83
Respondent Name: _____________________ TARRANT COUNTY PURCHASING DEPARTMENT MELISSA LEE, C.P.M., A.P.P. ACTING PURCHASING AGENT RFP NO. 2021-051 REQUEST FOR PROPOSALS FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES PROPOSALS DUE JANUARY 25, 2020 2:00 P.M. RFP NO. 2021-051

TARRANT COUNTYaccess.tarrantcounty.com/content/dam/main/purchasing/Bids...Section 552.305. Notice to your company under Section 552.305 may be sent via either certified mail or e-mail

  • Upload
    others

  • View
    0

  • Download
    0

Embed Size (px)

Citation preview

  • Respondent Name: _____________________

    TARRANT COUNTY PURCHASING DEPARTMENT MELISSA LEE, C.P.M., A.P.P. ACTING PURCHASING AGENT

    RFP NO. 2021-051

    REQUEST FOR PROPOSALS FOR

    DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER

    EMERGENCY RELATED SERVICES

    PROPOSALS DUE JANUARY 25, 2020 2:00 P.M.

    RFP NO. 2021-051

  • TABLE OF CONTENTS PRE-PROPOSAL CONFERENCE ............................................................................... 1 OPENING DATE, TIME, PROCEDURES, CONTACTS ............................................... 2 GENERAL CONDITIONS ............................................................................................. 2 SPECIAL TERMS AND CONDITIONS OF THE CONTRACT ..................................... 7 BOND REQUIREMENTS .............................................................................................. 15 SPECIAL CONDITIONS OF THE CONTRACT ............................................................ 16 I. TERMS AND DEFINITIONS ............................................................................ 16 II. ACRONYMS .................................................................................................... 23 III. PROPOSAL FORMAT ..................................................................................... 25 IV. EVALUATION METHOD ................................................................................. 28 V. EVALUATION CRITERIA ................................................................................ 29 VI. BACKGROUND ............................................................................................... 29 VII. ANNUAL COORDINATION MEETING............................................................ 30 VIII. DESCRIPTION OF DESIGNATED AREAS .................................................... 30 IX. DEBRIS MANAGEMENT SITES ..................................................................... 31 X. STATEMENT OF WORK ................................................................................. 33 XI. TECHNICAL SPECIFICATIONS ..................................................................... 47 TARRANT COUNTY HUB POLICY ........................................................................... 57

    RESPONSE FORMS AND QUESTIONNAIRE FORM FOR DISADVANTAGED BUSINESS ENTERPRISES ....................................... 61 VENDOR REFERENCES .............................................................................................. 62 SIGNATURE FORM ...................................................................................................... 64 COMPLIANCE WITH FEDERAL AND STATE LAWS FORM ........................................ 66 DEFICIENCIES AND DEVIATIONS FORM ................................................................... 67 NO BID RESPONSE ...................................................................................................... 68 PROPOSAL PRICE FORM ............................................................................................ 69 ENVIRONMENTAL COMPLIANCE AND SAFETY RECORD QUESTIONNAIRE ......... 76

    ATTACHMENT 1: FEMA STUMP CONVERSION TABLE ATTACHMENT 2: SAMPLE CONTRACT ATTACHMENT 3: TARRANT COUNTY TRAVEL AND MEETINGS POLICY This Table of Contents is intended as an aid to Respondents and not as a comprehensive listing of the proposal package. Respondents are responsible for reading the entire proposal package and complying with all specifications.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 1 OF RFP NO. 2021-051

    PRE-PROPOSAL CONFERENCE All Respondents are encouraged to attend a Pre-Proposal Conference.

    A Pre-Proposal GoToMeeting Video Conference will be held:

    FRIDAY, JANUARY 8, 2021 AT 2:00 P.M.

    Tarrant County will not provide copies of RFP documents. Please download and print prior to meeting.

    RSVP: Vendors planning to attend the Pre-Proposal GoToMeeting Video Conference must RSVP to Dianna Lee, via facsimile at (817) 884-2629 by 5:00 p.m., Thursday, January 7, 2020.

    An RSVP must be completed by each company representative wishing to participate in the GoToMeeting and an email address must be provided for each.

    After the RSVP deadline, a GoToMeeting invitation will be sent to participants.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 2 OF RFP NO. 2021-051

    Tarrant County is soliciting proposals for DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES for the EMERGENCY MANAGEMENT OFFICE.

    Original and Three (3) Copies OF

    COMPLETED PROPOSALS MUST BE RECEIVED IN THE

    TARRANT COUNTY PURCHASING DEPARTMENT AT 100 E. WEATHERFORD, SUITE 303 FORT WORTH, TEXAS 76196-0104

    ON OR BEFORE JANUARY 25, 2021 AT 2:00 P.M. All proposals are due in the Tarrant County Purchasing Department by the due date in sealed envelopes or boxes. All proposals must be clearly marked with the Proposal Number, the name of the company submitting the proposal package, and date and time of opening on the outside of the envelope/box and/or Air Bill/Delivery Receipt. The original proposal must be clearly marked "ORIGINAL" and contain all original signatures. “No-Bid” response to be returned on the form included in the section under Forms. Any proposal received after the date and hour set for Proposal opening will not be accepted. The Respondent will be notified and will advise Tarrant County Purchasing as to the disposition by either pick up, return at Respondent’s expense, or destroyed with written authorization of the Respondent. If Proposals are sent by mail to the Tarrant County Purchasing Department, the Respondent shall be responsible for actual delivery of the Proposal package to the Tarrant County Purchasing Department before the date and hour set for Proposal opening. If mail is delayed either in the postal service or in the internal mail system of Tarrant County beyond the date and hour set for the Proposal opening, proposals thus delayed will not be considered and will be disposed of as authorized. Proposals may be withdrawn at any time prior to the official opening. Alterations made before opening time must be initialed by Respondent guaranteeing authenticity. After the official opening, Proposals become the property of Tarrant County and may not be amended, altered or withdrawn without the recommendations of the Tarrant County Purchasing Agent and the approval of Tarrant County Commissioners Court. Tarrant County is exempt from Federal Excise and State Sales Tax; therefore, tax must not be included in this proposal. Tarrant County is not exempt from Surplus Lines Tax or Texas Stamping Tax. Tarrant County reserves the right to accept or reject in part or in whole any proposals submitted and to waive any technicalities for the best interest of Tarrant County. No oral explanation or instructions will be given by Tarrant County officials or employees in regard to the meaning of the proposal specifications before the award of the contract unless authorized by the Tarrant County Purchasing Agent or their designee. Requests from interested proposers for additional information or interpretation of the information included in the specifications should be directed in writing to:

    DIANNA LEE, C.P.M., SENIOR CONTRACTS ADMINISTRATOR FAX: (817) 884-2629

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 3 OF RFP NO. 2021-051

    All documents relating to this proposal including but not limited to, the proposal document, questions and their responses, addenda and special notices will be posted under the proposal number on the Tarrant County website and available for download by interested parties. No documents will be faxed or emailed after the initial Notice of Intent prior to award. It is the Respondent’s sole responsibility to review this site and retrieve all related documents prior to the Proposal due date. The deadline for receipt of all questions is 12:00 (Noon), Fort Worth, Texas time, Monday, January 11, 2021. After the question deadline, all questions and their responses will be posted on the website and available for download by interested parties. All Proposal Response Forms and questionnaires must be fully completed and included in your response. Detailed specifications have been provided, and any deviations or exceptions must be referenced on the designated response forms that have been provided. Unless deviations are specifically stated herein, benefits will be provided according to the specifications at no additional charge. The Proposal is issued in compliance with the County Purchasing Act, Section 262.030. Negotiations may be conducted with responsible Respondent(s) who submit Proposals determined to be reasonably susceptible of being selected for award. It is the Respondent’s sole responsibility to print and review all pages of the Proposal document, attachments, questions and responses, addenda and special notices. The Signature Form must be signed and returned. Failure to provide a signature on this form renders the Proposal non-responsive. Failure to complete and submit all required forms, including but not limited to References, Compliance with Federal and State Laws Form, Questionnaires (when applicable), Addenda (including revised forms), and any other specified forms or documents will be grounds for rejection of entire Proposal. CONFIDENTIALITY: Any material that is to be considered confidential in nature must be clearly marked as such and may be treated as confidential to the extent allowable in the Texas Public Information Act. Pricing information is not considered confidential. Trade secrets or confidential information MUST be placed in a separate envelope marked “CONFIDENTIAL INFORMATION” and EACH PAGE must be marked “CONFIDENTIAL INFORMATION.” Tarrant County will make every effort to protect these papers from public disclosure as outlined in Texas Local Government Code, Section 262.030(c). The Texas Public Information Act gives the public the right to request access to government information, subject to certain narrow exceptions. Tarrant County is an entity subject to this Act. Therefore, please be advised that your company's declaration that certain information submitted in response to a Proposal is "confidential" will not be treated as such if Tarrant County receives a request for a copy of the Proposal. Tarrant County will, of course, make every effort to inform your company of such a request and to provide you with an opportunity to object to the release of any proprietary information per the procedure outlined in Texas Government Code Section 552.305. Notice to your company under Section 552.305 may be sent via either certified mail or e-mail using the contact information provided by you on the signature form. Please be advised that Tarrant County cannot and will not make an agreement to withhold information from the public contrary to Tarrant County’s responsibilities under the Act.

