consist of all labor, equipment, fuel, traffic control costs and other associated costs
necessary to remove all hazardous trees six inches or greater in diameter, measured
four-and-a-half feet from the base of the tree and hazardous hanging limbs two inches
or greater in diameter when measured at the break existing on the City ROW. Debris
generated from the removal of hazardous trees and hanging limbs two inches or greater
existing in the City ROW will be placed in the safest possible location on the City ROW
and subsequently removed. Hazardous leaning trees less than six inches in diameter,
measured four-and-a-half feet from the base of the tree, will be flush cut, loaded and
removed. The City will not compensate the Consultant or Provider for cutting leaning
trees less than six inches in diameter on a unit rate basis. The collection of all hazardous
leaning trees and hazardous hanging limbs must be performed on the same day as the
cut work. If there is insufficient room for safe placement along the City ROW then the
Consultant or Provider must load the resulting debris as hazardous leaning tree or
hazardous hanging limbs as they are removed.
1. Hazardous trees will be identified by the City or its authorized representative for
removal. Removal and placement of hazardous trees six inches or greater in
29
diameter existing on the City ROW or private property will be performed as
identified by the City Debris Coordinators. All disaster specific eligibility guidelines
regarding size and diameter of leaning trees will be communicated to the Consultant
or Provider, in writing, by the City Debris Coordinators. In order for leaning or
hazardous trees to be removed and eligible for reimbursement, the tree must
satisfy a minimum of one of the following requirements:
The tree is leaning in excess of 30 degrees ln a direction that poses an
immediate threat to pubiic health, welfare and safety.
ii. The tree is dead, twisted or mangled as a direct result of the storm and a
certified Arborist can attest to the fact that the tree will die, and potentially
create a falling hazard to the public.
iii. Over fifty percent (5096) of the tree crown is damaged or broken and heartwood
is exposed.
iv. The tree has a split trunk that exposes heartwood.
2. Removal and placement of hazardous hanging limbs two inches or greater in
diameter existing on the City ROW or private property will be performed as
identified by the City Debris Coordinators. All disaster specific eligibility guidelines
regarding size and diameter of limbs will be communicated to the Consultant or
Provider, in writing, by the City Debris Coordinators. In order for hanging limbs to be
removed and eligible for payment, the limb must satisfy all of the following
requirements:
i. The limb is greater than two inches in diameter.
ii. The limb is still hanging in a tree and threatening a public-use area.
iii. The limb is located on improved public property.
I. Removal of Hazardous Stumps
Under this contract, work shall consist of all labor, equipment, fuel, traffic control costs
and other associated costs necessary to remove hazardous uprooted stumps greater
than 24 inches in diameter, measured 24 inches from the base of the tree existing on
the City ROW. Further, debris generated from the removal of uprooted stumps existing
on the City ROW will be transported to a City approved TDMS or a City approved Final
Disposal Site in accordance with all federal, state and local rules and regulations.
Hazardous stumps measured 24 inches from the base of the tree and 24 inches or less in
diameter will be considered normal vegetative debris and removed in accordance with
scope of services item 2. The diameter of stumps less than 24 inches will be converted
into a cubic yardage volume based on the most current version of Public Assistance
Program and Policy Guide, FEMA, FP 104-009-2, Stump Conversion Table.
When specialized equipment is required for loading and hauling of stumps 2 feet in
diameter or greater with no extraction required, payment will be on a per stump basis
30
utilizing the unit price of vegetative debris and the cubic yard quantity shall be derived
from the stump conversion table in the most current version of Public Assistance
Program and Policy Guide, FEMA, FP 104-009-2, Stump Conversion Table.
1. Hazardous stumps will be identi�ed by the City or its authorized representative for
removal. Removal and transportation of hazardous uprooted stumps existing on the
City ROW or private property will be performed as identified by the City Debris
Coordinators. All disaster specific eligibility guidelines regarding size and diameter of
hazardous stumps will be communicated to the Consultant or Provider, in writing,
by the City Debris Coordinators. In order for hazardous stumps to be removed and
eligible for reimbursement, the stump must satisfy the following criteria:
i. Fifty percent (50 %) or more of the root ball is exposed.
ii. The stump is on City ROW and poses an immediate threat to public health,
safety or welfare.
Tree stumps that are not attached to the ground will be considered normal vegetative
debris and subject to removal under the terms and conditions of scope of services item
2. Stumps with less than 50 percent (50 96) of the root ball exposed shall be flush cut to
the ground. The stump portion of the tree will not be removed but the residual debris
(i.e. tree trunk) will be removed under the terms and conditions of this RFP. The cubic
yard volume of unattached stumps will be based off of the diameter conversion using
the published FEMA stump conversion table. The City or its authorized representative
will measure and certify all eligible stumps prior to removal.
m. Sand, Silt, and Debris Removal from Detention/Retention Strudure
Under this element, work shall consist of all labor, equipment, fuel, traffic control costs,
and other associated costs necessary to collect sand, silt, and debris from City
detention/retention structures and transport to a City approved final disposal site in
accordance with all federal, state, and local rules and regulations.
1. For the purposes of this element, sand, silt, and debris existing in City
detention/retention structures will be removed to a depth designated by the City or
the City's authorized representative.
2. Once the debris removal vehicle has been issued a load ticket from the Cit�/s
authorized representative, the debris removal vehicle will proceed immediately to a
City approved final disposal site. The debris removal vehicle will not collect
additional debris once a load ticket has been issued.
n. Household Hazardous Waste Removal Transport and Disposal
Under this contract, work shall consist of all labor, equipment, fuel, traffic control costs
and other associated costs necessary for the removal, transportation and disposal of
HHW from the ROW to the TDMS.
1. The removal, transportation and disposal of HHW includes obtaining all necessary
local, state and federal handling permits and operating in accordance with all rules
and regulations of local, state and federal regulatory agencies.
31
2. All HHW shail be managed as hazardous waste and disposed of at a permitted TSDF
or acceptable recycling facility. The facility for recycling or final disposal site must be
approved in writing by the City.
o. ROW White Goods Debris Removal
Under this contract, work shall consist of all labor, equipment, fuel, traffic control costs
and other associated costs necessary for the collection of white goods from the ROW,
removal of refrigerants, transportation to a City approved TDMS, decontamination, and
transportation to a City approved facility for recycling or final disposal. The facility for
recycling or final disposal site must be approved in writing by the City. White goods
containing refrigerants must first have such refrigerants removed by the Consultant or
Provider's qualified technicians prior to mechanical loading.
White goods can be collected without first having refrigerants removed if the white
goods are manually placed into a hauling vehicle with lifting equipment so that the
elements containing refrigerants are not damaged.
i. The removal, transportation, and recycling or final disposal of white goods includes
obtaining all necessary local, state and federal handling permits and operating in
accordance with all rules and regulations of local, state and federal regulatory
agencies.
2. All white goods containing food items shall be decontaminated in accordance with
local, state and federal law prior to recycling.
3. The Consultant or Provider shall recycle or dispose of all white goods in accordance
with all rules and regulations of local, State and federal regulatory agencies.