    Additionally, to the extent your proposal is incorporated into the contract, the proposal will

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 4 OF RFP NO. 2021-051

    become an official record available for public inspection. Proposals shall be opened to avoid disclosure of contents to competing Respondents and kept secret during the process of negotiation. All Proposals that have been submitted shall be open for public inspection after the contract is awarded, except for trade secrets and confidential information contained in the proposals and identified as such. All proposals shall specify terms and conditions of payment, which will be considered as part of, but not control, the award of the proposal. Tarrant County review, inspection, and processing procedures ordinarily require thirty (30) days after receipt of invoice, materials, or service. Proposals which call for payment before thirty (30) days from receipt of invoice, or cash discounts given on such payment, will be considered only if, in the opinion of the Tarrant County Purchasing Agent, the review, inspection, and processing procedures can be completed as specified. Invoices shall be sent directly to the Tarrant County Auditor’s Office, Attention: Accounts Payable, 100 East Weatherford, Room 506, Fort Worth, Texas 76196, or email to [email protected]. In accordance with the Prompt Payment Act, it is the intention of Tarrant County to make payment on completed orders within thirty (30) days after receipt of invoice or items; whichever is later, unless unusual circumstances arise. Invoices must be fully documented as to labor, materials, and equipment provided and must reference the Tarrant County Purchase Order Number in order to be processed. No payments shall be made on invoices not listing a Purchase Order Number. Continuing non-performance of the Vendor in terms of specifications shall be a basis for the termination of the contract by Tarrant County. Tarrant County shall not pay for work, equipment, or supplies which are unsatisfactory. The Vendor will be given a reasonable opportunity before termination to correct deficiencies. This, however, shall in no way be construed as negating the basis for termination for nonperformance. The contract may be terminated by either party upon written thirty (30) day notice prior to cancellation. Proposals will be considered non-responsive if they show any omissions, alteration of form, additions or conditions not called for, or inconsistency of any kind. However, Tarrant County reserves the right to waive any inconsistencies and to make an award in the best interest of Tarrant County. Proposals may be deemed non-responsive, among other reasons, for any of the following specific reasons:

    1. Proposals containing any inconsistencies. 2. Unbalanced value of any items.

    Respondents may be disqualified and their proposals not considered, among other reasons, for any of the following specific reasons:

    1. Reason for believing collusion exists among the Respondents. 2. Reasonable grounds for believing that any Respondent is interested in more than

    one proposal for the work contemplated.

    mailto:[email protected]

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 5 OF RFP NO. 2021-051

    3. The Respondent being interested in any litigation against Tarrant County. 4. The Respondent being in arrears on any existing contract or having defaulted on

    a previous contract. 5. Lack of competency as revealed by a financial statement, experience and

    equipment, questionnaires, etc. 6. Uncompleted work that in the judgment of Tarrant County will prevent or hinder the

    prompt completion of additional work, if awarded. 7. Respondents shall not owe delinquent property tax in Tarrant County. 8. Respondent’s past performance record with Tarrant County. 9. Limited competition.

    Due care and diligence have been used in the preparation of this information, and it is believed to be substantially correct. However, the responsibility for determining the full extent of the exposure and the verification of all information presented herein shall rest solely with the Respondent. Tarrant County and its representatives will not be responsible for any errors or omissions in these specifications, nor for the failure on the part of the Respondent to determine the full extent of the exposures. The successful Vendor may not assign their rights and duties under an award without the written consent of the Tarrant County Purchasing Agent. Such consent shall not relieve the assignor of liability in the event of default by the assignee. Audit Clause: The Vendor must agree that Tarrant County will, until the expiration of twelve (12) months after final payment under this agreement, have access to and the right to examine at reasonable times any directly pertinent books, documents, papers and records (hard copy, as well as computer generated data) of the Vendor involving those transactions related to this solicitation. The vendor must agree that Tarrant County will have access during normal working hours to all necessary facilities, staff and workspace in order to conduct audits. Tarrant County will provide the Vendor with reasonable advance notice of intended audits. The Vendor must provide records within ten (10) business days or a mutually agreed upon timeline. TO THE EXTENT PERMITTED BY LAW, RESPONDENT AGREES TO DEFEND, INDEMNIFY AND HOLD TARRANT COUNTY, ITS OFFICIALS, AGENTS, SERVANTS, AND EMPLOYEES, HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, ACTIONS, COSTS AND EXPENSES OF ANY KIND, INCLUDING BUT NOT LIMITED TO, THOSE FOR PROPERTY DAMAGE OR LOSS (INCLUDING ALLEGED DAMAGE OR LOSS TO OWNER’S BUSINESS AND ANY RESULTING LOST PROFITS), EMPLOYMENT MATTERS, AND/OR PERSONAL INJURY, INCLUDING DEATH, THAT MAY RELATE TO OR ARISE OUT OF OR BE OCCASIONED BY (I) RESPONDENT’S BREACH OF ANY OF THE TERMS OF PROVISIONS OF THIS AGREEMENT OR (II) ANY NEGLIGENT ACT OR OMISSION OR INTENTIONAL MISCONDUCT OF RESPONDENT, ITS OFFICERS, AGENTS, ASSOCIATES, EMPLOYEES, CONTRACTORS OR SUBCONTRACTORS, RELATED TO THE PERFORMANCE OF THIS AGREEMENT. THE SUCCESSFUL RESPONDENT(S) WILL COMPLY WITH ALL STATE, FEDERAL, AND LOCAL LAWS INCLUDING BUT NOT LIMITED TO THE AMERICANS WITH DISABILITIES ACT, TITLE VII OF THE CIVIL RIGHTS OF 1964, AGE DISCRIMINATION IN EMPLOYMENT ACT, CIVIL RIGHTS ACT OF 1991, FEDERAL INSURANCE CONTRIBUTIONS ACT (FICA),

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 6 OF RFP NO. 2021-051

    FAIR LABOR STANDARDS ACT, EQUAL PAY ACT OF 1963 AND THE AFFORDABLE HEALTH CARE ACT, AS TO TREATMENT AND COMPENSATION OF ITS EMPLOYEES. RESPONDENT(S) WILL PREPARE PAYROLL CHECKS, MAKE ALL NECESSARY DEDUCTIONS AND PAY ALL TAXES AND MAINTAIN INSURANCE REQUIRED BY FEDERAL, STATE, AND LOCAL LAWS. RESPONDENT ACCEPTS FULL RESPONSIBILITY FOR THE PAYMENT OF WAGES, COMPENSATION, OVERTIME AND BENEFITS TO PERSONNEL. RESPONDENT ACCEPTS RESPONSIBILITY FOR PAYMENT OF ALL TAXES, ASSESSMENTS, FEES, AND FINES THAT MAY BE DUE AND OWING TO ANY LOCAL, STATE OR FEDERAL GOVERNMENT AGENCIES.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 7 OF RFP NO. 2021-051

    SPECIAL TERMS AND CONDITIONS OF THE CONTRACT

    1. CONTRACT TERMS: Vendor(s) will be awarded a twelve (12) month contract, effective from date of award or notice to proceed as determined by Tarrant County Purchasing through March 12, 2022. At Tarrant County’s option and approval by the Vendor, the contract may be renewed for two (2) additional twelve (12) month periods, as further explained in Renewal Options. Prices must remain firm for the entire contract.

    2. RENEWAL OPTION: Tarrant County reserves the right to exercise an option to renew the contract of the Respondent for two (2) additional twelve (12) month periods, provided such option is stipulated in the Special Conditions and agreed upon by both parties. If Tarrant County exercises the right in writing, the Vendor must update and submit any documents required during the initial solicitation by no later than thirty (30) calendar days prior to the commencement of the option period. These required documents must be in force for the full period of the option. If the updated documents are not submitted by the Vendor in complete form within the time specified, Tarrant County may rescind its option and seek a new solicitation.

    3. SECONDARY/ALTERNATE AWARD: Secondary or Alternate Vendors serve in a backup capacity only. In the event the Primary is unable to honor the terms and conditions of the contract, the Secondary Vendor(s) may be called. If the Secondary Vendor is unable to honor the terms and conditions of the contract the Alternate Vendor(s) may be called. The Primary Vendor is the first contact. Use of the Secondary or Alternate Vendor(s) must be approved, in writing, by the Tarrant County Purchasing Agent or his designee in compliance with Texas Local Government Code 262.027(g).

    A. In the event the Secondary or Alternate Vendors are called upon, they will offer the materials and services at their awarded price(s), or better. Any attempt to increase their awarded price(s) may cause the removal of the Vendor from the contract. Calling upon the Secondary or Alternate Vendors does not necessarily affect the status of any awarded Vendor, including the Primary Vendor.