4. Refrigerant containing items will have such refrigerants removed prior to
mechanical loading or will be manually loaded and hauled to a City approved TDMS
for refrigerant removal by the Consultant or Provider's qualified technicians.
p. Dead Animal Carcasses
Under this element, work shall consist of all labor, equipment, fuel, traffic control costs
and other associated costs necessary for the removal, transportation, and lawful
disposal of dead animal carcasses from the ROW to a City approved Final Disposal Site.
The Consultant or Provider shall coordinate activities the City and appropriate state
agencies, if needed.
Disposal of anima) carcasses must be compliant with the Texas Department of
Agriculture and TCEQ rules for handling, solid waste, and air quality. The contractor
shall coordinate directly with our Animal Services department in determining
appropriate actions for the disposal.
q. Other Debris Removal Work
Neither the Consultant or Provider nor any subConsultant/Providers shall solicit work
from private citizens or others to be performed in the designated work areas during the
term of this agreement. The City reserves the right to require the Consultant or Provide�
to dismiss or remove from the project any workers as the City sees necessary. Any
debris removal vehicles dismissed from the project must have their issued placard
removed and destroyed.
32
EXHIBIT B
REQUIRED FORMS CONTINUFD
Document 0043 5
DOCUMENT 00435, REQUIRED BYALL PROPOSERS WHO WILL RECEIVE
FEDERAL FUNDS IN PAYMENT OF PROCUREMENT.
PROPOSER'S CERTIFICATION REGARDING DEBARMENT, SUSPENSION,
INELIGIBILITYAND VOLUNTARY EXCLUSION (49 CFR PART 29)
The undersigned certifies, by submission of this proposal or acceptance of this
contract, that neither Contractor nor its principals is presently debarred, suspended
proposed for debarment, declared ineligible, or voluntary excluded from participation
in this transaction by any Federal department or agency. Proposer agrees that by
submitting this proposal that Proposer will include this clause without modifcation
in all lower tier transactions, solicitations, proposals, contracts, and subcontracts.
Where the Proposer or any lower tier participant is unable to certify to this statement,
that participant shall attach an explanation to this document.
Certifcation-the above information is true and complete to the best of
my knowledge and belief.
Tia Laurie
(Printed or typed Name of Signatory)
(Signature)
October 28, 2024
(Date)
NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001
END OF DOCUMENT 00435-FAA
THIS DOCLIMENT MUST HE COMPLETED, SIGNED, AND SUSMITTED
WITH EACH PROPOSAL.
�. �
NO GOVERNMENT OBLIGATION TO THIRD PARTIES
The Owner and Contractor acknowledge and agree that, notwithstanding any concurrence by the
Federal Government in or approval of the solicitation or award of the underlying contract,
absent the express written consent by the Federal Government, the Federal Government is not
a party to this contract and shall not be subject to any obligations or liabilities to the Owner,
Contractor, or any other party (whether or not a party to that contract) pertaining to any matter
resulting from the underlying contract.
It is further agreed that the clause shall not be modified, except to identify the subcontractor who will
be subject to its provisions.
Tia Laurie
(printed name of signatory)
October 28, 2024 � L` �"
(signature and date)
THIS DOCUMENT MUST BE COMPLETED, SIGNED, AND SUBMITTED
WITH EACH PROPOSAL.
p. 2
PROGRAM FR.AUD AND FALSE OR FR.AUDULENT
STATEMENTS AND RELATED ACTS
31 U.S.C. 3801 et s eq.
Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986,
as amended, 31 U.S.C. § 3801 et seq., "Administrative Remedies for False Claims and Statements,"
apply to its actions pertaining to this Project. Upon execution of the underlying contract, the
Contractor certifes or affirms the truthfulness and accuracy of any statement it has made, it makes, it
may make, or causes to be made, pertaining to the underlying contract for which this contract work is
being performed. In addition to other penalties that may be applicable, the Contractor further
acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent claim,
statement, submission, or certification, the Federal Government reserves the right to impose the
penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the
Federal Government deems appropriate.
Tia Laurie
(printed name of signatory)
October 28, 2024 aC�� �
(signature and date)
THIS DOCl]MENT MUST BE COMPLETED, SIGNED, AND SUBMITTED
WITH EACH PROPOSAL.
¢. 3
ACCESS TO RECORDS AND REPORTS
The following access to records requirements apply to this contract:
(1) The contractor agrees to provide (insert name of state agency or local or Indian tribal
government), (insert name of recipient), the FEMA Administrator, the Comptroller General of the
United States, or any of their authorized representatives access to any books, documents, papers,
and records of the Contractor which are directly pertinent to this contract for the purposes of
making audits, examinations, excerpts, and transcriptions.
(2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed.
(3) The contractor agrees to provide the FEMA Administrator or his authorized
representatives access to construction or other work sites pertaining to the work being
co�npleted under the contract."
Tia Laurie
(printed name of signatory)
October 28, 2024
(signature and date)
THIS DOCUMENT MUST BE COMPLETED, SIGNED, AND SUBIV�€ITTED
WITH EACH PROPOSAL
p. 4
EQUAL EMPLOYMENT OPPORTUNITY
29 CFR Part 1630, 41 CFR Parts fr0 et s eq.
During the performance of this contract, the contractor agrees as follows:
(1) The contractor will not discriminate against any employee or applicant for employment because
of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure
that applicants are employed, and that employees are treated during employment without
regard to their race, color, religion, sex, or national origin. Such action shall include, but not be
limited to the following: Employment, upgcading, demotion, or transfer; recruitment or
cecruitment advertising; layoff or termination; rates of pay or other forms of compensation; and
selection for training, including apprenticeship.
The contractor agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided setting forth the provisions of this nondiscrimination clause.
(2) The contractor will, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, state that all qualified applicants will receive considerations for
employment without regard to race, color, religion, sex, or national origin.
(3) The contractor will send to each labor union oc representative of workers with which he has a
collective bargaining agreement or other contract or understanding, a notice to be provided
advising the said labor union or workers' representatives of the
contcactor's commitments under this section, and shall post copies of the notice in conspicuous
places available to employees and applicants for employment.
(4) The contractor will comply with all provisions of Executive Order 11246 of September 24,1965, and of the
rules, regulations, and relevant orders of the Secretary of Labor.
(5) The contractor will furnish all information and reports required by Executive Order 11246 of
September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant
thereto, and will permit access to his books, records, and accounts by the administering
agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such
rules, regulations, and orders.
(6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this
contract or with any of the said rules, regulations, or orders, this contract may be canceled,
terminated, or suspended in whole or in part and the contractor may be declared ineligible for
further Government contracts or federally assisted construction contracts in accordance with
procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as
may be imposed and remedies invoked as provided in, Executive Order 11246 of September 24,
1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by
law.
CONTINUED NEXT PAGE
p. 5
EQUAL EMPLOYMENT OPPORTUNITY
29 CFR Part 1630, 41 CFR Parts 60 et s eq.
C�NT�NUED
(7) The contractor will include the portion of the sentence immediately preceding paragraph
(1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless
exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of
Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each
subcontractor or vendor. The contractor will take such action with respect to any subcontract or
purchase order as the administering agency may
direct as a means of enforcing such provisions, including sanctions for noncompliance:
Provided, however, that in the event a contractor becomes involved in, or is threatened with,
litigation with a subcontractor or vendor as a result of such direction by the administering
agency the contractor may request the United States to enter into such litigation to protect the
interests of the United States."
Tia Laurie October 28, 2024 � �y
(printed name of signatory) (signature and date)
THIS DOCI.IMENT MUST BE COMPLETED, SIGNED, AND SUBMITTED
WITH EACH PROPOSAL
p. 6
GOVERNMENT-WIDE SUSPENSION AND DEBARMENT
By signing and submitting its bid or proposal, the bidder or proposer agrees to comply with the
following:
(1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000.
As such the contractor is required to verify that none of the contractor, its principals
(defined at 2 C.F.R. § 180.995), or its affiliates
(defned at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified
(defined at 2 C.F.R. § 180.935).
(2) The contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart
C and must include a requirement to comply with these regulations in any lower tier
covered transaction it enters into.
(3) This certifcation is a material representation of fact re lie d upon by (insert n me of
subrecipient). If it is later determined that the contractor did not comply with 2 C.F.R. pt. 180,
subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to (name of state
agency serving a s recipient and name of subrecipient), the Federal Government may pursue
available remedies, including but not limited to suspension and/or debarment.
(4) The bid r or proposer agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart
C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and tluoughout the period of
any contract that may arise from this offer. The bidder or proposer further agrees to include
a provision requiring such compliance in its lower tie r cove red transactions.
Tia Laurie
name of signatory)
(printed
October 28, 2024 C� �� (signature
and date)
THIS DOCUMENT MUST BE COMPLETED, SIGNED, AND SUBMITTED
WITH EACH PROPOSAL
p. 7
CONTRACT WORK HOURS AND S AFETY STANDARDS ACT 29
CFR § 5 .5 (b)
(1) Overtime requirements - No contractor or subcontractor contracting for any part of the
contract work which may require or involve the employment of laborers or mechanics shall
re quire or permit any such laborer or mechanic in any workweek in which he or she is
employed on such work to work in excess of forty hours in such work wee k unless such
laborer or mechanic receives compensation a t a rate not le ss than one and one-half times
the basic rate of pa y for all hours worked in excess of forty hours in such workweek.
(2) Violation; liability for unpaid wages; liquidated damages -. In the event of any violation of
the clause set forth in paragraph (1) of this section the contractor and any subcontractor
responsible therefor shall be liable for the unpaid wages. In addition, such contractor and
subcontractor shall be liable to the United States for liquidated damages. Such liyuidated
damages shall be computed with respect to each individual laborer or mechanic, including
watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this
section, in the sum of $10 for each calendar day on which such individua I was required or
permitted to work in excess of the standard work wee k of forty hours without payment of
the overtime wages required by the clause set forth in paragraph (1) of this section.
(3) Withholding for unpaid wages and liquidated damages — The Owner shall, upon its
own action or upon written request of an authorized representative of the Department of
Labor, withhold or ca use to be withheld, from any moneys payable on account of work
performed by the contractor or subcontractor under any such contract or any other
Federal contract with the same prime contractor, or any other federally-assisted
contract subject to the Contract Work Hours and Safety Standards Act, which is held by
the same prime contractor, such sums as may be determined to be necessary to satisfy
any liabilities of such contractor or subcontractor for unpaid wages and liquidated
damages as provided in the clause set forth in paragraph (2) of this section.
CONTINUED NEXT PAGE
�. s
C�NTRACT WaRK HOURS AND S AFETY STANDARDS ACT 29
CFR § 5 .5 (b)
CONTiNUED
(4) Subcontracts - Contractor or subcontcactor shall insert in any subcontracts the clauses set
forth in paragraphs (1) through (4) of this section and also a clause requiring the
subcontractors to include these clause s in any lower tie r subcontracts. The prime contractor
shall be responsible for compliance by any subcontractor or lower tie r subcontractor with
the c(auses set forth in paragraphs (1) through (4) of this section.
Tia Laurie
(printed name of signatory)
October 28, 2024 G�- ��''��
(signature and date)
THIS DOCUMENT MUST BE COMPLETED, SIGNED, AND SUBMITTED
WITH EACH PROPOSAL
p. 9
DAVIS BACON ACT AND COPELAND ANTI-KICKBACK ACT
1. Contractor. The contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the
requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into
this contract.
2. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clause
above and such other clauses as the FEMA may by appropriate instructions reyuire, and also a
clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The
prime contractor shall be responsible for the compliance by any subcontractor or lower tier
subcontractor with all of these contract clauses.
3.' Breach. A breach of the contract clauses above may be grounds for termination of the
contract, and for debarment as a contractor and subcontractor as provided in 29
C.F.R. § 5.12."
Tia Laurie
(Printed Name of Signatory)
October 28, 2024 QC
(Signature and Date)
THIS DOCUMENT MUST BE COMPLETED, SIGNED, AND SUBMITTED
WITH EACH PR�POSAL
p. 10
LOBBYING
Bvrd Anti-LobbvingAmendment, 3 1 U.S.C. § 13 5 2(as amendedl
Contractors who apply or bid for an award of $100,000 or more shall file the required certification.
Each tier certifes to the tie or above that it will not and has not used Federal appropriated funds to
pay any person or organization for influencing or attempting to influence an officer or employee of
any agency, a member of Congress, o�cer or employee of Congress, or an employee of a member
of Congress in connection with obtaining any Federal contract, grant, or any other award covered
by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-Federal funds that takes
place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to
tear up to the recipient.
APPENDIX A. 4 4 C. F. R. PART 18 — CERTIFICATION REGARDING LOBYING
Certification for Contracts, Grants, Loans, and Cooperative Agreements
(To be submitted with e ach bid or offer exceeding $100,000)
The undersigned Contractor certifies, to the best of his or her knowledge, that:
1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the
undersigned, to any person for influencing or attempting to influence an of�cer or employee of
an agency, a Member of Congress, an officer or employee of Congress, or an employee of a
Member of Congress in connection with the awarding of any Federal contract, the making
of any Federal grant, the making of any Federal loan, the entering into of any cooperative
agreement, and the extension, continuation, renewal, amendment, or modification of any
Federal contract, grant, loan, or cooperative agreement.
2) If any funds other than Federal appropriated funds have been paid or will be paid to any person
for influencing or attempting to influence an off cer or employee of any agency, a Member
of Congress, an officer or employee of Congress, or an employee of a Member of Congress
in connection with this Federal contract, grant, loan, or cooperative agreement, the
undersigned shall complete and submit Standard Form - LLL, "Disclosure Form to Report
Lobbying," in accordance with its instructions.
3) The undersigned shall reyuire that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts, subgrants and contracts
under grants, loans, and cooperative agreements) and that all subrecipients shall certify and
disclose accordingly.
CONTINUED NEXT PAGE
�. i i
LaBBYFNG
C�NTINC]ED
This certifcation is a material representation of fact upon which reliance was placed when this
transaction was made or entered into. Submission of this certifcation is a prerequisite for making or
entering into this transaction imposed by 31, U.S.C. §(as amended by the Lobbying Disclosure Act
of 1995). Any person who fails to the required certification shall be subject to a civil penalty of not
less than $10,000 and not more than $100,000 for each such failure.