    B. If a Secondary or Alternate Vendor represents themselves as the Primary Vendor without written authorization from the Tarrant County Purchasing Agent, or his designee, the Secondary or Alternate Vendor may be removed from the contract.

    C. Would you, as the Vendor, be willing to accept a Secondary or Alternate Award based on the above?

    _____Yes _____No

    4. COOPERATIVE PURCHASING: Tarrant County has the lead role in developing and encouraging Cooperative Purchasing efforts among governmental entities that participate in its Cooperative Purchasing Program. Cooperative Purchasing can be a great benefit

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 8 OF RFP NO. 2021-051

    SPECIAL TERMS AND CONDITIONS OF THE CONTRACT

    to Tarrant County vendors by providing an avenue to offer materials and services to participating entities. A current list of participating entities is included in this solicitation and an up-to-date list can be found on the Tarrant County website. A. Should other Governmental Entities decide to participate in this contract, would

    you, as the Vendor, agree that all terms, conditions, specifications, and pricing would apply? A “NO” answer could result in complete rejection of the bid.

    _____Yes _____No

    1) If you, the Bidder, checked Yes, the following will apply: a) Governmental Entities utilizing Intergovernmental Contracts with

    Tarrant County will be eligible, but not obligated, to purchase materials and services under the contract(s) awarded because of the solicitation. All purchases by Governmental Entities other than Tarrant County will be billed directly to that Governmental Entity and paid by that Governmental Entity. Tarrant County will not be responsible for another Governmental Entity’s debts. Each Governmental Entity will order their own material and services as needed.

    b) Delivery to governmental entities located within Tarrant County will be at no charge or as otherwise provided for in the Award Document. Delivery charges, if any, for governmental entities located outside Tarrant County shall be negotiated between the Vendor and each governmental entity.

    c) Tarrant County utilizes County Purchase Orders as its primary means of encumbering funds and pays for goods and services utilizing Vendor invoices. In the event Governmental Entities utilizing InterGovernmental Contracts use other payment methods, including but not limited to, purchasing cards, debit cards, check requests or other methods which cause the Vendor to incur service, processing, or other fees, these fees are the responsibility of that Governmental Entity, unless otherwise negotiated with the Vendor.

    d) Vendor(s) awarded contract(s) resulting from bid will be responsible for providing to Tarrant County, at no additional charge, a complete list of all governmental entities currently utilizing the contract and their annual expenditures. This information should be provided ninety (90) days prior to the expiration of the contract, or as otherwise requested by Tarrant County.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 9 OF RFP NO. 2021-051

    Entities Currently Participating in Cooperative Purchasing Program with Tarrant County

    1. ALAMO COMMUNITY COLLEGE DISTRICT

    2. ALAMO HEIGHTS ISD 3. ALLEN ISD 4. ALVARADO ISD 5. ALVORD ISD 6. ANNA FIRE DEPARTMENT 7. ANDERSON COUNTY 8. ANDREWS COUNTY 9. ARANSAS COUNTY

    10. ARGYLE ISD 11. ARLINGTON ISD 12. ARMSTRONG COUNTY 13. ASPERMONT ISD 14. ATASCOSA COUNTY 15. AUBREY ISD 16. AZLE ISD 17. BAILEY COUNTY 18. BASTROP COUNTY 19. BASTROP ISD 20. BELL COUNTY 21. BENBROOK WATER AUTHORITY 22. BETHANY SPEC UTILITY DIST 23. BEXAR COUNTY 24. BIRDVILLE ISD 25. BLUE RIDGE FIRE DEPARTMENT 26. BOSQUE COUNTY 27. BRANCH FIRE DEPARTMENT 28. BRAZORIA COUNTY 29. BRAZOS COUNTY 30. BREWSTER COUNTY 31. BRIAR VOLUNTEER FIRE DEPT. 32. BROOKS CNTY CNSTBLS. PRECS 1-4 33. BROWN COUNTY 34. BULVERDE POLICE DEPARTMENT 35. BURNET COUNTY 36. BYNUM ISD 37. CAMERON COUNTY 38. CANTON ISD 39. CANYON ISD 40. CARROLL ISD 41. CARROLLTON-FARMERS BRANCH ISD 42. CASTLEBERRY ISD 43. CEDAR HILL ISD 44. CHAMBERS COUNTY 45. CHEROKEE COUNTY 46. CITY OF ALEDO 47. CITY OF ALLEN 48. CITY OF ALVORD 49. CITY OF AMARILLO 50. CITY OF ANGLETON 51. CITY OF ANNA 52. CITY OF ARLINGTON 53. CITY OF ATHENS 54. CITY OF AUBREY 55. CITY OF AUSTIN 56. CITY OF AZLE 57. CITY OF BALCH SPRINGS 58. CITY OF BANGS 59. CITY OF BASTROP 60. CITY OF BAYTOWN 61. CITY OF BEDFORD

    62. CITY OF BELLS 63. CITY OF BENBROOK 64. CITY OF BIG SPRING 65. CITY OF BLUE MOUND 66. CITY OF BONHAM 67. CITY OF BOVINA 68. CITY OF BOWIE 69. CITY OF BOYD 70. CITY OF BRIDGE CITY 71. CITY OF BRIDGEPORT 72. CITY OF BROWNWOOD 73. CITY OF BRYAN 74. CITY OF BUDA 75. CITY OF BURKBURNETT 76. CITY OF BURLESON 77. CITY OF CADDO MILLS 78. CITY OF CANTON 79. CITY OF CARROLLTON 80. CITY OF CASTLE HILLS 81. CITY OF CEDAR HILL 82. CITY OF CEDAR PARK 83. CITY OF CELESTE 84. CITY OF CELINA 85. CITY OF CIBOLO 86. CITY OF CLEBURNE 87. CITY OF COCKRELL HILL 88. CITY OF COLLEYVILLE 89. CITY OF COLUMBUS 90. CITY OF COLORADO CITY 91. CITY OF COMBINE 92. CITY OF COMMERCE 93. CITY OF CONVERSE 94. CITY OF COPPELL 95. CITY OF COPPERAS COVE 96. CITY OF CORINTH 97. CITY OF CORSICANA 98. CITY OF CROWLEY 99. CITY OF CUMBY

    100. CITY OF DALWORTHINGTON GRDN 101. CITY OF DE LEON 102. CITY OF DECATUR 103. CITY OF DEER PARK 104. CITY OF DENISON 105. CITY OF DENTON 106. CITY OF DESOTO 107. CITY OF DIBOLL 108. CITY OF DUNCANVILLE 109. CITY OF EARLY 110. CITY OF EASTLAND 111. CITY OF EL PASO 112. CITY OF ELECTRA 113. CITY OF EMORY 114. CITY OF ESCOBARES 115. CITY OF EULESS 116. CITY OF EVERMAN 117. CITY OF FARMERS BRANCH 118. CITY OF FARMERSVILLE 119. CITY OF FERRIS 120. CITY OF FLORESVILLE 121. CITY OF FLOYDADA 122. CITY OF FOREST HILL 123. CITY OF FORNEY

    124. CITY OF FORT WORTH 125. CITY OF FRISCO 126. CITY OF FULSHEAR 127. CITY OF GAINESVILLE 128. CITY OF GALENA PARK 129. CITY OF GALVESTON 130. CITY OF GANADO 131. CITY OF GARLAND 132. CITY OF GATESVILLE 133. CITY OF GEORGETOWN 134. CITY OF GLEN HEIGHTS 135. CITY OF GODLEY 136. CITY OF GRANBURY 137. CITY OF GRAND PRAIRIE 138. CITY OF GRAND SALINE 139. CITY OF GRAPEVINE 140. CITY OF GREENVILLE 141. CITY OF HALTOM CITY 142. CITY OF HARLINGEN 143. CITY OF HASLET 144. CITY OF HEATH 145. CITY OF HEWITT 146. CITY OF HITCHCOCK 147. CITY OF HORIZON CITY 148. CITY OF HUDSON OAKS 149. CITY OF HUNTSVILLE 150. CITY OF HURST 151. CITY OF HUTCHINS 152. CITY OF HUTTO 153. CITY OF INGLESIDE 154. CITY OF IRVING 155. CITY OF ITALY 156. CITY OF JACKSBORO 157. CITY OF JONESTOWN 158. CITY OF JEFFERSON 159. CITY OF JUSTIN 160. CITY OF KATY 161. CITY OF KEENE 162. CITY OF KELLER 163. CITY OF KENNEDALE 164. CITY OF KERMIT 165. CITY OF KILLEEN 166. CITY OF KRUM 167. CITY OF KYLE 168. CITY OF LA GRULLA 169. CITY OF LA VERNIA 170. CITY OF LAKE DALLAS 171. CITY OF LAKE WORTH 172. CITY OF LANCASTER 173. CITY OF LAREDO 174. CITY OF LEAGUE CITY 175. CITY OF LEANDER 176. CITY OF LEWISVILLE 177. CITY OF LINDALE 178. CITY OF LITTLE ELM 179. CITY OF LITTLEFIELD 180. CITY OF LIVE OAK 181. CITY OF LUBBOCK 182. CITY OF LUCAS 183. CITY OF LUFKIN