Ceres Environmental
The Contractor, Services, Inc. , certifies or affirms the truthfulness and accuracy of
each statement of its certification and disclosure, if any. In addition, Contractor understands and
agrees that the provisions of 31 U.S.C. § 3801 et seq apply to this certification and disclosure, if any.
Executed this 28th day of October , 20 24
BY � rl �/` �
Signature of
Tia Laurie
Authorized Official
Printed Name of Bidder/Contractor /Subcontractor's Authorized O�cial
Corporate Secretary
Title of Authorized Official
THIS DOCllMENT MUST BE COIv#PLETED, SIGNED, AN� SUBMITTED
WITH EACH PROPOSAL
p. 12
CLEAN AIR
42 U.S.C. § 7401 et s eq.
Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the
Clean Air Act, as amended, 42 U.S.C. §§ 7401 et sea. The Contractor agrees to report each violation
to the Owner and understands and agrees that the Owner will, in turn, report each violation as required
to assure noti�cation to the State of Texas, Federal Emergency Management Agency, and the
appropriate Environmental Protection Agency Regional Office.
Contractor also agrees to include these requirements in each subcontract exceeding
$150,000 financed in whole or in part with Federal assistance provided by FEMA.
Tia Laurie
(printed name of signatory)
�
October 28, 2024 �it�li(�-
(signature and date)
CLEAN WATER REQUIREMENTS
33 U.S.C. 1251 e t s eq.
Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to
the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. Contractor agrees to
report each violation to the Owner and understands and agrees that the Owner will, in turn, report
each violation as required to assure notification to the State of Texas, Federal Emergency
Management Agency, and the appropriate Environmental Protection Agency Regional Offce.
Contractor also agrees to include these requirements in each subcontract exceeding $150,000
financed in whole or in part with Federal assistance provide d by FEMA.
Tia Laurie
(printed name of signatory)
October 28, 2024 Li (�-
(signature and date)
THIS DOCUMENT MUST BE COMPLETED, SIGNED, AND SUBMITTED WITH EACH PROPOSAL
p. 13
PROCUREMENT OF
RECOVERED MATERIALS
42 U.S.C. 6952
(1) In the performance of this contract, the Contractor shall make maximum use of products
containing recovered materials that are EPA- designated items unless the product cannot be
acquired—
(i) Competitively within a time frame providing for compliance with the contract
perfoi�nance schedule;
(ii) Meeting conh•act performance requirements; or
(iii)At a reasonable price.
(2) Information about this requirement, along with the list of EPA-designate items, is available at
EPA's Comprehensive Procurement Guidelines web site,
htt� s://www.epa. ovlsmmlcomprehensive-�rocurement-guideline-cpgpro rg am.
Tia Laurie
(printed name of signatory)
.
October 28, 2024 Gt �G�--
(signature and date)
DEPARTMENT OF HOMELAND SECURITY SEAL,
LOGO, AND FLAGS
The contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS
agency officials without specific FEMA pre-approval.
Tia Laurie
(printed name of signatory)
October 28, 2024 �iG(
(signature and date) �
THiS DOCUMENT MUST BE COMPLETED, SIGNED, AND�SUBMITTED WITH E�ACH PROPOSAL
p. I4
COMPLIANCE WITH FEDERAL LAW,
REGULATI4NS, AND EXECU�TIVE �RI�ERS
This is an acknowledgment that FEMA fnancial assistance wi(1 be used to fund the contract only.
The contractor will comply will all applicable federal law, regulations, executive orders, FEMA
policies, procedures, and directives.
Tia Laurie
(printed name of signatory)
October 28, 2024 lil�--�
(signature and date)
TH[S DOCi]MENT MUST BE COMPLETED, SIGNED, AND SllBMITTED WITH EACH PROPOSAL
p. 15
E-VERIFY PROGRAM
The Contractor shall utilize the U.S. Department of Homeland Security's E-Verify system, in
accordance with the terms governing use of the system, to verify the employment eligibility of
all new employees hired by the Contractor during the term of the Contract. In addition,
Contractor shall require any subcontractors performing work or providing services pursuant to
the Contract to verify the employment eligibility of all new employees hired by the subcontractor
during the term of the Contract. The Contractor shall provide to the City, within thirty (30) days
of the effective date of this Contract, documentation of such enrollment in the form of a copy of
the E-Verify "Edit Company Profile" screen", which contains proof of enrollment in the E-
Verify Program (this page can be accessed from the "Edit Company Profle" link on the left
navigation menu of the E-Verify employer's homepage). Contractor further agrees that it will
require each subcontractor that performs work under this Contract to enroll and participate in the
E-Verify Program on the same terms as Contractor. Contractor shall obtain from its
subcontractor(s) a copy of the "Edit Company Profile" screen indicating enrollment in the E-
Verify Program and make such record(s) available to the Owner upon reyuest.
Company Name: Ceres Environmental Services, Inc. Printed
Name of Company Representative: Tia Laurie
Signature: � i �
lit
Title: Corporate Secretary
Date: October 28, 2024
BID / RFP Number: RFP 25-18100-TF
THIS DOCUMENT MUST BE COMPLETED, SIGNED, WITH EACH PROPOSAL
p. I fi
City of Lubbock, TX
Purchasing and Contract Management
Vendor Acknowledgement Form
The City of Lubbock reserves the right to accept or reject any and all.
The City of Lubbock Charter states that no officer or employee of the City can beneft from any contract,
job, work or service for the municipality or be interested in the sale to the City of any supplies, equipment,
material or articles purchased. Will any officer or employee of the City, or member of their immediate
family, benefit from the award of this proposal to the above firm?
_ YES X NO
THE OFFEROR HEREBY ACKNOWLEDGES RECEIPT
INSURANCE REQUIREMENTS
I, the undersigned Vendor certify that the insurance requirements this bid document have been reviewed
by me and my Insurance Agent/Broker. If I am awarded this contract by the City of Lubbock, I will be
able to, within ten (10) business days after being notified of such award by the City of Lubbock, furnish
a valid insurance certificate to the City meeting all of the requirements defined in this bid.
If the time requirement speciited above is not met, the City has the right to reject this proposal and award
the contract to another contractor. If you have any questions concerning these requirements, please contact
the Director of Purchasing & Contract Management for the City of Lubbock at (806) 775-2572.
SUSPENSION AND DEBARMENT CERTIFICATION
Federal Law (A-102 Common Rule and OMB Circular A-110) prohibits non-Federal entities from
contracting with or making sub-awards under covered transactions to parties that are suspended or
debarred or whose principals are suspended or debarred. Covered transactions include procurement
contracts for goods or services equal to or in excess of $25,000 and all non-procurement transactions (e.g.,
sub-awards to sub-recipients).
Contractors receiving individual awards of $25,000 or more and all sub-recipients must certify that their
organization and its principals are not suspended or debarred by a Federal agency.
Before an award of $25,000 or more can be made to your firm, you must certify that your organization
and its principals are not suspended or debarred by a Federal agency.
I, the undersigned agent for the firm named below, certify that neither this firm nor its principals are
suspended or debarred by a Federal agency.