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 10 OF RFP NO. 2021-051

    Entities Currently Participating in Cooperative Purchasing Program with Tarrant County 184. CITY OF LUMBERTON 185. CITY OF MANSFIELD 186. CITY OF MARSHALL 187. CITY OF MCALLEN 188. CITY OF MCKINNEY 189. CITY OF MELISSA 190. CITY OF MERKEL 191. CITY OF MESQUITE 192. CITY OF MIDLOTHIAN 193. CITY OF MINEOLA 194. CITY OF MINERAL WELLS 195. CITY OF MORGAN’S POINT RESORT 196. CITY OF MURPHY 197. CITY OF NACOGDOCHES 198. CITY OF NEDERLAND 199. CITY OF NEW BRAUNFELS 200. CITY OF NORTH RICHLAND HILLS 201. CITY OF ODESSA 202. CITY OF OVILLA 203. CITY OF PALESTINE 204. CITY OF PARKER 205. CITY OF PASADENA 206. CITY OF PELICAN BAY 207. CITY OF PERRYTON 208. CITY OF PHARR 209. CITY OF PLANO 210. CITY OF PORT ISABEL 211. CITY OF POTEET 212. CITY OF POTTSBORO 213. CITY OF PRINCETON 214. CITY OF QUINLAN 215. CITY OF RALLS 216. CITY OF RED OAK 217. CITY OF RHOME 218. CITY OF RICHARDSON 219. CITY OF RICHLAND HILLS 220. CITY OF RIO GRANDE CITY 221. CITY OF RIVER OAKS 222. CITY OF ROANOKE 223. CITY OF ROBINSON 224. CITY OF ROCKWALL 225. CITY OF ROUND ROCK 226. CITY OF ROWLETT 227. CITY OF ROYSE CITY 228. CITY OF RUNAWAY BAY 229. CITY OF RUSK 230. CITY OF SACHSE 231. CITY OF SAGINAW 232. CITY OF SAN ANGELO 233. CITY OF SAN BENITO 234. CITY OF SAN MARCOS 235. CITY OF SANGER 236. CITY OF SANSOM PARK 237. CITY OF SEAGOVILLE 238. CITY OF SHERMAN 239. CITY OF SOUR LAKE 240. CITY OF SOUTHLAKE 241. CITY OF SOUTHMAYD 242. CITY OF SPRINGTOWN 243. CITY OF STEPHENVILLE 244. CITY OF SULPHUR SPRINGS 245. CITY OF TAFT

    246. CITY OF TAYLOR 247. CITY OF TEMPLE 248. CITY OF TERRELL 249. CITY OF TEXARKANA, AR 250. CITY OF TEXARKANA, TX 251. CITY OF THE COLONY 252. CITY OF UNIVERSAL CITY 253. CITY OF UNIVERSITY PARK 254. CITY OF VAN ALSTYNE 255. CITY OF VENUS 256. CITY OF VERNON 257. CITY OF WACO 258. CITY OF WATAUGA 259. CITY OF WAXAHACHIE 260. CITY OF WEATHERFORD 261. CITY OF WESTWORTH VILLAGE 262. CITY OF WHITE SETTLEMENT 263. CITY OF WHITESBORO 264. CITY OF WHITEWRIGHT 265. CITY OF WILLS POINT 266. CITY OF WILMER 267. CITY OF WINNSBORO 268. CITY OF WYLIE 269. CLAY COUNTY 270. CLEAR CREEK ISD 271. CLEBURNE ISD 272. COCHRAN COUNTY 273. COLLIN COUNTY 274. COLLIN COUNTY COMM COLL DIST. 275. COMAL COUNTY 276. COOKE COUNTY 277. COMMUNITY HEALTHCORE 278. COPPELL ISD 279. CORYELL COUNTY 280. COTTONDALE VOL FIRE DEPT 281. CROWLEY ISD 282. DALLAS COUNTY 283. DALLAS COUNTY UTILITY AND

    RECLAMATION DISTRICT 284. DALLAS/FORT WORTH

    INTERNATIONAL AIRPORT BOARD 285. DALLAS ISD 286. DECATUR ISD 287. DENISON ISD 288. DENTON COUNTY 289. DENTON COUNTY FRESH WATER

    SUPPLY DIST NO. 1-A 290. DENTON COUNTY FRESH WATER

    SUPPLY DIST. NO. 10 291. DENTON ISD 292. DESOTO ISD 293. DIANA SPECIAL UTILITY DISTRICT 294. DUNCANVILLE ISD 295. DUVAL COUNTY 296. EAGLE MOUNTAIN-SAGINAW ISD 297. EAST TEXAS COUNCIL OF GOVS. 298. EASTLAND COUNTY 299. ECTOR COUNTY 300. ECTOR COUNTY ISD 301. EDDY COUNTY, NM 302. EL PASO COUNTY 303. EL PASO CNTY HOSP DIST DBA UNIV

    MEDICAL CENTER OF EL PASO

    304. ELECTRA ISD 305. ELLIS COUNTY 306. ERATH COUNTY 307. EVERMAN ISD 308. FANNIN COUNTY 309. FARMERSVILLE ISD 310. FLOYD COUNTY 311. FORT BEND COUNTY 312. FORT BEND COUNTY ESD#2 313. FORT WORTH HOUSING AUTHORITY 314. FORT WORTH ISD 315. FORT WORTH TRANSP AUTHORITY 316. FRANKLIN COUNTY 317. FREESTONE COUNTY 318. FRISCO ISD 319. GLASSCOCK COUNTY 320. GOLIAD COUNTY 321. GONZALES COUNTY 322. GRAND PRAIRIE ISD 323. GRANDVIEW POLICE DEPT. 324. GRAPEVINE\COLLEYVILLE ISD 325. GRAYSON COUNTY 326. GREENVILLE ISD 327. GREGG COUNTY 328. GRIMES COUNTY 329. GUADALUPE COUNTY 330. HARDIN COUNTY 331. HARRIS-FORT BEND EMG SVCS DIST

    #100 332. HARRIS CNTY EMG SVCS DIST #7 333. HARRIS CNTY EMG SVCS DIST #10 334. HARRIS CNTY EMG SVCS DIST #24 335. HARRIS CNTY EMG SVCS DIST #48 336. HARRISON COUNTY 337. HAWKINS ISD 338. HAYS COUNTY 339. HEART OF TX REG MHMR CENTER 340. HENDERSON COUNTY 341. HEREFORD ISD 342. HILL COUNTY 343. HOOD COUNTY 344. HOPKINS COUNTY 345. HOUSING AUTH OF CITY OF AUSTIN 346. HUMBLE ISD 347. HUNT COUNTY 348. HURST EULESS BEDFORD ISD 349. HUTCHINSON COUNTY 350. IDEA PUBLIC SCHOOLS 351. IRVING ISD 352. JACK COUNTY 353. JASPER COUNTY 354. JEFFERSON COUNTY 355. JEFFERSON CNTY DRAIN. DIST. #7 356. JIM WELLS COUNTY 357. JOHNSON COUNTY 358. JOHNSON COUNTY SUD 359. JOSHUA ISD 360. KARNES COUNTY 361. KAUFMAN COUNTY 362. KAUFMAN ISD 363. KELLER ISD

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 11 OF RFP NO. 2021-051

    Entities Currently Participating in Cooperative Purchasing Program with Tarrant County 364. KENNEDALE ISD 365. KERENS ISD 366. KINNEY COUNTY 367. KRUM ISD 368. LAKE DALLAS ISD 369. LAKE WORTH ISD 370. LAMAR COUNTY 371. LAMB COUNTY 372. LAMPASAS COUNTY 373. LAVON POLICE DEPARTMENT 374. LEON COUNTY 375. LEONARD ISD 376. LEWISVILLE ISD 377. LIMESTONE COUNTY 378. LITTLE ELM ISD 379. LOVEJOY ISD 380. LOWRY CROSSING VOL FIRE DEPT. 381. LUBBOCK COUNTY 382. MANSFIELD ISD 383. MAVERICK COUNTY 384. MCKINNEY ISD 385. MCLENNAN COUNTY 386. MCLENNAN COMM. COLLEGE 387. MARILEE SPECIAL UTILITY DIST. 388. MEDINA VALLEY ISD 389. MHMR OF TARRANT COUNTY 390. MIDLAND COUNTY 391. MIDLAND ISD 392. MIDWAY ISD 393. MILAM COUNTY 394. MILLS COUNTY 395. MONAHANS WICKETT PYOTE ISD 396. MONTGOMERY COUNTY 397. MONTGOMERY COUNTY EMG SVCS

    DIST NO. 10 (ESD 10) 398. MONTGOMERY CNTY HOSP DIST. 399. MOUNT PLEASANT POLICE DEPT. 400. MOUNT VERNON POLICE DEPT. 401. NACOGDOCHES COUNTY 402. NAVARRO COUNTY 403. NEVADA VOL. FIRE DEPT. 404. NEW CANEY ISD 405. NOLAN COUNTY 406. NORMANGEE ISD 407. NORTH CENTRAL TX CNCL OF GOVS 408. NORTH TX MUNICIPAL WATER DIST 409. NORTH TEXAS TOLLWAY AUTH 410. NORTHWEST ISD 411. NUECES COUNTY 412. OLTON POLICE DEPARTMENT 413. ORANGE COUNTY 414. ORANGE CNTY DRAINAGE DIST 415. PALO PINTO COUNTY 416. PANOLA COUNTY 417. PARADISE ISD 418. PARKER COUNTY 419. PARKER CNTY EMG SERVS DIST 1 420. PARMER COUNTY 421. PASADENA ISD 422. PLANO ISD 423. POTTER COUNTY 424. PUBLIC TRANSIT SERVICE OF

    MINERAL WELLS 425. QUINLAN ISD 426. RAINS COUNTY ESD #1 427. RANCHO VIEJO POLICE DEPT. 428. RANDALL COUNTY 429. RED OAK ISD 430. RED RIVER COUNTY 431. REFUGIO COUNTY 432. REGION 9 EDUCATION SERVICE

    CENTER OF WICHITA 433. REGION 11 EDUCATION SERVICE

    CENTER (ESC) 434. RICHARDSON ISD 435. ROCKWALL COUNTY 436. ROUND ROCK ISD 437. SAM RAYBURN ISD 438. SAN JACINTO COM COLL DIST. 439. SAN PATRICIO COUNTY 440. SCHLEICHER COUNTY 441. SEABROOK VOL FIRE DEPT. 442. SENIOR CENTER RESOURCE AND

    PUBLIC TRANSIT, INC. OF HUNT CNTY 443. SEVEN POINTS FIRE RESCUE 444. SHERMAN ISD 445. SMITH COUNTY 446. SPRINGTOWN ISD 447. SOUTH MONTGOMERY FIRE DEPT 448. SOUTH TEXAS COLLEGE 449. SPAN, INC. 450. STARR COUNTY 451. STEPHENS COUNTY 452. STERLING COUNTY 453. STONEWALL COUNTY 454. TARLETON STATE UNIVERSITY 455. TARRANT APPRAISAL DISTRICT 456. TARRANT COUNTY 9-1-1 EMG

    ASSISTANCE DISTRICT 457. TARRANT COUNTY COLLEGE DIST. 458. TARRANT COUNTY EMERGENCY

    SERVICES DISTRICT 1 459. TARRANT COUNTY HOSP DIST 460. TARRANT COUNTY WORKFORCE

    DEVELOPMENT BOARD 461. TARRANT REGIONAL WATER DIST 462. TAYLOR COUNTY 463. TEMPLE COLLEGE 464. TERRELL ISD 465. TEXARKANA ISD 466. TEXAS A&M UNIVERSITY AT

    COMMERCE 467. TEXAS A&M UNIVERSITY-KINGSVILLE 468. TEXAS A& M UNIV.-TEXARKANA 469. TEXAS ALCOHOLIC BEVERAGE COMM. 470. TEXAS DEPT. OF PARK/WILDLIFE 471. TEXAS DEPT. OF PUBLIC SAFETY 472. TEXAS WOMAN’S UNIVERSITY 473. THE WOODLANDS TOWNSHIP 474. TITUS COUNTY 475. TML MULTISTATE INTERGOV

    EMPLOYEE BENEFITS POOL 476. TOM GREEN COUNTY 477. TOWN OF ADDISON 478. TOWN OF ARGYLE

    479. TOWN OF DOUBLE OAK 480. TOWN OF EDGECLIFF VILLAGE 481. TOWN OF FAIRVIEW 482. TOWN OF FLOWER MOUND 483. TOWN OF HICKORY CREEK 484. TOWN OF HIGHLAND PARK 485. TOWN OF LAKESIDE 486. TOWN OF LITTLE ELM 487. TOWN OF NORTHLAKE 488. TOWN OF PANTEGO 489. TOWN OF PECOS CITY 490. TOWN OF PONDER 491. TOWN OF PROSPER 492. TOWN OF PROVIDENCE VILLAGE 493. TOWN OF SUNNYVALE 494. TOWN OF TROPHY CLUB 495. TOWN OF WESTLAKE 496. TOWN OF WESTOVER HILLS 497. TRAVIS COUNTY 498. TRAVIS CNTY EMG SVCS DIST NO.6 499. TRAVIS CNTY HEALTHCARE DISTRICT 500. TRINITY RIVER AUTHORITY 501. TYLER JUNIOR COLLEGE 502. U.S. MARSHALS SERVICE 503. UNIVERSITY OF NORTH TEXAS 504. UNIVERSITY OF NORTH TEXAS

    HEALTH SCIENCE CENTER 505. UNIVERSITY OF TEXAS AT ARLINGTON 506. UNIVERSITY OF TEXAS AT DALLAS 507. UNIV OF TX MD AND.CANCER CTR 508. UPPER TRINITY REG WATER DIST. 509. UPSHUR COUNTY 510. UPTON COUNTY 511. VAL VERDE COUNTY 512. VAN ALSTYNE ISD 513. VAN ZANDT COUNTY 514. VERNON ISD 515. VICTORIA COUNTY 516. WACO ISD 517. WALKER COUNTY 518. WALLER COUNTY 519. WARD COUNTY 520. WAXAHACHIE ISD 521. WEATHERFORD COLLEGE 522. WEATHERFORD ISD 523. WEST TEXAS A&M UNIVERSITY 524. WESTMINSTER FIRE DEPT. 525. WESTON VOLUNTEER FIRE DEPT 526. WHITE SETTLEMENT ISD 527. WILLIAMSON COUNTY 528. WILLIAMSON CNTY EMG SVCS DIST

    #3 529. WILSON COUNTY 530. WINKLER COUNTY 531. WINNSBORO HOUSING AUTHORITY 532. WINNSBORO ISD 533. WISE COUNTY 534. WOOD COUNTY 535. YMCA OF METROPOLITAN DALLAS 536. YOUNG COUNTY 537. ZAPATA COUNTY

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 12 OF RFP NO. 2021-051

    SPECIAL TERMS AND CONDITIONS OF THE CONTRACT

    5. MINIMUM INSURANCE REQUIREMENTS: A. Vendor shall take out, pay for and maintain at all times during the prosecution of

    the work under the contract, the following forms of insurance, in carriers acceptable to and approved by Tarrant County. 1) Workers' Compensation/Employer’s Liability

    a. Worker’s Compensation — statutory b. Employer’s Liability — $500,000

    2) Commercial General Liability: a. Bodily Injury/Personal Injury/Property Damage

    — $1,000,000 per occurrence/$2,000,000 aggregate 3) Auto Liability:

    a. Combined Single Limit (CSL) — $500,000 per occurrence B. Tarrant County reserves the right to review the insurance requirements of this

    section during the effective period of the contract and to require adjustment of insurance coverage and their limits when deemed necessary and prudent by Tarrant County based upon changes in statutory law, court decisions, or the claims history of the industry as well as the Vendor.

    C. Required Provisions: 1) Proof of Carriage of Insurance − All Certificates of Insurance will be required

    in duplicate and filed with the Tarrant County Purchasing Agent and the Budget and Risk Management Department at 100 East Weatherford Street, Suite 305, Fort Worth, Texas 76196 prior to work commencing.

    2) All Certificates shall provide Tarrant County with an unconditional thirty (30) day written notice in case of cancellation or any major change.

    3) As to all applicable coverage, policies shall name Tarrant County and its officers, employees, and elected representatives as an additional insured.

    4) All copies of the Certificates of Insurance shall reference the project name and Proposal number for which the insurance is being supplied.

    5) The Respondent agrees to waive subrogation against Tarrant County, its officers, employees, and elected representatives for injuries, including death, property damage, or any other loss to the extent the loss, if any, is covered by the proceeds of insurance.

    6) The Respondent is responsible for making sure any subcontractor(s) performing work under this agreement has the required insurance coverage(s) and supplies Tarrant County with the proper documents verifying the coverage.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 13 OF RFP NO. 2021-051

    SPECIAL TERMS AND CONDITIONS OF THE CONTRACT

    6. CRIMINAL BACKGROUND CHECK: A. If this contract requires that Vendor personnel access Tarrant County Data (either

    on-site or remotely) or access secure areas of Tarrant County Facilities, then Vendor personnel may be required to undergo a Criminal Justice Information Services (CJIS) Background Check, a Human Resources Criminal Background Check, or a Sheriff’s Criminal Background Check. Criminal Background Checks will be paid for by Tarrant County.

    1. The Vendor must provide information, including, but not limited to, Employee Name, date of birth, and driver’s license number for each individual required to pass a Criminal Background Check.