TEXAS GOVERNMENT CODE SECTION 2252.152
The undersigned representative of the undersigned company or business, being an adult over the age of
eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252, Section 2252.152, certify
that the company named above is not listed on the website of the Comptroller of the State of Texas
concerning the listing of companies that are identified under Section 806.051, Section 807.051 or Section
2253.153. I fuither certify that should the above-named company enter into a contract that is on said listing
of companies on the website of the Comptroller of the State of Texas, which do business with Iran, Sudan
or any Foreign Terrorist Organization, I will immediately notify the City of Lubbock Purchasing and
Contract Department.
TEXAS GOVERle1MENT COD� SECTtON 2271.002
Company hereby certifies the following:
1. Company does not boycott lsrael; and
2. Company will not boycott Israel during the term of the contract.
The following defnitions apply to this state statute:
(1) "Boycott Israel" means refusing to deal with, terminating business activities with, or otherwise taking
any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically
with Israel, or with a person or entity doing business in Israel or in an Israeli-controlled territory, but does
not include an action made for ordinary business purposes; and
(2) "Company" means an organization, association, corporation, partnership, joint venture, limited
partnership, limited liability partnership, or limited liability company, including a wholly owned
subsidiary, majority-owned subsidiary, parent company, or affliate of those entities or business
associations that exists to make a proiit.
TEXAS GOVERNMENT CODE 2274
By entering into this Agreement, Contractor verifies that: (1) it does not, and will not for the duration of
the contract, have a practice, policy, guidance, or directive that discriminates against a firearm entity
or firearm trade association or (2) the verifcation required by Section 2274.002 of the Texas Government
Code does not apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at
least $100,000 or more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it
does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm
trade association; and will not discriminate during the term of the contract against a firearm entity or
firearm trade association.
Contractor represents and warrants that: (1) it does not, and will not for the duration of the contract, boycott
energy companies or (2) the verification required by Section 2274.002 of the Texas Government Code
does not apply to the contract.
If Contractor is a company with 10 or more full-time employees and if this Agreement has a value of at
least $100,000 or more, Contractor vecifies that, pursuant to Texas Government Code Chapter 2274, it
does not boycott energy companies; and will not boycott energy companies during the term of the
Agreement. This verification is not required for an agreement where a governmental entity determines
that these requirements are inconsistent with the governmental entity's constitutional or statutory duties
related to the issuance, incurrence, or management of debt obligations or the deposit, custody,
management, borrowing, or investment of funds.
VENDOR ACKNOWLEDGEMENT
In compliance with this procurement, the undersigned offeror having examined the request for
proposal, instructions to offerors, documents associated with the request for proposals, and being
familiar with the conditions to be met, has reviewed the information regarding:
• Insurance Requirements
� Suspension and Debarment Certi�cation
• Texas Government Code Section 2252.152
• Texas Government Code Section 2271.002
• Texas Government Code 2274
An individual authorized to bind the company must sign the following section. Failure to execute this
portion may result in proposal rejection.
�� ����
Authorized Signature
Corporate Secreta
Title
Tia Laurie
Print/Type Name
Ceres Environmental Services, Inc.
Company Name
October 28, 2024
Date
9625 Windfern Road
Address
Houston, Texas, 77064
City, State Zip Code
Contact for questions, clarifications, etc.
Name and Title: Tia Laurie, Corporate Secretary
Mailing Address: 6371 Business Boulevard, Suite 100
City, State, Zip: Sarasota, Florida, 34240
Telephone No: (800) 218-4424
Faz No: (866) 228-5636
E-Mail: contact@ceresenv.com
City of Lubbock EXHIBIT B
RFP 25-18100-TF
Debris Management during FEMA Activated/Qualifying Reimbursement Events
Proposal Price Sheet
# Item Description
0-15 Miles Veg from Right-of-Way (ROW) to Debris
#1-1 Management Site (DMS) Vegetative collect and remove
for a haul distance up to 15 miles
#1-2 Management Site (DMS) Vegetative collect and remove
31-60 Miles Veg from Right-of-Way (ROW) to Debris
#1-3 Management Site (DMS) Vegetative collect and remove
for a haul distance between 31 and 60 miles
60 -� Miles Veg from Right-of-Way (ROW) to Debris
#1-4 Management Site (DMS) Vegetative collect and remove
for a haul distance of 60+ miles
• • � . �
0-15 Miles Veg from Right-of-Way (ROW) to Final
#2-1 Disposition Vegetative collect and remove for a haul
distance up to 15 miles
16-30 Miles Veg from Right-of-Way (ROW) to Final
#2-2 Disposition Vegetative collect and remove for a haul
distance between 16 and 30 miles
31- 60 Miles Veg from Right-of-Way (ROVV) to Final
#2-3 Disposition Vegetative collect and remove for a haul
distancc of 60+ miles
60 + Miles Veg from Right-of-Way (ROW) to Final
#2-4 Disposition Vegetative collect and remove for a haul
distance of 60�+ miles
_ • �
#3-1 Grinding Grinding/chipping vegetative debris
#3-2 Air Curtain Burning Air Curtain Burning vegetative
debris (Include Costs of Air Curtain Burner)
Air Curtain Burning Above Ground Air Curtain Buming
#3-3 (Burner Box) of vegetative debris (Include Costs of Box
Burner)
#3-4 Open Burning Open Burning vegetative debris
#3-5 Compacting Compacting vegetative debris
#3-6 Debris Management Site Management Preparation,
management, and segregating at DMS
• . � � • � • o
0-15 Miles Reduced Veg from T�el�ris Management Cite
#4-1 (D;VIS) to Fir.a; Disposition Vegetative collect and
remove for a haul distance up to 15 miles
Location
Total Cost:
Quantity
Required
(+/-) UOM
I
t
I
�
Ceres Environmental
Services, Inc.