    2. Award of a contract could be affected by the Vendor’s refusal to agree to these terms.

    3. Failure of the Vendor to supply personnel who pass a Criminal Background Check could affect the award of the contract or could result in the termination of the contract.

    4. The Criminal Background Check applies to the individual and not the Company.

    5. Passing status must be maintained by Vendor personnel for the duration of the contract.

    7. INFORMATION TECHNOLOGY HOSTED OR CLOUD SOLUTION: A. The following is only applicable when the Vendor is providing Information

    Technology hosted or cloud solution: 1. Confidentiality, Integrity, Availability (CIA) Vendor shall protect the Confidentiality, Integrity, and Availability (CIA) of

    all Tarrant County Data ensuring extra levels of security. All Tarrant County information must remain private and permit redaction of protected information before publication. Audit trails cannot be altered.

    2. Breach Notification Vendor agrees that upon discovery of unauthorized access to Tarrant

    County Data, Vendor shall notify Tarrant County both orally and in writing. In no event shall the notification be made more than forty-eight (48) hours after Vendor knows or reasonably suspect unauthorized access has or may have occurred. In the event of a suspected unauthorized Access, Vendor agrees to reasonably coordinate with Tarrant County to investigate the occurrence.

    3. Data All Tarrant County data will remain in the 48 contiguous United States at all

    times.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 14 OF RFP NO. 2021-051

    4. Right to Audit Tarrant County reserves the right to audit Vendor datacenters which house

    Tarrant County Data or receive SSAE 16 SOC Type II audits from a reputable security advisory service firm (e.g. EY, Deloitte, KPMG, PWC, Coalfire, etc.).

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 15 OF RFP NO. 2021-051

    BOND REQUIREMENTS

    Bid Bond THERE IS “NO BID BOND” REQUIRED ON THIS PROJECT!!!

    Power of Attorney Attorney-in-fact who signs bids or contract bonds must file with each bond a certified and current copy of the power of attorney.

    Payment Bond and Performance Bond shall be as follows: For a contract in excess of $25,000, a Payment Bond shall be executed in the amount of the contract solely for the protection of all claimants supplying labor or furnishing the material used on this project. For a contract in excess of $100,000, a Performance Bond shall be executed in the amount of the contract upon the faithful performance of the work in accordance with the plans, specifications, and contract documents. This bond shall be solely for the protection of Tarrant County. The cost for Bond premiums must be included in the Bid Price.

    Note: Payment and Performance Bonds must be issued by an insurance/surety company licensed and authorized by the Texas State Board of Insurance to do business in the State of Texas.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 16 OF RFP NO. 2021-051

    SPECIAL CONDITIONS OF THE CONTRACT

    I. TERMS AND DEFINITIONS. A. Definitions are provided for those terms listed below.

    1. Agreement Execution – The date on which Service Provider executes and enters into an Agreement with the County to perform the Work.

    2. Agreement Price – The total monies, adjusted in accordance with any provision herein, payable to the Service Provider under this Agreement.

    3. Authorized Representative – County employees and/or contracted individuals designated by the County or County Debris Manager.

    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.

    5. Cleanup Crew – A group of individuals and/or an individual working for the Service Provider collecting disaster debris.

    6. 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.

    7. Contract – The Agreement Documents specifically identified and incorporated herein by reference in Attachment 2, Sample Contract.

    8. Contract Time – The period of time stated in this Agreement for the completion of the Work.

    9. County – Tarrant County, Texas, a political subdivision of the State of Texas.

    10. County Debris Manager – The County will designate a Debris Manager, who will lead the debris removal process and provide general oversight for all phases of debris removal operations within the County.

    11. County Approved Final Disposal Site – A final disposal location approved in writing by the County.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 17 OF RFP NO. 2021-051

    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, construction and demolition debris and personal property.

    13. Debris Clearance – Clearing roads by pushing debris to the roadside to accommodate emergency traffic.

    14. Debris Management Site (DMS) – A location to temporarily store, reduce, segregate and/or process debris before it is hauled to its final disposition. May also be referred to as a Temporary Debris Storage and Reduction Site (TDSR Site) or Temporary Debris Staging and Processing Facility (TDSPF).

    15. Debris Monitoring – Actions taken by applicants in order to document eligible quantities and reasonable expenses during debris activities to ensure that the work complies with the contract scope-of-work and/or is eligible for federal or state grant reimbursement.

    16. Debris Removal – Picking up debris and taking it to a debris management site, composting facility, recycling facility, permanent landfill or other reuse or end-use facility.

    17. Debris Removal Contractor – Also referred to as the “Service Provider” in this document, conducts debris removal operations per the terms of the contract. Term includes primary contractor(s), subcontractors and individual crews.

    18. Demobilization – Following the completion of services provided under the resulting contract, the Service Provider will remove all equipment, supplies and other associated materials involved in the services provided to the County. The Service Provider will leave all sites utilized clean and restored to the original state as approved by the County and verified through soil and groundwater samples.

    19. 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.

    20. Department – The Director or designee of requesting department(s) named in this solicitation.

    21. Disaster Specific Guidance – Disaster Specific 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.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 18 OF RFP NO. 2021-051

    22. Drawings - Collectively, all the drawings, receipt of which is acknowledged by the COUNTY, listed in this Agreement, and such supplementary drawings as the Service Provider may issue from time to time in order to clarify or explain such drawing or to show details which are not shown thereon.

    23. Eligible – Eligible means qualifying for and meeting the most current stipulated requirements (at the time written Release Orders are issued and executed by the County to the Service 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, 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.

    24. Emergency 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. (See definition 36) 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, 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.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 19 OF RFP NO. 2021-051

    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 (2) from the ground. The current eligibility requirements for leaning trees according to FEMA Publication 325 include:

    • The tree has more than 50 percent 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:

    • 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 – 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 characteristics: ignitability, corrosively, reactivity or toxicity.

    • HHW must be located within a designated disaster area and be removed from an eligible applicant’s 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.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 20 OF RFP NO. 2021-051

    The collection of commercial disaster related hazardous waste is generally not eligible for reimbursement. Tarrant County may utilize existing environmental contractor 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. Monitor – Person that observes day-to-day operations of debris removal crews to ensure they are performing eligible work, meeting the County’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.)

    37. Mutual Aid Agreement – A written understanding between communities and States obligating assistance during a disaster. See FEMA RP9523.6, Mutual Aid Agreements for Public Assistance and Fire Management Assistance.

    38. 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.

    39. Outbuilding – Any structure secondary to a house such as a barn, shed or outhouse separated from the main structure.

    40. Recycling – The recovery or use of wastes as a raw material for making products of the same or different nature as the original product.

    41. Refrigerant – Ozone depleting compound that must be removed from white goods or other refrigerant containing items prior to recycling or disposal.

    42. Regulated Waste – Any waste that is regulated by the EPA, TCEQ or local rules/ordinance.

    43. Right of Entry – As used by FEMA, the document by which a property owner confers to an eligible applicant or its Service Provider or the United States Army Corps of Engineers the right to enter onto private property for a specific purpose without committing trespass.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 21 OF RFP NO. 2021-051

    44. 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.

    45. 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. Service Provider – The party or parties contracting directly with the County to perform Work pursuant to this Agreement.

    47. Specifications – The written technical provisions including all appendices thereto, both general and specific, which form a part of the Agreement Documents.

    48. Subservice Provider – Any person, firm, partnership, joint venture, company, corporation, or entity having a contractual agreement with Service Provider or with any of its subservice providers at any tier to provide a part of the Work called for by this Agreement.

    49. Supplemental Agreement – A written order to Service Provider signed by the County and accepted by Service 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.

    50. Temporary Debris Staging and Processing Facility (TDSPF) – Site where collected debris is taken by the Service Provider(s) for staging and processing prior to final disposal. May also be referred to as a Debris Management Site (DMS).

    51. Temporary Debris Storage and Reduction Site (TDSR Site) – TDSR sites are locations designated by the County for the storage and reduction of disaster related debris.

    52. Tipping Fee – A fee charged by landfills or other waste management facilities based on the weight or volume of debris dumped.

    53. 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.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 22 OF RFP NO. 2021-051

    54. 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:

    • 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.

    55. 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 ground-water to a drinking-water supply.

    56. 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 applicant’s 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.

    57. 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 Service Provider under this Agreement.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 23 OF RFP NO. 2021-051

    II. ACRONYMS. ACM ............. Asbestos Containing Material C&D ............. Construction and Demolition CBRA ........... Coastal Barrier Resources Act CBRN .......... Chemical, Biological, Radiological and Nuclear CBRS ........... Coastal Barrier Resources System CEI .............. Construction Engineering and Inspection CFR ............. Code of Federal Regulations CTS .............. Central Transfer Station CWA ............ Clean Water Act DDIR ............ Detailed Damage Inspection Report DMS ............. Debris Management Site DOT ............. Department of Transportation DPW ............ Department of Public Works DRM ............. Disaster Recovery Manager DTFL ............ Debris Task Force Leader EO ................ Executive Order EMC ............. Emergency Management Coordinator EPA .............. Environmental Protection Agency ER ................ Emergency Relief ESA .............. Endangered Species Act ESF .............. Emergency Support Function FEMA ........... Federal Emergency Management Agency FHWA .......... Federal Highway Administration FMIS ............ Fiscal Management Information System TCEQ ........... Texas Commission on Environmental Quality TxDOT ......... Texas Department of Transportation GIS ............... Geographic Information System GPS ............. Global Positioning System HHW ............ Household Hazardous Waste HUD ............. Department of Housing and Urban Development IA ................. Individual Assistance ICS ............... Incident Command System JFO .............. Joint Field Office MRE ............. Meals Ready to Eat NEPA ........... National Environmental Policy Act

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 24 OF RFP NO. 2021-051

    NHPA ........... National Historic Preservation Act NRCS ........... Natural Resources Conservation Service NRF ............. National Response Framework OCC ............. Office of Chief Counsel OEM ............. Office of Emergency Management OSHA ........... Occupational Safety and Health Administration PA ................ Public Assistance PDA ............. Preliminary Damage Assessment PNP ............. Private Nonprofit PPDR ........... Private Property Debris Removal PPE .............. Personal Protective Equipment PW ............... Project Worksheet RACM .......... Regulated Asbestos Containing Material RCRA ........... Resource Conservation and Recovery Act RFB .............. Request for Bid RFP .............. Request for Proposals ROE ............. Right-of-Entry ROW ............ Right-of-Way RRC ............. Rapid Response Crew SHPO ........... State Historic Preservation Officer TDSPF ......... Temporary Debris Staging and Processing Facility TDSR Site .... Temporary Debris Storage and Reduction Site TSDF ........... Hazardous Waste Treatment, Storage, and Disposal Facility USACE ........ United States Army Corps of Engineers USCG .......... United States Coast Guard USDA ........... United States Department of Agriculture VOCs ........... Volatile Organic Compounds

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 25 OF RFP NO. 2021-051

    III. PROPOSAL FORMAT. A. Proposals must be submitted on 8-1/2” x 11” size paper and should be typed using

    a minimum 10-point standard font with sections and sub-sections identified appropriately. Graphic illustrations (including organizational charts and maps) may be shown on 11” x 17” paper provided it is folded to 8-1/2” x 11” and will count as one (1) page. Required submittals (a–i), résumés, contribution to local economy information and project references, however, will not be included in the page count. Proposal narratives do not have a page limit restriction. An appendix may be provided that includes résumés and examples of relevant work experience. The Proposal narrative and appendices should be bound together in a single submittal. One (1) original of the Proposal and three (3) copies should be submitted.

    B. The proposal should be divided into nine (9) tabbed sections with references to all parts of this Request for Proposal (RFP) done on a section number/paragraph number/letter basis. The nine (9) sections shall be named: 1. Required Submittals:

    a. Letter of Transmittal: This letter will summarize in a brief and concise manner the Service Provider’s understanding of the scope of work and make a positive commitment to perform the work in a professional and timely manner. The letter should name all of the persons authorized to make representations for the Service Provider, including the titles, addresses and telephone numbers of such persons. An authorized agent of the Service Provider must sign the Letter of Transmittal indicating the agent’s title or authority. The letter should not exceed two (2) pages in length.

    b. Type of Business: The Service Provider shall identify the type of business entity involved (e.g., sole proprietorship, partnership, corporation, joint venture, etc.). The Service Provider shall identify whether the business entity is incorporated in Texas, another state, or a foreign country.

    c. FEIN: Provide the Federal Employer Identification Number of the Service Provider.

    d. Principals: The proposal must name all persons or entities serving or intending to serve as principals in the Service Provider’s firm. Identify each principal of the firm and any other “key personnel” who will be professionally associated with the development and/or presentation of the proposal.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 26 OF RFP NO. 2021-051

    e. Summary of Litigation: Provide a summary of any litigation, claim(s), or contract dispute(s) filed by or against the Service Provider in the past five (5) years which is related to the services that the Service Provider provides in the regular course of business. The summary shall state the nature of the litigation, claim or contract dispute, a brief description of the case, the outcome or projected outcome, and the monetary amounts involved. State if there are no litigation claim(s) or contract dispute(s) filed by or against the Service Provider in the past five (5) years.

    f. License Sanctions: List any regulatory or license agency sanctions. State if there are no license sanctions against the Service Provider.

    g. Acknowledgment of Addenda: Include a signed and dated copy of last addendum issued by the County, if any.

    h. Past Performance: Service Provider(s) should list and provide required information from all debris removal projects in excess of 350,000 cubic yards within the past ten (10) years. Failure to list and provide the required information from any project the Service Provider has managed in excess of 350,000 cubic yards within the past ten (10) years may result in proposal rejection. Required information from each project listed includes total cubic yards collected, total dollar amount of each project and corresponding amount reimbursed to the applicant. The Service Provider must also provide a contact person, telephone number, fax number and e-mail address for each project. See below for an example format.

    Project Date Total CY

    Total Dollar Amount Invoiced

    Federal Reimbursement

    Amount Contact Comments

    City, State (Tarrant County)

    MM/YY to

    MM/YY 800,000 $7,590,000 $7,590,000

    Name Title Phone Number Fax Number E-mail Address

    i. Other Contractual Obligations: Include a list of other contractual

    obligations at the time of response submittal to Tarrant County.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 27 OF RFP NO. 2021-051

    2. Project Understanding and Technical Approach: Provide a statement demonstrating an understanding of the services and support required by this RFP. State how the Service Provider will approach the project and the methodology to be used to perform the services described in the Scope of Services. The technical approach should also outline the following: a. Ability to manage activation of multiple contracts b. Mobilization and demobilization plan c. Documenting and resolving damages d. Invoicing and data management

    3. Personnel: A list of personnel assigned to the County in the event of contract activation. Information should be presented in the form of a table. The list should include but is not limited to:

    • Contact persons, including telephone numbers and e-mail address

    • Project manager – must have five (5) years of experience

    • Operations manager – must have three (3) years of experience

    • Other key personnel assigned to the project/this Agreement Changes to personnel listed on the proposal at the time of an event must be communicated to the County and are subject to approval by the County. Tarrant County also reserves the right to request the substitution of any personnel as the County deems necessary.

    4. Résumés: Provide résumés for the project manager, operations manager and other key personnel proposed for this program.

    5. Typical Debris Management Site (DMS) Safety Plan and Operational Plan: Provide a description of the firm’s typical DMS safety plan and operational plan. Any changes to the site safety plan or operational plan must be provided to the County and are subject to County’s approval. Tarrant County also reserves the right to request changes to the Service Provider r(s) site safety plan or operational plan.

    6. Subcontracting Plan: A subcontracting plan that includes items such as a description of percentage of work to be subcontracted and a list of subcontractors.

    7. Licenses and Certificates: List any licenses or certifications related to the scope or work described in this RFP. State if the Service Provider does not have any related or applicable licenses or certifications.

    8. Insurance Requirements: Service Provider must meet the insurance requirements set forth in the Special Conditions – Insurance Requirements section of the RFP.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 28 OF RFP NO. 2021-051

    9. Price Proposal: Respondent shall submit a Complete Price Book detailing services and prices and the Price Proposal forms included in this RFP. For any item indicated as $0, an explanation must be provided to explain how this cost will be assessed if the item is encountered.

    10. Response Submission: Proposals should be submitted with the information placed in the following order and divided into sections with all pages numbered consecutively:

    Required Forms. a. Signature Form, with signature. b. Addendum Signature Form(s) with signature (if applicable). c. Compliance with Federal and State Laws Form with signature. d. References. e. Deficiencies and Deviation Form. f. Secondary/Alternate Award (page 6) with response. h. HUB Certificate/Form for Disadvantaged Business Enterprises and

    HUB Certificate (if applicable). Please write “NA” on the form if it is not applicable.

    IV. EVALUATION METHOD.

    A. Proposals will be evaluated and scored by the Proposal Evaluation Committee based on the scoring criteria as outlined in this document.

    B. There will be no bias in terms of a solution and/or a solution framework so as to afford all consultants an even playing field when the proposals are evaluated. The County reserves the right to ask for additional information and clarification from or about any or all consultants.