Houston, TX
$2,517.50
Unit Total
Price Cost
CY $7.98 $7.98
CY $8.24 $8.24
CY $8.48 $8.48
CY $8.78 $8.78
� CY $7.98 $7.98
i CY $8.24 $8.24
1 CY $8.48
1 CY $8.78
1 CY
1 CY
1 CY
1 CY
1 CY
i CY
I CY
$2.98
$1.98
$1.98
$1.29
$0.98
$1.48
$8.48
$8.78
$2.98
$ ! .98
$1.98
$1.29
$0.98
$1.48
�3.98 �3.98
City of Lubbock
RFP 25-18100-TF
Debris Management during FEMA Activated/Qualifying Reimbursement Events
Proposal Price Sheet
#4-2 16-30 Miles Reduced Veg from Debris Management Site � CY $4.98 $4.98
(DMS) to Final Disposition Vegetative collect and
remove for a haul distance between 16 and 30 miles
#4-3 31-60 Miles Reduced Veg from Debris Management Site 1 CY $5.48 $5.48
(DMS) to Final Disposition Vegetative collect and
remove for a haul distance between 31 and 60 miles
60 + Miles Reduced Veg from Debris Management Site
#4-4 (DMS) to Final Disposition Vegetative collect and 1 CY $5.98 $5.98
remove for a haul distance of 60+ miles
'� • � •• •�
0-15 Miles C&D from Right-of-Way (ROW) to Debris
#5-1 Management Site (DMS) C&D collect and remove for a 1 CY $8.98 $8.98
haul distance up to I S miles
16-30 Miles C&D from Right-of-Way (ROW) to Debris
#5-2 Management Site (DMS) C&D collect and remove for a 1 CY $9.24 $9.24
haul distance between 16 and 30 miles
31-60 Miles C&D from Right-of-Way (ROW) to Debris
#5-3 Management Site (DMS) C&D collect and remove for a 1 CY $9.48 $9.48
haul distance between 31 and 60 miles
60 + Miles C&D from Right-of-Way (ROW) to Debris
#5-4 Management Site (DMS) C&D collect and remove for a 1 CY $9.78 $9.78
haul distance of 60+ miles
• : � � • � • -
0-15 Miles C&D from Debris Management Site (DMS) to
#6-1 Final Disposition C&D collect and remove for a haul 1 CY $9.48 $9.48
distance up to 15 miles
16-30 Miles C&D from Debris Management Site
#6-2 (DMS)to Final Disposition C&D collect and remove for a 1 CY $9.74 $9.74
haul distance between 16 and 30 miles
31-60 Miles C&D from Debris Management Site (DMS)
#6-3 to Final Disposition C&D collect and remove for a haul 1 CY $9.98 $9.98
distance between 31 and 60 miles
60 + Miles C&D from Debris Management Site (DMS) to
#6-4 Final Disposition C&D collect and remove for a haul 1 CY $10.28 $] 0.28
distance of 60+ miles
• : � • � • � • . . •
60 + Miles C&D from Debris Management Site (DMS) to
#7-1 Final Disposition C&D collect and remove for a haul 1 CY $9.98 $9.98
distance of 60+ miles
16-30 Miles Reduced Veg from Debris Management Site
#7-2 (DMS) to Final Disposition C&D collect and remove for 1 CY $10.24 $10.24
a haul distance between 16 and 30 miles
31-60 Miles Reduced Veg from Debris Management Site
#7-3 (DMS) to Final Disposition C&D coliect and remove for 1 CY � 10.43 $10.48
a haul distance between 31 and 60 miles
60 + N►iles C&D from Right-of-Way (ROW) to Final
#7-4 Disposition C&D collect and remove fa.r a haul distance ? CY $1i�.73 �10.78
of 60� miles
City of Lubbock
RFP 25-18100-TF
Debris Management during FEMA Activated/Qualifying Reimbursement Events
Proposal Price Sheet
' � • - � • � • +r��
0-15 Miles C&D from Right-of-Way (ROW) to Final
#8-1 Disposition C&D collect and remove for a haul distance 1 CY $9.98 $9.98
up to 15 miles
16-30 Miles C&D from Right-of-Way (ROW) to Final
#8-2 Disposition C&D collect and remove for a haul distance 1 CY $9.78 $9.78
between 16 and 30 miles
31-60 Miles C&D from Right-of-Way (ROW) to Final
#8-3 Disposition C&D collect and remove for a haul distance 1 CY $10.58 $10.58
between 31 and 60 miles
60 + Miles C&D from Right-of-Way (ROW) to Final
#8-4 Disposition C&D collect and remove for a haul distance 1 CY $10.98 $10.98
of 60+ miles
• •
#9-1 Compacting Compacting C&D debris 1 CY $1.85 $1.85
#9-2 Debris Management Site Management Preparation, 1 CY $1.48 $1.48
management, and segregating at DMS
Hazardous Tree 6" - 12" Hazardous tree removal for 6-
#10-1 12 inch's truck diameter measured at 4.5 ft. above ground
level
Hazardous Tree 13" - 24" Hazardous tree removal for 13 -
# 10-2 24 inch's truck diameter measured at 4.5 ft. above ground
level
Hazardous Tree 25" - 36" Hazardous tree removal for 25 -
# 10-3 36 inch's truck diameter measured at 4.5 ft. above groi�nd
level
Hazardous Tree 37" - 48" Hazardous tree removal for 37 -
# 10-4 48 inch's truck diameter measured at 4.5 ft. above ground
level
Hazardous Tree 49+ Hazardous tree removal for 49 f
#10-5 inch's truck diameter measured at 4.5 ft. above ground
le��el
# 10-6 Trees with Hazardous Limbs Hazardous Hanging Limb
removal greater than 2"
# 10-7 Hazardous Stumps �24" - 36" Hazardous stump removal
for a 24-36 inch stump diameter
# 10-8 Hazardous Stumps �37" - 48" Hazardous stump removal
for a 37-48 inch stump diameter
# 10-9 Hazardous Stumps �49" Hazardous stump removal for a
49+ inch stump diameter
# 10-10 Stump Fill Dirt Fill and compact dirt for stump holes
after removal
#11-1 Waterway Debris Removal Debris Removed from canals,
ri�ers, creeks, streams, and ditches
#11-2 Sand Collection and ;creening Pick-iip, screen, and
return debr�s laden sand/mud�`dirt/rock
I Per Tree
I Per Tree
1 Per Tree
1 Per Tree
�
1
1
1
1
1
Per Tree
Per Tree
Per Stump
Per Stump
Per Stump
CY
i
t
CY
t,l'
$35 $35
$145 $145
$175 $175
$195 $195
$245
$98
$150
$200
$250
$29
$245
$98
$150
$200
$2�0
$29
$29
$24
$29
$24
City of Lubbock
RFP 25-18100-TF
Debris Management during FEMA Activated/Qualifying Reimbursement Event�
Proposal Price Sheet
Silt/Sand Removal Removal of silt or sand that creates a
#11-3 threat to public health and safety � CY
Vehicle Removal from Public Property Removal, storage,
# 11-4 and disposal of eligible vehicle per State Laws 1 Unit
Vessel Removal (Land) Removal, storage, and disposal
#11-5 of eligible vessel from public property per State Laws 1 Unit
#11-6 Vessel Removal (Marine) Removal, storage, and disposal 1 Unit
of eligible vessel from public waterways per State Law
# 11-7 Carcass Removal Removal of debris that will decompose 1 Pound
(animals and organic fleshy matter
#11_g ROW White Goods Removal Pick-up and haul of white 1 Unit
goods to disposal site
#11-9 Freon Management Freon management and recycling 1 Unit
Electronic Waste Removal of electronic debris that
contains hazardous materials, such as cathode ray tubes.