    C. Please make sure the contact information for the references you provide is correct. References are usually contacted via e-mail and it is very important that they reply in a timely manner.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 29 OF RFP NO. 2021-051

    V. EVALUATION CRITERIA. A. The following criteria and weights shall be utilized in the evaluation of the

    proposals:

    CRITERIA MAXIMUM POINTS EXPERIENCE AND PAST PERFORMANCE • Experience of the firm/individual’s, credentials and training • List and description of similar services and how they relate to

    the County’s needs, past performance and demonstrated experience

    20

    DEMONSTRATED ABILITY TO PERFORM THE REQUIRED WORK • Understanding of the scope of the project; approach to the

    project • Contract Litigation • Appropriateness of fleet • Include potential subcontractor information

    15

    PRICE PROPOSAL 30

    REFERENCES 10

    SAFETY RECORD 15 OTHER CONTRACTUAL OBLIGATIONS • Resource availability, including all resources • Number of Contracts in place within 16 County (North Central

    Texas Council of Governments Region) (Wise, Denton, Collin, Hunt, Palo Pinto, Parker, Tarrant, Dallas, Rockwall, Kaufman, Erath, Hood, Somervell, Johnson, Ellis, Navarro Counties)

    10

    VI. BACKGROUND.

    A. Tarrant County, Texas is requesting proposals from qualified individuals/firms for a stand-by contract for the clearance, demolition, removal, reduction, and disposal of disaster debris as directed by the County in order to eliminate immediate threat to the public health and safety. Also required is the elimination of immediate threats of significant damage to improved public or private property and that which is considered essential to ensure economic recovery of the affected community. Respondents shall provide disaster recovery technical program management assistance to County officials. Work under this proposal will be utilized on an “as needed” basis or when notice to proceed is given to the successful proposer(s). Tarrant County has a Debris Management Plan included in Annex K, Public Works & Engineering of our Emergency Operations Plan.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 30 OF RFP NO. 2021-051

    Tarrant County does not have any identified debris management sites at this time but will be creating a standalone debris management plan in the future to identify these sites for unincorporated areas of Tarrant County.

    B. The Respondent shall have an excellent understanding of the documentation involved for the reimbursement from FEMA, FHWA, or other federal agency, and the state relief programs to make the process of cost recovery efficient and accurate. The processes and documentation required will be in strict compliance with FEMA, FHWA, or other federal agency, and other state relief programs regulations regarding eligibility.

    C. Primary, secondary, and alternate Service Providers may be selected to provide differing elements or levels of scope of work in accordance with the capabilities and extent of involvement each respondent proposes.

    VII. ANNUAL COORDINATION MEETING. A. The successful Respondent(s) shall be required to attend an annual coordination

    meeting with the County at no additional cost to the County.

    VIII. DESCRIPTION OF DESIGNATED AREAS. A. The designated area for debris removal (the County right-of-way) is comprised of

    the unincorporated areas of Tarrant County and includes public property and Right-of-Way (ROW), County parks and County debris staging areas within the County and may include private segments within the jurisdictional boundaries of the County. The County Debris Manager may also authorize the Service Provider to perform debris removal on non-County roadways or other areas, as directed in writing by the County Debris Manager.

    B. The County Debris Manager will authorize and approve which services the Service Provider shall provide from the scope of services and which zones/areas must be prioritized.

    C. All debris identified by the County Debris Manager shall be removed. The number of complete passes the Service Provider shall conduct through the County is at the discretion of the County Debris Manager. Partial removal of debris piles is strictly prohibited. The Service Provider shall not move from one (1) designated work area to another designated work area without prior approval from the County 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 Service Provider shall not enter onto private property during the performance of this contract unless specifically authorized by the County Debris Manager in writing.

    D. 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.

    E. Service Provider shall deliver all disaster related debris to the County Approved Debris Management Site (DMS) or County approved Final Disposal Site that has

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 31 OF RFP NO. 2021-051

    been approved to receive disaster-generated debris and adhere to all local, state and federal regulations.

    F. All Final Disposal Sites must be approved, in writing, by the County Debris Manager. The Service Provider will be responsible for the handling, reduction and final haul-out and disposal of all reduced and unreduced debris. DMS operations and remediation must comply with all local, state and federal safety and environmental standards. The Service Provider reduction, handling, disposal and remediation methods must be approved, in writing, by the County Debris Manager.

    G. Payment for disposal costs such as tipping fees incurred by the Service Provider at a County approved Final Disposal Site that meet local, state and federal regulations for disposal will be reimbursed by the County as a pass-through cost. Prior to reimbursement by the County, the Service Provider must furnish an invoice in hard copy and electronic format matching scale/weigh tickets numbers with load ticket or haul out ticket numbers and other applicable information. The Service Provider will also be required to provide proof of Service Provider payment to the County approved Final Disposal Site.

    H. The Service 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.

    I. The County reserves the right to inspect DMS, verify quantities and review operations at any time.

    IX. DEBRIS MANAGEMENT SITES. A. The Service Provider is responsible for providing a sufficient number of DMS to

    support the event in which the contract is activated. The proposed DMS must be approved by the County. Depending on the event, the County may provide the Service Provider with DMS locations within the County. The cost associated with acquiring, preparing, leasing, renting, operating, and remediating land used as DMS in the County is a cost borne by the Service Provider and compensated based on the Service Provider’s bid for site management and reduction of debris.

    B. The Service Provider will prepare and maintain the DMS facility(ies) to accept and process all eligible storm debris. Preparation and maintenance of facilities shall include the following:

    • Maintaining the DMS 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.

    • Ensuring only Service Provider vehicles and others specifically authorized by the County will be allowed to use the DMS.

    • Providing DMS utilities which include but are not limited to water, lighting, and portable toilets.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 32 OF RFP NO. 2021-051

    • Providing traffic control which includes but is not limited to traffic cones and staff with traffic flags.

    • Providing DMS dust control and erosion control which includes but is not limited to an operational water truck, silt fencing, and other best management practices.

    • Providing DMS fire protection which includes but is not limited to an operational water truck (sufficient and equipped for fire protection), fire breaks, and a site foreman.

    • Providing 24-hour site security for each DMS. • Restoring the site to its original condition prior to site use. Site remediation

    includes returning original site grade, sod, and other physical features. 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 have to be demolished at the County’s direction.

    C. The County may also establish designated homeowner drop-off sites. The Service Provider will be responsible for removing all debris from those sites daily.

    D. The Service Provider’s Operations Manager will assign a Foreman to the (each) DMS, who will be responsible for the management of all operations of the site, including traffic control, dumping operations, segregation of debris, grinding, fire protection, and safety. The DMS Foreman will be responsible for monitoring and documenting equipment and labor time and providing the daily operational report to the Service Provider’s Operation Manager, who will in turn provide this information to the County. These daily reports must meet the requirements of FEMA or other federal agency, and other reimbursement and regulatory governmental agencies.

    E. The Service Provider will be responsible for returning all utilized DMS to their original condition prior to site use. DMS remediation will include, but is not limited to, returning the original site grade, fill dirt, base material, sod, and other physical features. DMS site remediation will also include returning all utilized sites to their original condition as verified through soil and groundwater samples. DMS 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.

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 33 OF RFP NO. 2021-051

    X. STATEMENT OF WORK.

    A. Under this contract, work shall consist of coordinating and mobilizing an appropriate number of cleanup crews, as determined by the County Debris Manager. Work shall also include the clearing and removing of any and all “Eligible” debris as most currently defined (at the time written notice to proceed is issued to the Service Provider) by the Public Assistance grant program guidelines, Federal 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 County Debris Manager. 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 17. Work will include: 1) examining debris to determine whether or not debris is eligible; 2) loading the debris; 3) hauling debris to County approved DMS(s) or County approved Final Disposal Site(s); 4) reducing disaster related debris; 5) hauling reduced debris to a County approved Final Disposal Site; and 6) disposing of reduced debris at a County 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 Service Provider by the County Debris Manager. It shall be the Service Provider’s responsibility to load, transport, reduce and properly dispose of any and all disaster generated debris which is the result of the event under which the Service Provider was issued notice to proceed, unless otherwise directed by the County Debris Manager, in writing.

    B. County personnel will complete the initial debris clearance for access from public streets, including the moving of debris to unblock a street. The County intends to perform debris clearance for access within its own forces or under existing contracts between the County and local firms. However, in a significant disaster, these resources may be insufficient to perform the clearance activities in a timely manner and the Service Provider may be directed to perform them.

    C. After activation of the contract and after a preliminary damage assessment, the County and the Service Provider, together, will establish a schedule of events depending on the severity of the disaster surrounding the County. 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

  • RFP FOR DISASTER DEBRIS REMOVAL, REDUCTION, DISPOSAL, AND OTHER EMERGENCY RELATED SERVICES

    PAGE 34 OF RFP NO. 2021-051

    D. These last pass dates shall be very important to both the County and the Service Provider because of the liquidated damages that may be implemented, if the Service Provider does not meet these dates.

    E. Scope of services under this contract includes, but is not limited to: 1. Emergency Road Clearance

    At the request of the County this contract, work shall consist of all labor, equipment, fuel and associated costs necessary to clear and remove debris from County roadways, to make them passable immediately following a declared disaster. All roadways designated by the County Debris Manager shall be clear and passable within 70 working hours of the issuance of Release Orders from the County to conduct emergency roadway clearance work. The County may choose to extend the Service Provider’s 70-hour limit through a written request. This may include roadways in municipalities within the County or other governmental agencies under the legal responsibility of the County. Clearance of these roadways will be performed as identified by the County Debris Manager. The Service Provider shall assist the County 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. Services performed under this Cont