#11-10 1 Unit
Includes computers, monitors, TVs, radios, microwaves,
and other electronic items
Putrescent Waste Removal of s oiled food items or
$17 $17
$75 $75
$100 $100
$200 $200
$1 $1
$40 $40
$45 $45
$9 $9
#11-I 1 debris that will decompose or rot � � Pound $9.48 $9.48
#11-12 Hazardous Household Waste HHW removal and disposal 1 Pound $4.98 $4.98
Bio-waste Removal of waste capable of causing infection
#11-13 to humans (animal waste, human blood, pathological 1 Pound $9.98 $9.98
waste)
Small EngineslLawn Mowers Collect and remove small
#11-14 engines, lawn mowers, or other motorized items that can 1 Unit $]0
be recycled
0-15 Miles Veg from Private Property to Debris
#12-1 Management Site (DMS) Vegetative collect and remove
for a haul distance up to 15 miles
16-30 Miles Veg from Private Property to Debris
#12-2 Management Site (DMS) Vegetative coliect and remove
for a haul distance between 16 and 30 miles
31-60 Miles Veg from Private Property to Debris
#12-3 Mana�ement Site (DMS) Vegetative collect and remove
for a haul distance between 31 and 60 miles
60 + Miles Veg from Private Property to Debris
#12-4 Management Site (DMS) Vegetative collect and remove
for a haul distance of 60+ miles
0-15 Miles Veg from Private Property to Final
#13-1 Disposition Vegetative collect and remove for a haul
distance up to 15 miles
16-30 Miles Veg fror,� Private Property to Final
#13-2 Disposition Vegetative collect �nd remove for a 1-iaul
dista;►ce betwe:,n 16 a�7d 30 mi!es
1 CY
1 CY
1 CY
1 CY
1 CY
i CY
$10
$8.98 $8.98
$9.24 $9.24
$9.48 $9.48
$9.78 $9.78
$8.98 $8.98
$9.24 $9.24
City of Lubbock
RFP 25-18100-TF
Debris Management during FEMA Activated/Qualifying Reimbursement Events
Proposal Price Sheet
31-60 Miles Veg from Private Property to Final
#13-3 Disposition Vegetative collect and remove for a haul 1 CY $9.48 $9.48
distance between 31 and 60 miles
60 + Miles Veg from Private Property to Final
#13-4 Disposition Vegetative collect and remove for a haul 1 CY $9.78 $9.78
distance of 60+ miles
� . � � . • �
0-15 Miles C&D from Private Property to Debris
#14-1 Management Site (DMS) C&D collect and remove for a 1 CY $9.48 $9.48
haul distance up to 15 miles
16-30 Miles C&D from Private Property to Debris
#14-2 Management Site (DMS) C&D collect and remove for a 1 CY $9.74 $9.74
haul distance between 16 and 30 miles
31-60 Miles C&D from Private Property to Debris
# 14-3 Management Site (DMS) C&D collect and remove for a 1 CY $9.98 $9.98
haul distance between 31 and 60 miles
60 } Miles C&D from Private Property to Debris
# 14-4 Management Site (DMS) C&D collect and remove for a 1 CY $] 0.28 $10.28
haul distance of 60+ miles
� : � � � . . •
0-15 Miles C&D from Private Property to Final
#15-1 Disposition C&D collect and remove for a haul distance 1 CY $9.98 $9.98
up to 15 miles
16-30 Miles C&D from Private Property to Final
# 15-2 Disposition C&D collect and remove for a haul distance 1 CY $10.24 $10.24
between 16 and 30 miles
31-60 Miles C&D from Private Property to Final
# 15-3 Disposition C&D collect and remove for a haul distance 1 CY $10.48 $10.48
between 31 and 60 miles
60 + Miles C&D from Private Property to Final
# 15-4 Disposition collect and remove for a haul distance of 60+ 1 CY $10.78 $10.78
miles
�- • •
Demolition of Eligible Private Structure Inspect, secure,
H16-1 prepare, and safeguard surrounding area from hazards, 1 SF $3.98 $3.98
e.g. dust (haul rates for PPDR apply)
EXHIBIT C
L INSURANCE REQUIREMENTS
1.1. Prior to the approval of this contract by the City, the Contractor shall furnish a completed
Insurance Certificate to the City, which shall be completed by an agent authorized to bind the
named underwriter(s) to the coverages, limits, and termination provisions shown thereon, and
which shall furnish and contain all required information referenced or indicated thereon. THE
CITY SHALL HAVE NO DUTY TO PAY OR PERFORM UNDER THIS CONTRACT UNTIL
SUCH CERTIFICATE SHALL HAVE BEEN DELIVERED TO THE CITY.
1.2. The City reserves the right to review the insurance requirements of this section during the effective
period of the contract and to require adjustment of insurance coverages and their limits when
deemed necessary and prudent by the City based upon changes in statutory law, court decisions,
or the claims history of the industry as well as the Contractor.
1.3. Subject to the Contractor's right to maintain reasonable deductibles in such amounts as are
approved by the City, the Contractor shall obtain and maintain in full force and effect for the
duration of this contract, and any extension hereof, at Contractor's sole expense, insurance
coverage written by companies approved by the State of Texas and acceptable to the City, in the
following type(s) and amount(s):
Commercial General Liabilit,��quirements: $1M occurrence /$2M aggregate (can be
combined with an Excess Liability to meet requirement). CGL is required in ALL contracts. It is
perhaps the most important of all insurance policies in a contractual relationship. It insures the
Contractor has broad liability coverage for contractual activities and for completed operations.
Commercial General Liability to include Products — Completion/OP, Personal and Advertising
Injury, Contractual Liability, Fire Damage (any one fre), and Medical Expenses (any one
person).
Automatically add an excess liability of $4M.
Commercial General Liabilitv HeavyEquipment Endorsement: Heavy equipment endorsement
is required
Automobile Liabilitv Requirements: $1M/occurrence is needed
Workers Compensation Requirements: Statutory. If the vendor is an independent contractor
with no employees and are exempt from providing Workers' Compensation coverage, they must
sign a waiver (obtained from COL Purchasing) and include a copy of their driver's license..
Employer Liability ($1M) is required with Workers Compensation.
* The City of Lubbock (including its officials, employees and volunteers) shall be afforded
additional insured status on a primary and non-contributory basis on all liability policies
except professional liabilities and workers' comp.
* Waivers of Subrogation are required for CGL, AL, and WC.
* To Include Products of Completed Operations endorsement.
* Carrier will provide a 30-day written notice of cancellation, 10-day written notice for non-
payment.
* Carriers must meet a A.M. Best rating of A- or better.
* Subcontractors must carry same limits as listed above
IIVIPORTANT: POLi��' ENB��SEi��'TS
The Contractor wii! �rovide copies oi the policies without expense, to the City and a!! endorsements thereto
and may make ai�y reasonable request for deieticn; revision, or modification of particular policy terms,
conditions, limitations, or exclusions (except �vhere policy provisions are estabiished by law or regulation
binding upon either of the parties hereto or the underwriter of any of such policies). Upon such request by
the City, the Contractor shall exercise reasonable efforts to accomplish such changes in policy coverages,
and shall pay the cost thereof. Any costs will be paid by the Contractor.
REQUIRED PROVISIONS
The Contractor agrees that with respect to the above required insurance, all insurance contracts and
certificate(s) of insurance will contain and state, in writing, on the certificate or its attachment, the following
required provisions:
a. Name the City of Lubbock and its officers, employees, and elected represer.tatives as
additional insureds, (as the interest of each insured may appear) as to all applicable coverage;
b. Provide for 30 days notice to the City for cancellation, nonrenewal, or material change;
c. Prov;de for notice to the City at the address shown below by registered mai1;
d. The Contractor agrees to waive subrogation against the City of Lubbock, its officers,
employees, and elected representatives for injuries, including death, property damage, or any
other loss to the extent same may be covered by the proceeds of insurance;
e. Provide that all provisions of this contract concerning liability, duty, and standard of care
together with the indemnification provision, shall be underwritten by contractual liability
coverage sufficient to include such obligations within applicable policies.
NOTICES
The Contractor shall notify the City in the event of any change in coverage and shall give such notices not
less than 30 days prior the change, which notice must be accompanied by a replacement CERTIFICATE OF
INS[1RANCE.
All notices shall be given to the City at the following address:
Marta Alvarez, Director of Purchasing & Contract Management
City of Lubbock
1314Avenue K, 9�' Floor
Lubbock, Texas 79401
Approval, disapproval, or failure to act by the City regarding any insurance supplied by the Contractor shall
not relieve the Contractor of full responsibility or liability for damages and accidents as set forth in the
contract documents. Neither shall the bankruptcy, insolvency, or denial of liability by the insurance
company exonerate the Contractor from liability.
-a
N
N
O
N
�
,
I
,
;
�
i
v
�
(D
�
�
0 0 0 0 0 0 0 0 0 0 0 o n ��
� � � � � � c� c� c� �, c� c� �' ?
N N N N N N y �
� W W W W W W � �
N N N N N N N N N N N N�10 �
O O O O O O O O O O O O <D
N N N N N N N N N N N N O. W;
Ci� (T C7� Cn CT C7� A A A A A A, O O .
' � ,
�
(n v —(� C� � ln �— (� n G� O
Q y� � 3 O Q t�/i 3 O O � f�l)
c�
� a m m m c� c��� � '
m co m c y
d �. fD n y� p' fD n y O
� N � � � � � � �
fCp N � fD N Ol � fD .
o y ,� v � ,� �
v � v � s I
�
c z c� z z c z c� z z•
a o n� o� a o a� o�
m m m m m m m m
m m m m �
< < < < o
� c� �o �o �
i i i � �
D� D W� cn D� D ��(n D
'p N'6 � N Q� t�ii 'O W y Q IC
O O N 3 O O N � �
n n N N n n N N
Cn � A �
T1 .Z1 � �
� � I
N m i
a G
� �
C'i
� � � � � � � � � � � � �
J�1 J J�1 J�1 V�1 J�1 �I Ip
O O O O O O O O O O O O �
O O O O O O O O O O O O '�
O O O O O O O O O O O O �
O O O O O O O O O O O O C1
O O O O O O O O O O O O p1
O O O O O O O O O O O O �
n
�
ci
0
N
.�►
0
M
fA (!i fA fA Gl1 (fl f� (!i (fl ffl EH fA �
O O O O O O O O O O O O 0
0 0 0 0 0 0 0 0 0 0 0 0 °'
N
�
Z
ei
A
N
� � � � � � � � �O � � � �
m m o� d m m d m o� d d w a
> > > > > > > > > > > > a
y !n (n fn fn y fn (n (n (n =�
Q v v v c C o' v v v v C 7
3 3�� 3� 3. 3 3 3�� u�
� :S :2 :S :i N :2 :t :i :2 :t N
d N N N N �O d N N N N ��O �
O
� N N N N 'A � N N N N 'A
3�� 3 00 3� 3 3 00
w � � � � o ci� � � � � o .
� < < < < � �' < < < < �
N fD N fD fD N fD fD fD fD
� W� W W A� W� W
a a n a n n n n
m� m m m m m m
v v o o v v o 0
� � � � � � � �
O O O O O O O O
w w w
O O O
(NJ1 UNl (N71
m � o
y 3 3
� � v
a � m
fD �
� v
� `°
�
N
v
1} n
w w 1 � �
� � d �
�
O O N W
C
� � � H
7
o m �
� o �
to � 'p'
� (p M
a y O
� �
d
N
�
m ,
z c � z z �
� m c�p � m
m �
< a
�o �
f �
� D w � tn �
N '�O � y Q Ip
O N � �
� N N
n � �
� '
m.
� ;
G
n
�
� �+ � � � �
O O O O O 7
O O O O O pWl
O O O O O W
O O O O O �
n
A
�
0
N
M
�
M
O O O O O �
0 0 0 0 o N
m
Z
Fi
eo
N
��c�v_<i�C�v_ v_ a
o� o� o� o> > n
n� n� o. � o. � r:
N Q N Q N Q N V C 3
0 3 0 3 0 3 0 3 � 01
3 � 3 � .� � 3 � No �
N p
— A
3 3 3 3 00
� � � � o
< < < < � �
� � � f �+
�1 �1 � �1 I
x x x x I
� � � � �
� d d d
N N N N €
7 7 7 7 �
�
4
I
1
i
�
Y
I
[
CERTIFICATE OF INTERESTED PARTIES
FORnn 1295
1of1
Complete Nos.1- 4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos. l, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number:
of business. 2025-1290089
CERES ENVIRONMENTAL SERVICES, INC.
SARASOTA, FL United States �ate Filed:
2 Name o governmental entity or state agency that is a party to t e contract or w ic t e orm is 04/02/2025
being tiled.
City of Lubbock, Texas Date Acknowledged:
g Provide the identification number used by the governmental entity or state agency to uack or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
18100
Debris Management during FEMA Activated/Qualifying Reimbursement Events
4 Nature ofinterest
Name of Interested Party City, State, Country (place of business) (check applicable)
Controlling Intermediary
LAURIE, Tia SARASOTA, FL United States X
ULSCHMID, John SARASOTA, FL United States X
Mclntyre, David SARASOTA, FL United States X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is TIA LAURIE , and my date of birth is DECEMBER 27, 1977
My address is 6371 Business Boulevard SUITE 100 , SARASOTA , FL , 34240 , SARASp
(street) (ciry) (state) (zip code) (eountry)
I declare under penalry of perjury that the foregoing is true and correct.
Executed in SARASOTA counry, State of FLORIDA , on the 2N�ay of APRIL , Zp 25
(month) (year)
G
Signature of authorized agent of conVacting iness entiry
(DeGarant)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.O.e02d6221
CERTIFICATE OF INTERESTED PARTIES
FORnn 1295
1 of 1
Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos. i, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING
i Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number:
of business. 2025-1290089
CERES ENVIRONMENTAL SERVICES, INC.
SARASOTA, FL United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 04/02/2025
being filed.
City of Lubbock, Texas Date Acknowledged:
04/02/2025
g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other property to be provided under the contract.
18100
Debris Management during FEMA Activated/Qualifying Reimbursement Events
Nature of interest
4
Name of Interested Pazty City, State, Country (place of business) (check applicable)
Controlling Intermediary
LAURIE, Tia SARASOTA, FL United States X
ULSCHMID, John SARASOTA, FL United States X
Mclnryre, David SARASOTA, FL United States X
5 Check only if there is NO Interested Party. ❑
6 UNSWORN DECLARATION
My name is , and my date of birth is
My address is
(street) (city) (state) (zip code) (country)
I declare under penalry of perjury that the foregoing is true and correct.
Executed in County, State of , on the day of , 20
(month) (year)
Signature of authorized agent of contracting business entiry
(Declarant)
Forms provldetl by Texas Ethics Commission www.ethfcs.state.tx.us Version V4.1.O.e02d6221